Loading...
HomeMy WebLinkAboutContract 53641.... CONFORMED FORT WORTH ~ 'I"' -d L CONTRACT FOR VOLUME 1 OF 2 CiTY SECRETARY S3 1 -4\ COi~TRACT NO . ---:1_~..,;:IO........, .... __ _ THE CONSTRUCTION OF MAIN 34, 100, AND Dl00 DRAINAGE AREAS SANITARY SEWER IMPROVEMENTS PARTl Betsy Price Mayor City Project No. 02397 David Cooke City Manager Christopher Harder, P.E. Director, Water Department David Magana, P .E. City Engineer, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department Sewer Project Number 56016-0700430-C02397-CO 1783 Water Project Number 56016-0600430-C02397-C01783 November 2019 ♦ rJn group &,,,rJ~ 1nfr.;:strk.t-rt for tC-!murrow Of fijCftAL RECORD cnY SECRETARY FT. WORTH, TX William J . Schultz , Inc. dba Circle C Construction Company Contractor PO Box 40328 Street Addre ss Fort Worth , TX 76140 City & State 817-293-1863 Telephone Teresa S. Skelly , V ice President Contact P erson CONTRACT DOCUMENTS MAlN 34, 100 AND DIO0 DRAINAGE AREAS SANITARY SEWER IMPROVEMENTS PART 1 City Proj ect No . 02397 X-26057 C ITY OF FORT WORTH T ARRANTCOUNTY , T E XAS RJN GROUP , INC. FORT WORTH, TEXAS No vember 2019 CONFORMED FEB . 2020 CONTRACT DOCUMENTS MAIN 34, 100 AND 0100 DRAINAGE AREAS SANITARY SEWER IMPROVEMENTS PART 1 City Proj ect No. 02397 X-26057 Nove mb e r 2019 I hereby state that these Contract Docume nt s were prepared under my direct supervision and that I am a duly R egiste red Pro fessiona l Engineer under the laws of the State of Texas . Chris Eric Bro oks Date : Novem be rl 9,20 I 9 Regis tration No. 67697 CONFORMED FEB . 2020 SECTION 00 00 00 TABLE OF CONTENTS Division 00 -Genera l Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 32 15 Construction Project Schedule 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 00 45 11 00 45 12 00 45 13 00 45 26 00 45 40 00 52 43 00 61 13 00 61 14 00 61 19 00 61 25 00 72 00 00 73 00 Vendor Compliance to State Law Nonresident Bidder Bidders Prequalifications Prequal ification Statement Bidder Prequalification Application Contractor Compliance with Workers' Compensation Law Minority Business Enterprise Goal Agreement Performance Bond Payment Bond Maintenance Bond Ce11ificate of Insurance General Conditions Supplementary Conditions Division 01 -General Requirements 01 11 00 Summary of Work 0 I 25 00 Substitution Procedures 0 I 31 19 Preconstruction Meeting 0 I 3 1 20 Project Meetings 01 32 16 Construction Progress Schedule 0 I 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 0 I 45 23 01 50 00 0 I 55 26 01 57 13 01 58 13 01 60 00 01 66 00 01 70 00 01 71 23 01 74 23 017719 Special Project Procedures Testing and Inspection Services Temporary Facilities and Controls Street Use Permit and Modifications to Traffic Control Storm Water Pollution Prevention Plan Temporary Project Signage Product Requirements Product Storage and Handling Requirements Mobilization and Remobilization Construction Staking and Survey Cleaning Closeout Requirements Adopted September 20 I I 00 00 00 -I STAN DA RD CONSTR UCT I ON SPEC I FICATI ON DOCU M E T S Page I of 5 01 78 39 Project Record Documents 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 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existin g Concrete Structures Division 31 -Earthwork 31 25 00 Erosion and Sediment Control Division 32 -Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 12 16 A s phalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 31 13 Chain Fences and Gates 32 31 29 32 32 13 3 2 91 19 32 92 13 32 93 43 Wood Fences and Gates C ast-in-Place Concrete Retaining Walls Topsoil Placement and Finishing of Parkways Hydro-Mulching, Seeding, and Sodding Trees and Shrubs Division 33 -Utilities 33 01 30 Sewer and Manhole Tes ting 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Main 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation , Embedment, and Backfill CI T Y OF FO RT WO RTH MA IN 34. 100, A D DI 00 DRA I NAGE A REAS S.S IMPR OV EM EN T S STAN DARD CONST RUCT ION SPEC I FICA TI ON DOCUMENTS City Projec t No. 02397-November 19. 20 19 Rev ise d Fe bru ary 2. 20 I 6 00 00 00 -2 STANDARD CON STR UC TION SPECIFIC A TIO DOCUMENTS 33 05 13 33 05 14 33 05 17 33 05 20 33 05 21 33 05 22 33 05 23 33 05 24 33 05 26 33 05 30 33 11 05 33 11 10 33 11 11 33 11 12 33 12 10 33 12 20 33 12 25 33 12 40 33 12 60 33 31 12 33 31 20 33 31 50 33 39 10 33 39 20 33 39 40 33 39 60 33 41 10 33 46 01 33 49 10 33 49 20 Frame, Cover and Grade Rings-Cast Iron Adju sting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Concrete Collars Auger Boring Tunnel Liner Plate Steel Casing Pipe Hand Tunneling In stallation of Carrier Pipe in Casing or Tunnel Liner Plate Utility Markers/Locators Location of Existing Utilities Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC) Pressure Pipe Water Services I-inch to 2-inch Re s ilient Seated Gate Valve Connection to Existing Water Mains Fire Hydrants Standard Blow-off Valve Assembly Cured in Place Pipe (CIPP) Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Sanitary Sewer Service Connections and Service Line Cast-in-Place Concrete Manholes Precast Concrete Manholes Wastewater Access Chamber (WAC) Liners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culve1ts Slotted Storm Drain s Cast-in-Place Manholes and Junction Boxes Curb and Drop Inlets Division 34 -Transportation 34 71 13 Traffic Control Special Specifications SS-1 Manhole Grouting SS-2 Cementitious Manhole Coating SS-3 Tree Damage Assessment Forms Post In stallati o n Manhole Adhesion Test Form Post Installation Manhole H o liday/Spark Detection Test Form Post Installation Manhole Liner In s pection Form Post Installation Manhole Vacuum Test Form Page 2 of 5 CI TY OF FORT WORTH MAIN 34 . 100 , AND DI00 D RA I NAGE AREAS S.S. IMPROVEMENTS ST AND ARD CONSTRUCT I ON SPEC ! FICA TION DOCUMENTS City Projec t No. 02397 -Nove mb er 19.20 19 Revised Feb ru ary 2. 20 16 00 00 00 -3 STANDARD CON STRU CTION SPEC IFI CATION DOCUM EN TS Standard Details (General) Standard Details (Water) Standard Details (Sanitary Sewer) Standard Details (Storm Drain) Standard Details (Paving) Standard Details (Traffic) Appendix GC-4.02 GC-4.04 GC-6.06.D GC-6.07 GC-6.09 GR-01 60 00 MISC-01 S ubsurfa ce and Ph ys ical Conditi o ns (City of Fort Wort h TIP W Soil lab Services -Stree t Tes t Hole Report -4/1 I /20 I 5) Undergro und Facilities Minority and Women Owned Busi ne ss Enterprise Com pliance Wage Rates Pe rmits and Utilities Product Requirements C ity of Fort Worth T/PW Typical Traffic Control Plans Page 3 of 5 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction %20Documents/S pecifications Division 26 -Electrical 26 05 00 Common Work Res ults for Electrical 26 05 IO Dem o liti o n for Electrical Systems 26 05 33 Raceways and Boxes fo r Electrical Systems 26 05 43 Undergrou nd Ducts and Raceways for Electrical Systems Divis ion 31 -Earthwork 31 IO 00 Si te C learing 31 23 16 Unclassified Excavat ion 3 1 23 23 Bo rro w 31 24 00 Embankments Division 32 -Exterior Improvements 3 2 12 73 Asphalt Paving Crack Sealants 32 17 25 Curb Address Paintin g 32 3 I 26 Wire Fe nc es and Gates CITY OF FORT WORTH MA I N 34. 100 , A N D 0 100 DRAI NAGE AREAS S.S . IMPROVEMENTS STA N DARD CONSTRUCT ION SPEC I FICA TI O DOCUM ENT S City Project No. 02397 -Nove mber 19.20 19 Revi se d Febr uary 2. 2016 00 00 00 -4 ST AN DA RD CONST RUCT ION SP EC I FICATI ON DOCUMENTS Division 33 -Utilities 33 05 16 Concrete Water Vaults 33 31 13 33 31 15 33 31 21 33 31 22 33 31 23 33 31 70 33 39 30 33 41 11 33 41 12 33 46 00 33 46 02 33 49 40 Appendix GC-4.01 GC-4 .06 GC-6.24 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers High Density Polyethylene (HOPE) Pipe for Sanitary Sewer Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe Sanitary Sewer Slip Lining Sanitary Sewer Pipe Enlargement Combination Air Valve for Sanitary Sewer Force Mains Fiberglass Manholes High Density Polyethylene (HOPE) Pipe for Storm Drain Reinforced Polyethlene (SRPE) Pipe Subdrainage Trench Drains Storm Drainage Headwalls and Wingwalls Availability of Lands Hazardous Environmental Condition at Site Nondiscrimination END OF SECTION Page 4 of 5 CI TY OF FO RT WO RT H MA I N 34. 100, AN D DI 00 DRA I N AG E A REAS S.S . IMPRO V EM EN TS STAN DA RD CONST RUC TI ON SP EC I FICATION DOCU M EN TS City Proj ect No. 023 9 7 -November 19 , 20 19 Revi se d Februa ry 2.20 16 THIS PAGE INTENTIONALLY LEFT BLANK DIVISION 00 GENERAL CONDITIONS City of Fort Worth, Texas Mayo r and Council Communi catio n DATE: 02/18/20 M&C FILE NUMBER: M&C 20-0096 LOG NAME: 60M34SSIP1-CIRCLECRJN SUBJECT Authorize Execution of a Contract with William J. Schultz dba Circle C Construction Company , in the Amount of $5 ,745,825 .00 for Mains 34 , 100 , 0100 Drainage Areas Sanitary Sewer Improvements , Part 1 , Provide for Project Costs for a Project Total in the Amount of $6,697,010.00, Authorize Execution of Amendment No. 3 in the Amount of $192 ,000 .00 to an Engineering Agreement with RJN Group , Inc. for Mains 34, 100, D 100 Drainage Areas Sanitary Sewer System Evaluation Study and Improvements for a Revised Contract Amount of $1,081 ,238 .02 and Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract with William J . Schultz Inc., dba Circle C Construction Company , in the amount of $5 ,7 45 ,825.00 for the Mains 34 , 100, 0100 Drainage Areas Sanitary Sewer Improvements , Part 1 project (City Project No. C02397); 2 . Authorize the execution of Amendment No. 3 to City Secretary Contract No . 29961 , an Engineering Agreement with RJN Group, Inc . in the amount of $192 ,000 .00 for ass istance during construction of the Mains 34 , 100, 0100 Drainage Areas Sanitary Sewer System Improvements , Part 1 project for a revised contract amount of $1 ,081,238 .02 ; 3 . Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water & Sewer Commercial Paper Fund in the amount of $6 ,697 ,010.00 for the Mains 34 , 100 , 0100 Drainage Areas Sanitary Sewer Improvements , Part 1 project ; and 4 . Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Mains 34, 100, 0100 Drainage Areas Sanitary Sewer Improvements , Part 1 project. DISCUSSION: The Sanitary Sewer Main 34 , Main 100 and 0100 Drainage Areas Sanitary Sewer Improvements , Part 1 project consists of the replacement of deteriorated water or sanitary sewer mains as indicated on the following streets and alleys located in the Downtown Central Business District: Monroe Street jE. 5th Street Henderson Street Crossing lw. 7th Street Fahey Street Alley between eet South of the eet/Commerce tersection treet W. 1 0th Street I Grove Street Henderson Henderson Street West Street East of of right-of-way line right-of-way I W . 7th Street West of right-of-way line Fahey Street West of right-of-way lin e line Sewer/Water Sewer Sewer Sewer Monroe Street W . 10th Street . 13th Street Sewer and Taylor Street Alley between Houston Street W. 2nd Street and Main Stree t Alley between . 3cd Skeet EJ Calhooc Street IE-12th Street and Jones Street IE. 14th Stceet Sewec Construction of the project was adve rtised for bid on November 21, 2019 and November 28 , 2019 in the Fort Worth Star-Telegram . On December 19, 2019 the following bids were received: !BIDDER !AMOUNT flME OF '.:OMPLETION William J . Schultz Inc., dba Circle C 11 $5, 745 ,825.00 400 Calenda j Construction Company Days In addition to the contract cost, $568 ,424 .00 (Sewer: $452,421 .00 ; Water: $116 ,003.00) is required for project management, inspection and material testing and $190 ,761 .00 (Water: $45 ,964 .00 ; Sewer: $144,797 .00) is provided for project contingency . The Transportation & Public Works Department will pave all affected roadways after the completion of this project. On March 23, 2004 (M&C C-20006) the City Council authorized an engineering agreement in the amount of $740 ,698 .02 with RJN Group, Inc . for Mains 34, 100 , 0100 Drainage Area Sanitary Sewer System Evaluation Study and Improvements . The agreement was subsequently revised by Amendment No. 1 in the amount of $18,600.00 administratively authorized March 6 , 2015, and Amendment No. 2 in the amount of $129 ,940.00 authorized August 14, 2018 (M&C C-28795). Amendment No . 3 will provide inspection assistance during construction. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed . This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund . Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued . To the extent resources other than the Water and Sewer portfolio are used to provide interim financing , the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately 2.3% annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source , another funding source will be required , which could mean issuance of Water and Sewer revenue bonds earlier than is currently planned. Once debt associated with this project is sold , bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council approved the Water Department's Fiscal Year 2020-2024 Five Year Capital Improvement Plan on September 17, 2019. This approved plan includes this specific project, with funding identified through the CIP program to be reimbursed with future revenue bonds . In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years . This debt must be issued within approximately three years to provide reimbursement for these expenses . If that does not occur, the costs will no longer be reimbursable by issuing ta x-exempt debt and the funding source will have to be made whole through budgetary methods . Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds . Funding for the Main 4 , 100, 0100 Drainage Areas Sanitary Sewer Improvements, Part 1 Improvements proj ect: Fund Existing Additional Project Total * Appropriations Appropriations W&S Capital Fund 1$146 ,941.00 1$0 .00 $146,941 .00 56002 Sewer Capital Fund -1$160 ,227.00 1$0.00 $160,227.00 Legacy 59607 Water & Sewer !Commercial Paper $0 .00 $6 ,697 ,010 .00 $6 ,697,010 .00 ;::und 56017 Project Fund $307,168.00 $6,697,010.00 $7,004,178.00 *Numbers rounded for presentation. This project will have no impact on the Water Department's operating budget when completed. Construction is anticipated to commence in March 2020 and be completed by August 2021 . T his project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. M/WBE : William J . Schultz, Inc., dba Circle C Construction Company is in compliance with th e City's BOE Ordinance by committing to zero percent MBE participation and documenting good faith effort . William J. Schultz, Inc. dba Circle C Construction Company identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids . The City's MBE goal on this project is eight percent. RJN Group , Inc.: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office in accordance with the MWBE Ordinance , be cause the purchase of goods and services is from sources where subcontracting or supplier opportunities are negligible . The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/ CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance , funds will be available in the Water & Sewer Commercial Paper Fund (W&S Commercial Paper) for the future growth in the Main 34 , 100, D100 Drainage Areas Sanitary Sewer Improvements, Part 1 project. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds . Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: John Kasavich 8480 60M34SSIP1-CIRCLECRJN FID Table $1 ,081 ,242 .00 5110101 $28 ,957 .00 0600430 5540101 C02397 C01780 2020 $5 ,000 .00 0600430 5740010 C02397 C01783 2020 $965 ,239 .00 0600430 5310350 C02397 C01784 2020 $14,479 .00 0600430 5330500 C02397 C01784 2020 $28 ,957 .00 0600430 5110101 C02397 C01785 2020 $38 ,6 10.00 0700430 UNSPEC UNSPEC 2020 $5 ,615,768.00 0700430 5330500 C02397 C01733 2020 $192 ,000 .00 0700430 5110101 C02397 C01780 2020 $99,427 .00 0700430 5540101 C02397 C01780 2020 $5 ,000 .00 0700430 5740010 C02397 C01783 2020 $4 ,971 ,347 .00 0700430 5310350 C02397 C01784 2020 $49,713 .00 0700430 5330500 C02397 C0178 4 2020 $99,427 .00 0700430 5110101 C02397 C01785 2020 $198 ,854 .00 $919 ,275 .00 56017 5740010 9999 $4 ,826 ,550 .00 56017 0700430 5330500 C02397 C01733 9999 $192 ,000.00 DMitCS ll<lpot'I, Fie.,: Type: FilcuHted: Onogcrtd1; Trtlc: Attlchmcnts: t-1~r· M&C2~6 VtlSion:l Award of Contr1ct • Report of 0~ 2/13/ZC.20 2/18/2020 "'"''" "'""' lncontrol : FNlaction: 2/18/2020 Autho:ti:c &.cwtion ol 1 ContrKt with \',ni!m J, Sch11ltz db, Grde C Construction Company, In the Amount of !5,745,825,00 forM111ns 3-1, 100, 0100 Oreir'llgeAtus 51n:'tary 5e-mrlmpro-..-cmcrrts, Pll'tl, Provtd: for Project Costs fo r a Projed.Total in the Amount of$6,6U,010.00, Auth:iri:c Excwtion of Amendment Ho. 3in the Amount of $192,000.00 to an EngL"ltering AQrecment ~·.tth Rm Group, Inc. f'0f M11i.'lS 3-4, 100, 0100 On1!n1gc Areas 5ad tary 5cwCI'" System Ev1lu1tkn Sbldy and lrns;rovcmtflb fer 1 ~sed Conb-lct 1.n1,u.,t d Sl,081,238.02 ind Adopt Resolution Expressing Offidal Intent to RcimlrJl"S c El(pcnditure1 rrl'di Proceeds of future Debt 1rid Ji.do pt ~pro:>r\1tion Ordinance (COU'Kil DISllUCT 9) t. ~. 2. 6QH31$$IPl:QBQ ffBlN Map mf. J. M 0, C MIR· KtA4SSlfl:ARA£CJUNl2) pdf 1. 60t:P:17i!Pl::QRC1£QQN Bsi:ob Spqu6qn Ctf1 12 U 20J2lcl pd( s. §Ot:91'i5lfl:QSa,rQUN S6017 A029 Cd-ex# ,,.erd a.-&pM ,,.,. ,>.,;i.:.•~u,b , •• _.,.o.u..1 2/18/2020 aTVOOUUOL ~ ~ .... , .a,,: ~ ~ I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2 1 22 00 05 10 -I MAYOR AND COUNC I L COMMUN ICATION (M&C) Page I of I SECTION 00 05 10 MAYOR AND COUNCIL COMMUNI C ATION (M&C) END OF SECTJON C ITY OF FORT WORT H MAI N 34,100 , AND DIOO DRAINAGE AREAS SS I MPROVEMENT S STAN DARD CONST RUCT ION SPEC I FICAT I ON DOCUMENTS Ci ty Proj ect No . 02397 -Nove mbe r I 9,20 19 Rev ise d Jul y L 20 1 I THIS PAGE INTENTIONALLY LEFT BLANK FORT WORTH . ~ FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Main 34, 100, and 0100 Drainage Areas Sanitary Sewer Improvements-Part 1 City Project o. 02397 File # X-26057 Sewer Project o.: 56016-0700430-C02397-C01783 Water Project o.: 56016-0600430-C02397-C01783 Dated: December 17, 2019 Bid Opening Date: December 19, 2019 Addendum o . 1 fonns a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans . Acknowledge receipt of this Addendum in the space provided in the Bid Form Section 00 41 00, page 3 of 3 and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to di qualification. A copy of this Addendum is available on the City of Fort Worth BuzzSaw Website . The following summarize proposed Modifications and Clarifications to the Contract Documents as identified below that are being made under this Addendum. I. SECTION 00 1113 INVITATION TO BIDDERS HAS NOT BEEN MODIFIED therefore the Bid Opening Date remains as 12-19-19. All other provisions of Section 00 11 13 remain unchanged. 2. SECTION 00 42 43 PROPOSAL FORM: The current SECTION 00 42 43 PROPOSAL FORM released under Addendum No. 1 has been modified and it is attached in PDF and Excel file formats. These modifications include the addition of quantities associated with the addition of L-27R improvements connecting L-27 to M-33 which are located on 711i Street, between Lamar and Taylor Streets; Removed concrete encasement bid items associated with L-29 sewer main location; various bid item quantity revisions, including adding more pipe grouting volume; and added new bid items {Unit I, Bid Item 81; and Unit 2 Bid Item 29) addressing costs impacts to the City for parking meter revenue that will be lost due to the blocking of parking spots at the various locations during the course of construction. This meter closure cost was calculated using the amount of metered parking spaces expected to be affected by the construction and is a maximum allowable amount. Any additional costs incurred related to closure of parking spaces will be subsidiary to the bid. Contractor is required to submit detailed documentation with any pay request that documents the number of spaces affected by construction activities for that period and the amount that was paid to the City of Fort Worth T/PW Parking Services division. Street use permits related to such work shall also be subsidiary to the bid. Addendum Item No. 3 summarizes the City Council Approved meter closure pricing. Main 34 , I 00 , and DI 00 Drainage Area Sanitary Sewer Improvements -Part I RJN Group, Inc. Addendum. No. I Approved and Issued on 12/1 7/19 CONFORMED FORT WORTH . ~ 3. CLARIFICATIONS REGARDINGT/PW COORDINATIO FOR WORKING HOURS, TRAFFIC CONTROL AND PARKING METER CLOSURES: The approved contractor is required to submit detailed traffic control plans to Chuck McClure for each project location, a minimum of 7 calendar days prior to mobilizing on a location. Street Use Permits are required per location ($100 /EA which is subsidiary to other items bid). The parking meter closure fees and the costs were approved by City Council on 9. 19.2017. The meter closure fees are as follows • $20 .00 to initiate each bagging order (see example below). • $10.00 per metered space per day, plus sales tax. • $100. 00 per order -This is an expedite fe e for requests inside of 48 hours The City s Planning and Development Permit center deals direct ly with this issue of charging for on street meter fees . For example: The Monroeffexas Street wa ter line project location bas 39 meters along Monroe St that will need bagging each night and possibly two on Texas St when that phase of work is reached. Bags will need to be removed in the mornings and replaced each afternoon to prevent malingering. Therefore, meter closure charges for this location would be charges $10 I meter space + sales tax + a ( one time) $20 bag fee. The $20 bag fee will only be implemented once at the beginning. Please call Peter Elliott, the Parking Manager with T/PW at 817-392-7977, if you have any questions or if you are having any issues getting these orders booked. 4 . PLEASE FIND ATTACHED, THE CITY OF FORT WORTH'S NOISE ORDINANCE. This is being provided due to its impact to the any working hour flexibility/restrictions that can be made available on case by case and project location basis in downtown. 5. FLEXIBILE WORKING HOURS. The Contractor will be allowed to work during night-time hours (7 pm to 6 am, M-F) on s pecific project locations that do not violate the City's Noise Ordinance, which requires a minimum 300 ft separation distance from residences or hotels. Project locations L-111, Monroe/fexas water line, L-59, D-100 (partial) will be considered for night-time work. Portions of project location L-1124R/ A and the 5th and Grove St. water line extension will be located within TxDOT ROW and require a T DOT construction permit. The City will seek authorization for night-time work (7 pm to 6 am, M-F) from TxDOT as a permit condition. DS-105, located in Houston St. between 7th and 8th Streets, will be initially allowed to try to work 24/7 due to the extensive tunneling work. Maintaining this expanded work schedule is dependent on how well traffic control can be maintained during peak traffic times and as such subject to change. Due to flexible working hours varying from project location to project location the Contractor shall provide electronic message boards for those non-standard working hour locations to provide advanced and ongoing notice to the public. The message boards shall be subsidiary to traffic control bid items. Main 34 , I 00, and DI 00 Drainage Areas Sanitary Sewer lmprovements -Part I RJN Group, In c. 2 Addendum. No. l Approved and Issued on 12/17/19 CONFORMED FORT WORTH . ~ 6 . BYPASS MANHOLE AND PUMPING PEAK FLOW RATE INFORMATIO (0.58 MGD) HAS BEE ADDED TO SHEETS 7 AND 8, ASSOCIATED WITH D-100 AND (JSO GPM) FLOW RATE ADDED TO SHEET 10, ASSOCIATED WITH DS-105. No peak flow rate information is available for L-23 in order to develop a bypass pumping plan for Block 42 in Sundance Square. 7. THE RANGE OF ESTIMATED OPINION OF PROBABLE COSTS IS FROM $4.250,000 to $4,650,000 FOR THE PROPOSED CPN 02397 WATER AND SEWER IMPRO EME TS PROJECT. 8. MODIFICATJO S TO THE CO l. Signed Cover Sheet is posted to BuzzSaw. 2. Revised Sheet 2 (Index, Legends & Control Points) i attached. 3. Revised Sheet 4 (Project Specific otes & Sequence of Construction) is attached. Parking Meter closures policv and standard and flexible construction times and working hours are noted. Additional contacts and scheduled community event (Parade of Lights) was added . 4. Revised Sheet 5 (Location Map 1) is attached to include L-27R. 5. Revised D-100 Plan Profile Sheets 7-8 are attached. Added bypass peak flow rate of 0.58 MGD to the notes for bypass pwnping plan preparation. The recommended initial bypass pumping manhole location was identified on Sheet 8. 6. Revised DS-105 Plan Profile Sheet IO is attached. Corrected the Pipe Cellular Grout/Concrete denotation; added Hand Tunneling note to the profile; and a bypass peak flow rate of 150 GPM note to the plan sheet for bypass pumping plan preparation. 7. Revised L-23R (Privatization) Plan Profile Sheet 19 is attached. Added a note clarifying that no peak flow rate information is available for this line for bypass pwnping plan preparation. Contractor shall use industry standard water usage and peaking rates correlating to the existing commercial businesses present in Block 42, in order to calculate wastewater discharges used to develop the bypass pumping plan. 8. Plan Sheet 19A has been added to address the addition of segment L-27R to this contract. Plan Sheet 19A is attached. 9. Plan Sheet 20 has been revised and is attached. Removed Concrete Encasement from the L-29 Plan Profile Sheet. 10. Plan Sheet 38 (L..111) has been revised and is attached. This sheet was revised to address various Traffic Control Plan (TCP) modifications to better coordinate with the Monroeffexas St. water line TCP. 11. Plan Sheet 41A has been added and is attached to address the Traffic Control Plan (TCP) associated with the addition of segment L-27R to this contract. 12. Plan Sheets 42-43 (L..29R) have been revised and are attached. These sheets were revised to address various Traffic Control Plan {TCP) modifications for clarity. 13 . Plan Sheet 47 (Monroeffexas Water Lines) has been revised and is attached. This sheet was revised to address various Traffic Control Plan (TCP) modifications to better coordinate with the L-111 TCP and minimize public parking impacts. Main 34 I 00 , and DI 00 Drainage Areas Sanitary Sewer Improvements-Part I RJ Group, Inc . 3 Addendum. o. I Approved and Issued on 12/17/19 CONFORMED FORT WORTH . ~ 14. Plan Sheet 48 has been revised and is attached. Added segment L-27R reference to this sheet. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein sbalJ remain in full force and effect. Failure to return a signed copy of the addendwn with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into SECTION 00 05 15 -ADDENDA of the proposal at the time of the bid submittal. John Kasavich, P.E ., E ngineering Manager By: Addendum No. I Prepared by: Chris Brooks, P.E., Project Manager RJN Group, Inc. ADDENDUM NO . 1 -RECEIPT ACKNOWLEDGED: Company ;?;; P.S tJ 0 /4' ~ #~o / rA,/J J Printed Name Title Signature ~ 1/ ~, JS~ For your conveni ence, we have posted this Addendum f or do wnloading from tl,e Ci ty of Fort Wonh BuzzSaw s ite under th e Bid Docum ents Pa ckage directory. Main 34 , 100 , and DI 00 Drainage Areas Sanitary Sewer Improvements -Part I RJN Group , Inc . 4 Addendum. No. l Approved and Issued on 12 /17/.19 CONFORMED UNIT PRICE BID Bidlistlt.cm No . SECTION 00 42 43 PROPOSAL FORM Project Item lnfonnation Description Spccifi~lion Unil of Scdion No . Measure UNIT I : SANITARY SEWER IMPROVEMENTS I 3331.2109 21 • Cl.PP 2 3331.5759 18" PVC ASTM F679 Sewer Pipe. CLSM Backfill 3 3305 .3007 18" PVC' ASTM F679 Sewer Carrier Pipe 4 333 1.5755 16" Dll' Class 250 Sewer Pipe, CLSM Backfill 5 3331.4215 15" PVC DR-26 Sewer Pipe, CLSM Backfill 6 3305.3004 12" PVC SDR-26 Sewer Carrier Pipe 7 3331 .5750 I 0" DIP Class 350 Sewer Pipe, C LSM Backfill 3331 .5749 10 ' PVC SDR-26 Sewer Pipe, CLSM Backfill 9 3331.5747 "PVC DR-26 Sewer Pipe, CL M Backfill 10 3331.5748 8" DIP Class 350 Sewer Pipe, CLSM Backfill II 3305.3002 8 " DIP Class 350 Sewer Carrier Pipe 12 3331.5746 6" DIP Class 350 Sewer Pipe, CLSM Backfill 13 3331 .5745 6" PVC DR-26 Sewer Pipe, CL M Backfill 14 3305.3001 6" DIP C lass 350 Sewer Carria Pipe 15 3331.5744 4" DIP C lass 350 Sewer, CLSM Backfill 16 3305 .1103 20" Casing By Other Than Open Cut l7A• 3305.1305 76" NAS Tunnel Liner Plate By Ha nd Tunneling (Min . 12 Gauge) 17 B• 9999.0000 Wood Box Tunnel Alternative for DS-1 05 I 3305.13 05 60" Wood Box T unn e l By Other Than Open Cut 19 9999.0000 Brick or Concrete Bulkhead Closures o f Tunnels 20 3305 .0109 Trench Safety 21 333 1.0 l IO 21" Sewer Pipe, Poi nt Repair 22 3 3 3 1.3 I O l 4 • Sewer Service 23 9999.0000 4 ' SOR 26 PVC Sewer Service Pipe 24 9999 .0000 Connect to Existi ng Sewer 25 3301.0001 Pre-CCTV Inspection 26 3301.0002 Post-CCT In specti on (Final) 27 3339.0003 Wastewater Access Chamber 28 3331.3102 4" 2-Way C leanout (0-lOOR) 29 3331.3202 6" 2-way Cleanout {0-IOOR, L-1 11 R, L-23 R, L-34R) 30 3339.1001 4'Manholc 31 3339.1002 4' Drop Manhole 32 9999.0000 4' Dia . Double Drop Manhole 33 3339.1003 4' Extra Depth Manhol 34 3339.1003 4' Ex tra Depth Drop Manhole CITY OF FORT WORTH STANDAAO CON STJI.IJCTION SPE("IACA TION DOCIJM ENTS Foou Rcvoo! 20120120 33 31 12 LF 33 31 2 1 LF 33 05 24 LF 33 II 10 LF 33 II 10, 33 31 12, LF 33 31 20 33 05 24 LF 33 11 10 LF 33 11 10, 33 31 12 , LF 33 31 20 33 11 10, 33 31 12 , LF 33 31 20 33 II 10 LF 33 OS 24 LF 33 l l 10 LF 33 11 10, 33 31 12, LF 33 31 20 33 05 24 LF 33 II 10 LF 33 05 22 LF 33 05 21 LF 00 00 00 Lf 33 05 21 LF 00 0000 EA 33 05 10 LF 333122, EA 33 3 1 23 33 31 50 EA 33 31 20 LF 0000 00 EA 33 0 1 31 LF 33 0 1 31 LF 33 39 40 EA 33 31 50 EA 33 31 50 EA 33 39 10, EA 33 39 20 33 39 10, EA 33 39 20 33 39 10, EA 33 39 20 33 39 10, VF 33 39 20 33 39 10 VF 00 ,20 BIDPJ\OPOSAL Pl@II I or .4 A DD EN D M NO . I Bidder's Application Bidder's Proposal Bid Umt Price Bid Value Quantity 834 15 16 4 24 257 269 137 1.597 112 502 51 222 107 10 502 273 273 107 3 2 ,589 2 43 250 18 3,731 3,911 3 I 14 16 s 2 37 29 C02J 97 Bid Propm.al Fom1 • Addcudlaw o l • RI ds CONFORMED SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project hem lnfonn a.tion Bidlistltcm Description No. 35 9999.0000 4' Extra Depth Double Drop Manhole 36 3339.1101 5' Manhole 37 3339 .1102 5' Drop Manbole 38 3339.1103 5' Ex tra Depth Manhole 39 3339.1102 5' Dia . Extra Deptb Drop Manhole 40 9999 .0000 Construct Int ernal Drop In Existing L--23 Manhole (MH is Bei.ng Privatized } 9999.0000 Rehab Ex isting Concrete Manhole (E. 13th St. and 41 Commerce St., E. 15th St. and Commerce, W. 71.h l. and Houston St., E. 4th SI. and Grove, W. 7th SL and Lamar St.) 9999.0000 Rehab Existing Brick Manhole {W . 8th St. and Houston, 42 Sundance Cou nyard on L-23, 13th t. Between Monroe and Jennings, 13th St. Between Lamar and Taylor, I 0th St. Between Cheny and Macon, 10th St. Between Henderson and Aorence} 43 3339.0001 Epoxy Manhole Liner {Warren or Chestenon Lining Systems) 44 3301.0101 Manhole Vacuum Testing 45 3305.0112 Concrete Collar 46 3305 .01 14 Manhole Adjustment , Major wl Cover 47 0241.2201 Remo ve 4' Sewer Manhole 48 0241.5001 Abandon Manhole 49 0241.2 101 4• Sewer Abandonment Plug 50 0241.2102 6" Sewer Abandonment Plug 51 0241.2103 8" Sewer Abandonment Plug 52 0241.200 I Sanitary Line Grouting 53 320 l .0616 Cone Pvmt Repair, ArteriaVlndustrial 54 3201.0202 Asphah Pvmt Repair Beyond Defined Widt h, Anerial 55 3201.0 123 6' Wide Asphalt Pvmt Repair, Anerial 56 32 14.0200 Brick Pvmt Repair in Courtyard 57 3214.0500 Brick Pvmt Repair(City Suppli ed) 58 3213.0401 6" Co ncrete Driveway 59 3213.0303 6" Co ne Sidewalk 60 9999.0000 6" Granite Sidewalk 61 3213.0503 Barrier Free Ramp, Type M-l 62 3213.0507 Barrier Free Ramp , Type P-2 63 3216.010 I 6" Cone Curb and Gutter 64 9999.0000 6" Granite Curb and Gutter 65 9999 .0000 6" Asphalt Driveway/Parking Lot Repairs 66 9999 .0000 Sto rm Sewer Inlet Replacement (DS-100 Location) 67 9999.0000 Storm Sewer Juncrion Box Replacement (DS-100 Location) 68 9999.0000 15 to 21-inch Storm Sewer Lateral Pipe Replacement (D • l 00 Location) 69 9999 .0000 Tree Protection 70 3292 .0 100 Block Sod Placement CITY OF FORT WORTH STN'l)AAO CONSTROCTION SP6CtFIC.._TlON OOCUME>-'TS FOffll Roosa! 2()120120 810 PROPOS.._L ADDEN DUM NO. I Bidder's Application Bidder's Proposal Specification Unit or Bid Unit Price Bid Value Sect io n No . Measure Quantity 33 39 10 II 33 39 10, EA 2 33 39 20 33 39 10, EA 4 33 39 20 33 39 10, VF l 33 39 20 33 39 10,20 VF 44 00 0000 EA I 0000 00 .EA 4 000000 EA 6 33 39 60 VF 288 33 01 30 EA 34 33 05 17 EA 34 33 05 14 EA I 02 41 14 EA 2 02 41 14 EA 5 02 41 14 EA 35 02 41 14 EA 3 02 41 14 EA 2 0241 14 CY 38 32 0 1 29 SY 190 33 01 17 SY 348 32 01 17 LF 784 32 14 16 SY 175 32 14 16 SY 15 32 13 20 SF 5,134 32 13 20 SF 435 00 0000 SF 60 32 13 20 EA l 32 13 20 EA 2 32 16 13 LF 155 0000 00 l.F 25 32 01 17 SF 4,695 33 49 20 EA I 33 49 10 EA I 33 41 10, LF 50 3441 10 000000 EA 35 32 92 13 SY 40 C02J97 Bid"'-' F<,nn • -No 1-Rt d, CONFORMED SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Information Bidlist Item Oescrip1.ioo No. 71 3305.0103 Exploralory Excavation of Existing Utili ties 72 0171.010 1 Construction Staking 73 0171.0102 As-Built Survey (Red-Line Survey) 74 3305.0110 Utility Markers 75 3471.0001 Traffic Control (lncludcs Flaggers) 76 9999 .0000 Pedestrian fe ty Plan and Controls (D-lOOR, DS-I0SR, L- 23 R , l.,J4R) 77 3471.0003 Trallic Control Details• Plan and Implementation 78 9999.0000 DS-105 Bypa Pumping/Flow Control Pl an, Includ in g Ooerational Costs (80 Day Duration) 79 9999.0000 L-23 Bypass Pumping/Flow Control Plan, lncluding O=tional Costs (40 Dav Duration) 0 9999.0000 D-100 Bypass Pumping/Flow Control Plan, Including Ooerational Costs (20 Day Duration) I 9999.0000 Metered Parking Space Revenue Rei mbursement to Parki ng Services 82 9999 .0000 Construction Allowance • -Bidder s hall seleCI either Bid Item I A or .17 B CllY OffORT WORTH STA...,DAltD CONSTRUCTIO~ Sl'ECIFK'ATION DOC\/'4ENTS Forni RC'Vt:IOJ ?0120110 Specification Section o. 33 OS 30 01 71 23 01 7 1 23 33 05 26 34 71 13 000000 34 71 13 000000 000000 000000 000000 000000 Total IT I : Unuof Measure EA LS LS LS MO MO EA LS LS L LS LS 004Hl BID PROPOSAL Pa,el of< ADD ENDUM 'O. 1 Bidder's Application BiddCJ's Proposal Bid Unit Price Bid Value Qu301ily 2 I I I 18.0 .0 10.0 I I I I $52 ,500.00 $52,500.00 I SI 50.000.00 $150,000.00 Sanitary Sewer Improvements - CO NFORMED UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 PROPOSAL FORM Project Item Information Description Spccificn1.ion Unit of Section No. Me-aw.re 00•2 .o 810 PII.OPOS..U. P'.1Sf'4llr• ADDENDUM NO. I Bidder's Applicat ion Bidder's Proposal Bid Unit Price Bid Value Quant ity UN(T U : WATER LINE IMPRO EME!\'TS (5th/G rove and Monroe/Texas) I 331 1.0467 12• C-900 PVC DR-14 Water Pipe, CLSM Backfill 2 3311.0244 8" C-900 PVC DR-14 Water Pipe, CLSM Backfill 3 3311.0164 6" C-900 PVC DR-14 Water Pipe, CLSM Backfill 4 331 l.0064 4" C-900 PVC DR-14 Water Pipe, CLSM Backfill 5 3305.2004 12" DIP Class 350 Water Pipe, CLSM Backfill 6 3305 .2002 8" DIP Class 350 Water Carrier Pipe 7 3305 .1103 20" Casing By 0 1herThan Open Cut 8 3305.0109 Trench Safety 9 3311 .000 I Ductile Iron Water Fittings w / Restraint 10 3312.3002 6" Ga te Valve and Box 11 3312 .3003 8" Ga te Valve and Box 12 3312.3103 8' Cu l-in Gate Valve and Box 13 3312 .3005 12" Ga1e Valve and Box 14 3312.0001 Fire Hydrant 15 3312.6002 6" Blow Off Valve 16 3312.2802 4" Water Meter and Vault 17 3201.0123 6' Wide Asphalt Pvmt Repair, Arterial 18 3201.0616 Cone Pvmt Repair, ArteriaVlndustrial 19 3213 .0301 4" Cone Sidewalk 20 3213 .0401 6" C-0nc:rele Driveway 21 3216.010 l 6" Cone Curb and Gutter 22 3292.0 100 Block Sod Placement 23 0171.0 101 Construction Staking 24 0171 .0102 As-Buih Survey (Red-Line Survey) 25 3305.0110 Utility Markers 26 3471.000 1 Traffic Co ntrol 27 9999 .0000 Pedestrian Safety Plan and Controls 28 3471 .0003 Traffic Co ntrol Details -Plan and lmplementlllion 29 9999.0000 Metered Parking Space Revenue Reimburse:meni lo Parking Services 30 9999.0000 Construction Allowance crrv Of FORT WORTH STANDAJU> CON STRUCTION SP OC IFICA l"ION DOCUMENn; fmuR,:vi"'1IDll0 120 33 11 JO , LF 690 33 11 12 33 11 10. LF 430 33 11 12 33 11 10, LF 85 33 11 12 33 11 10, LF 100 33 11 12 33 05 24 LF 35 33 05 24 LF 100 33 05 22 LF 100 33 05 10 LF 1,340 33 11 11 TON 7 33 12 20 E 6 33 12 20 EA 11 33 12 20 EA 2 33 12 20 EA 12 33 12 40 EA 1 33 12 60 EA I 33 12 11 EA I 32 01 17 LF 691 32 01 29 SY 335 32 13 20 SF 99 32 13 20 SF 221 32 1613 LF 153 32 92 13 SY 44 OJ 71 23 LS ! 0 1 71 23 LS I 33 05 26 L l 34 71 13 MO 2 00 0000 MO 2 34 71 13 E 2 000000 L I $37 ,500.00 $37 ,500 .00 0000 00 LS ! S70 ,000.00 $70,000.00 Totlll UNIT II : Waler Line lmpro,•ements c UNIT IA DU 'JT U TOTAL COST= T OTAL BID = c02n1 B.S l'ropcul r-• Adda•kn No I · RI .>4 CONFORMED ORDINANCE NO. 20191-0S-2012 AN ORDINANCE AMENDING SECTION 23.8 "NOISE" OF CHAPTER 23, "MISCELLANEOUS OFFENSES" OF THE CODE OF THE CITY OF FORT WORTH, TO AMEND THE NOISE ORDINANCE TO ADD DECIBEL LEVELS; TO ADD DEFINITIONS RELATED TO NOISE; TO SET MAXIMUM SOUND LEVELS BASED ON ZONING CATEGORIES; TO REGULATE AMPLIFIERS IN THE RIGHT OF WAY; TO RESTRICT ANIMAL NOISE; TO ALLOW EXCEPTIONS, PROVIDING THAT THIS ORDINANCE SHALL BE CUMULATIVE OF ALL ORDINANCES; PROVIDING A SAVINGS CLAUSE; PROVIDING A SEVERABLIITY CLAUSE; PROVIDING A PENAL TY CLAUSE; PROVIDING FOR PUBLICATION AND NAMING AN EFFECTIVE DATE. WHEREAS, it is the policy of the City of Fort Worth to minimize the exposure of citizens to excessive noise and to protect, promote and preserve the public health, comfort, convenience, safety and welfare; and WHEREAS, it is the intent of the City to control the level of noise in a manner which promotes commerce; protects the sleep and repose of citizens; promotes the use, value and enjoyment of property; and preserves the quality of the environment ; and WHEREAS, it is desirable to address common noise complaints caused by repetitive and excessive noise by adding maximwn decibel levels and by adding restrictions on noise from animals and from amplifiers in public right-of-way; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: SECTION I. Section 23.8 "Noise" is amended to repeal the language contained therein and replace with revised language, to read as follows: Sec. 23-8. Noise (a) General Provisions. I . Scope. This Section applies to the control of all sound and noise within the City of Fort Worth. 2. Overview. This Section is designed to regulate noise by various a lternative means in order to allow the enforcement of noise regulations at times when and by persons for whom noise meters are not available. A noise may be in violation of this Section hc.-causc if is Jisturhing to " rcm,unahlc person uf ordinary sensibilities or hccausc ii CONFORMED exceeds the decibel level restrictions provided belo w. If a noise violates more than one of these provisions, the violation will be enforced under whichever provision is most applicable to the situation as dctcnnined by the enforcement officer of the City. (b) Definitions. Ambient noise shall mean the all-encompassing nois e level associated with a given environment, being a composite of sounds from all sources at the location, constituting the nonnaJ or existing level of environmental noise at a given location. A-Weighting (dBA) shall mean the sound pressure level in decibels as measured on a sound level meter using the A-weighted network. The level so read is designated dB(A) or dBA . Bounding real property line shall mean an imaginary line at the ground and its vertical extension which separates the real property owned or occupied by one person from that owned or occupied by another person. Decibel (dBA) shall mean the unit of measurement for sound pressure at a specified location. Governmental function shall mean work conducted by a governmental entity in the interest of the community. Sound level shall mean the instantaneous sound pressure level measured in decibels obtained by the use of a sound level meter set for A-weighting on slow integration speed, unless otherwise noted. Residential shall mean: property zoned for residential us e in accordance with the City's zoning ordinance Unreasonable noise shall mean: ( J ) Any unreasonably loud, disturbing, and unnecessary noise which causes material distress, discomfort or injury to persons of ordinary sensibilities in the immediate vicinity thereof. or (2) Any noise of such character, intensity and continued duration, which substantially interferes with the comfortable enjoyment of private homes by persons of ordinary sensibilities. (c) Restrictions on Decibel Levels . ( 1) Maximum sound levels. During the times and in the 7.oning districts (except for activities originating in industrial zoning districts) set out below. the activities that create a sound pressure level on the complainant's bounding real property line that exceeds the maximum allowable sound level (dBA) below are declared to be public nuisances : All residential (one-. two-and multi-family) zoning districts: Page 1 off! Ordmancc No . .:!0191 -05-2012 CONFORMED Daytime: 7 a.m. to 10 p.m. = 70 dB A Nighttime: IO p.m . to 7 a.m. = 60 dBA AU non-resldendal and mixed-use zoning districts (excluding industrial zoning districts) outside .. H,, Central Business District and "TU" Trinity Uptown: Daytime: 7 a .m. to l0 p.m. = 80 dBA Nighttime: JO p.m. to 7 a.m. = 70 dBA "ff" Central Business District, "TU" Trinity Uptown, and West 7'11 Village (per attached map) Sunday -Thursday Daytime: 7 am. to 10 p.m. = 80 dBA Nighttime: 10 p.m . to 7 a.m. the following day "' 70 dBA Friday -Saturday Daytime: 7 a.m. to 2 a.m . the following day = 80 dBA Nighttime and Sunday: 2 a.m. to 7 a.m. = 70 dBA ALL zoning where ambient noise level exceeds the prescribed maximum level: 7 a.m . to 10 p.m. = Existing Ambient (dBA) + 3 dBA IO p.m. to 7 a.m. = Existing Ambient (dBA) (2) Method of noise measurement. Noise measurements shall be a m i nimum of 30 seconds in duration. Decibel levels are measured from the complainant's property line. For residential districts adjacent to other districts (excluding industrial zoning districts), the residential decibel levels apply when measured from a residential complainant's property line. Violations will be determined based on the highest registered reading in that measurement period. All measurement levels will be inclusive of any ambient noise that exists at the time of the measurement. (d) Noise Prohibited. (I) In addition to the other noise restrictions in this Section, no person shall make, cause, suffer, allow or pennit unreasonable noise in such a manner, or with such volume, intensity or duration, so as to disturb a reasonable person of ordinary sensibilities. A deci bel level shall not be required for the enforcement of this subsection. (2) This subsection is intended to apply to, but is not limited to, unreasonable noises in the form of: a . Amplifiers in Public ROW and on City Property. The use of a bullhorn, loudspeaker, or other amplification is prohibited in the public right-of-way and on City of Fort Worth property, unless permitted as an exception below. Exceptions: i. Puhlic safoty otlkial while pt:rfonnmg their dutiL-s . Page 3 ul 6 Ordinanc~ N~l . .2019 I -05 -::!0 I .2 CONFORMED ii. Persons with an Outdoor Event Permit as d cribed in Section 20-405 of the City Code. iii. Persons with pennission from pertinent City department director or designee . b. AnimaJs. It shall be unlawful to keep, or to permit the keeping of, any dog(s) or rooster(s) or any other bird or animal that creates any bark, cry, crow, or other sound on a frequent. repetitive or continuous basi for ten ( 10) minutes or longer. c. Construction Work. Noise created by construction work within three hundred (300) feet of an occupied residential structure in volving the erection, excavation, demolition, alteration, or repair of any bu il ding, structure, or flatworlc is prohibited as follows: Before 7:00 a.m . or after 8:00 p.m. Monday-Friday Before 9:00 a.m. or after 8:00 p.m. Saturday• unday d. Solid Waste CoUection. Noise created by solid waste haulers within three hundred (300) feet of residential wning before 6:00 a.m. or after 11 :00 p.m. is prohibited, unless a waiver is granted to the waste hauler by the Director of Code Compliance or his designee in accordance with the Grant of Privilege issued by the City to the waste hauler. e. Music. The playing of any music or musical instrument in such manner or with such volume or bass, particularly during the nighttime hours described in Section (c) Restrictions on Decibel Levels above, as to annoy or disturb the quiet, comfort or repose of persons of ordinary sensibilities in any dwelling, hotel or other type ofresidence. ( Homs or other signal devices. The continued or frequent sounding of any horn, air horn, or signal device on any vehicle except as a danger or warning signal; the creation by means of any such signal device of any unreasonably loud or harsh noise for any unnecessary and unreasonable period of time. g. Operation of motor vehicles. The revving of any engine, the playing of any music with such volume or bass, or the operation of any vehicle so out of repair, so loaded or in such manner as to create loud or unnecessary grating, grinding, jarring, rattling. or squealing noise or vibrations. (e) Exemptions. The following acts and sounds shall be exempt from the requirements of this Section: l . Noise generated due to nonnal building conditioning and ventilation and property maintenance. 2. Noise generated on public and school property, as permitted by the property owner. 3. Noise generated by an Outdoor Event that is permitted as described in Section 20-405 of the City Code. 4. Noise generated by amplifiers at entertainment venues having a capacity of 1.000 or more persons within .. TU" Trinity Uptown. 5. Noise generated by any governmental body and its contractors in the perfonnance of a governmental function. 6 . Noise generated by airport. railway and vehicular transportation. Page 4 of fl Ordmanc1: No . .!O IQ 1-05 -20 I:? CONFORMED 7. Noise produced by gas drilling and productio~ which is regulated by the Gas Drilling Ordinance in Chapter 15 of the City Code. 8. Noise generated at Texas Motor Speedway. (f) Enforcement The provisions of this section shall be enforced primarily by the Police Department and Code Compliance Department (g) Penalties. 1. A person commits an offense if the person makes noise in violation of this Section. 2. An offense under this Section is punishable by a fine of not more than Five Hundred Dollars ($500.00). 3. Each occurrence of a violatio~ or, in the case of multiple violations, each day a violation occurs or continues, constitutes a separate offense and may be punished separately. 4 . A violation of this Section is a nuisance. The prosecution of an offense under this Section does not limit the City's right to abate the nuisance, including the use of injunctive or other civil relief. SECTION 2. That this ordinance shall be cumulative of all other ordinances of the City of Fort Worth, Texas, and shall not repeal any of the provisions of such ordinances, except in those instances where provisions of such ordinances are in direct conflict with the provisions of this ordinance. SECTION 3. That all rights or remedies of the City of Fort Worth, Texas, are expressly saved as to any and all violations of the City Code, or any amendments thereto that have accrued at the time of the effective date of this ordinance; and as to such accrued violations, and all pending litigation, both civil and criminal, same shall not be affected by this ordinance but may be prosecuted until final disposition by the courts. SECTION 4. That it is hereby declared to be the intention of the City Council that the sections, paragraphs, sentences, clauses and phrases of this ordinance are severable, and if any phrase, clause. sentence, paragraph or section of this ordinance shall be declared void, ineffective or unconstitutional by the valid judgment or decree of any court of competent jurisdiction, such voidness. ineffectiveness or unconstitutionality shall not affect any of rhe remaining phrases. clauses, sentences, paragraphs or sections of this ordinance, since the same would have been enacted by the City Council without the incorporation herein of any such void, ineffective or unconstitutional phrase, clause, sentence, paragraph or section. Pa11-~ 5 11(6 O rd i nam:.: No. ~O IQ 1-M -:?O I :? CONFORMED SECTIONS. That any person, firm or corporation who violates, disobeys, omits, neglects or refuses to comply with or who resists the enforcement of any of the provisions of this ordinance shall be fined not more than Five Hundred Dollars ($500.00) for each offense. Each day that a violation exists shall constitute a separate offense. SECTION 6 . That the City Secretary of the City of Fort Worth , Texas, is hereby directed to publish this ordinance for two (2) days in the official newspaper of the City of Fort Worth, Texas, as authorized by the V.T .C.A. Local Government Code Subsection 52 .013. SECTION 7. This ordinance shall take effect after adoption and publication as required by law . APPROVED AS TO FORM AND LEGALITY : By. •_,ffiJLKM-&-0 Assistant City Attorney Adopted: May I. 2012 Effective: 5/t.P,} .?-, Paye 6of 6 OrJinam:e N o . .?0 191-05-.!012 CONFORMED City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION, Approved Aa Amended on 511/2012. -Ordlnan~ No. 20191-05-2012 CONTINUED FROM A PREVIOUS WEEK DATE: Tuesday, April 10, 2012 REFERENCE NO.: G-17568 LOG NAME: 06NOISE ORDINANCE SUBJECT: Adopt Ord inance Amending Section 23 .8 •Noise• of Chapte r 23 , ·Miscell aneous Offenses• of the Code of the City of Fort Worth to Add Decibel Levels , Add Definitions Re lated to Noise , Set Maximum Sound Levels Based on Zoning Categories, Regulate Ampl ifiers in the Right-of-Way, and Restrict Animal No ise (All COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Counci l adopt the attached ordinance amending Section 23.8 "Noise" of Chapter 23, ·Mtscellaneous Offenses• of the Code of the City of Fort Worth to add decibel levels. add definitions related to noise, set maxi mum sound levels based on zoning categories, regulate amplifiers in the right-of-way, and restrict animal noise . DISCUSSION: On September 13, 2011 , the aty Council received an Informal Report about proposed changes to the City's noise ord inance. During the faa and w inter of 2011 to 2012, Staff reached out to commun ity groups and held a public meeting on January 23, 2012 . The attached ordinance Incorporates public comments received to date. The primary purpose of the ordinance is to address common noise complaints caused by repetitive and excessive noise by adding maximum decibel levels based on zoning districts and by adding restrictions on noise from animals and from amplifiers in public right-of-way. FISCAL INFORMATION / CERTIEICA TION: The Financial Management Services Director certifies that thls aciion will have no material effect on City funds. FUND CENTERS: To fund/Account/Center:, CERTIFICATIONS: Submitted for City Manager"s Office by: QriglnatJng Department Head; Additional Information contact: Logname: 06NOISE ORDINANCE FROM Fund/Account/Centers Fernando Costa (6122) Randle Haiwood (6101) Dana Burghdoff (8018) Page I of l CONFORMED THIS PAGE INTENTIONALLY LEFT BLANK ·FoRT WORTH . ~ FORT WORTH WATER DEPARTMENT ADDENDUM NO. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Maio 34, l 00, and DlOO Drainage Areas Sanitary Sewer Improvements -Part 1 City Project No. 02397 File # X-26057 Sewer Project No.: 56016-0700430-C02397-C01783 Water Project No.: 56016-0600430-C02397-C01783 Dated: December 18, 2019 Bid Opening Date: December 19, 2019 Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans . Acknowledge receipt of this Addendum in the space provided in the Bid Form Section 00 41 00, page 3 of 3 and on the outer envelope of your bid . Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. A copy ohhis Addendum is available on the City of Fort Worth BuzzSaw Website. The following summarize proposed Modifications and Clarifications to the Contract Documents as identified below that are being made under this Addendum. 1. FOR SURFACE RESTORATION ASSOCIATED WITH THE BLOCK 42 COURTYARD (L- 23R) PRIVATIZED SEWER LINE AND SERVICE LINES REPLACEME T , THE CONTRACTOR SHALL SUPPLY STANDARD 4"x8" RED BRICK PA VERS CONSISTENT WITH THOSE THAT HAVE BEEN USED ALL OVER DOWNTOWN AND SPECIFICALLY, IN THE VACINITY OF BLOCK 42. THESE PA VERS BA VE BEEN USED IN SIDEWALKS AND THE SUNDANCE SQUARE PLAZA. For your convenience, please see the plaza picture below. The exact pattern of paver placement will be jointly determined by the Water Department and Sundance Square officials prior to mobilizing on this project location. Main 34 I 00 , and DI 00 Drainage Areas Sanitary Sewer Improvement -Part I RJ Group Inc. CONFORMED Addendum. No. 2 Approved and Issued on 12/18/19 ·FORT WORTHc ~ All other provisions of the plans, specifications and contract documents for tbe project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy oftbis addendum shall be placed into 'ECTION 00 05 15 -ADDENDA of the proposal at the time of the bid submittal. John Kasavich, P.E., Engineering Manager By: Ad dendum o . 2 Prepared by: Chris Brooks, P.E., Project Manager RJN Group, Inc. ADDENDUM 0. 2 -RE EIPT ACKNOWLEDGED: Company Title For y our convenience, e posted this Addendum for downloading from th e City of Fort Worth BuzzSaw site under the Bid Docum ents Pack.ag e direclory. Main 34, 100 , and D100 Drain age Area Sani tary Sewer Improvement -Part I RJN Group In c. 2 CONFORMED Addendum. o. 2 Approved and Iss ued on 12/18/19 2 3 4 RECEIPT OF BIDS SECTION 00 11 13 INVITATION TO BIDDERS 00 11 13 - I IN VIT AT ION T O BIDDERS Page I o f 3 5 Sealed bids for the construction of MAIN 34, 100, AND DlO0 DRAINAGE AREAS 6 SANITARY SEWER IMPROVEMENTS-PART 1, Sewer Project Number 56016-0700430- 7 C02397-C0 1783 , Water Project Number 560 l 6-0600430-C02397-C0 1783 , City Project Number 8 02397, will be received by the City of Fort Worth Purchasing Office: 9 10 City of Fort Worth I I Purchasing Division 12 1000 Throckmorton Street 13 Fort Worth , Texas 76102 14 15 until 1:30 P.M. CST, Thursday, December 19, 2019, and bids will be opened publicly and read 16 aloud at 2:00 PM CST in the Council Chambers. 17 18 GENERAL DESCRIPTION OF WORK 19 The major work will consist of the (approximate) following : 20 21 Unit 1 Sanitary Sewer Improvements 22 834LF -2l "CIPP 23 15 LF -18 " PVC ASTM F679 Sewer Pipe , CLSM Backfill 24 16 LF -18" PVC ASTM F679 Sewer Carrier Pipe 25 10 LF -16 " DIP Class 250 Sewer Pipe, CLSM Backfill 26 24 LF -15" PVC SDR-26 Sewer Pipe, CLSM Backfill 27 257 LF -12 " PVC SDR-26 Sewer Carrier Pipe 28 137 LF -1 0" PVC SDR-26 Sewer Pipe, CLSM Backfill 29 269 LF -IO" DIP Class 350 Sewer Pipe, CLSM Backfill 30 1,580 LF - 8" PVC SDR-26 Sewer Pipe, CLSM Backfill 31 112 LF - 8" DIP Class 350 Sewer Pipe , CLSM Backfill 32 502 LF - 8" DIP Class 350 Sewer Carrier Pipe 33 222 LF -6" PVC SDR-26 Sewer Pipe, CLSM Backfill 34 51 LF -6" DIP Class 350 Sewer Pipe, CLSM Backfill 35 I 07 LF -6" DIP Class 350 Sewer Carrier Pipe 36 502 LF -20" Casing By Other Than Open Cut 37 273 LF -76 " NAS 12 Gauge Tunnel Liner Plate By Other Than Open Cut 38 l 07 LF -60" Wood Box Tunnel By Other Than Open Cut 39 2 EA -21 " Sewer Pipe, Point Repair 40 43 EA -4 " Sewer Service 41 250 LF -4 " SOR 26 PVC Sewer Service Pipe, CLSM Backfill 42 IO LF -4 " DIP Class 350 Sewer Service Pipe , CLSM Backfill 43 15 EA -4 ' Manhole 44 5 EA -4' Drop Manhole 45 2 EA -4' Dia. Double Drop Manhole 46 2 EA - 5 ' Manhole 47 4 EA -5 ' Drop Manhole 48 4 EA -Rehabilitate Existing Concrete Manholes 49 6 EA -Rehabilitate Existing Brick Manholes CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAI NAGE A REAS S.S I MPROVEMENTS ST ANDA RD CONST RUC TION SPECIFICAT ION DO CUMENTS C ity Project No. 02397 -November 19, 2019 Revi se d December 22 , 2016 00 11 13 -2 INV IT ATION TO BID DERS Page 2 of3 Unit 2 Water Line Improvements 2 690 LF -12 " PVC Water Pipe, CLSM Backfill 3 35 LF -12 " DI Water Pipe, CLSM Backfill 4 430 LF -8" PVC Water Pipe, CLSM Backfill 5 430 LF -8" PVC Water Pipe, CLSM Backfill 6 I 00 LF -8" DIP Class 350 Sewer Carrier Pipe 7 100 LF -20" Casing By Other Than Open Cut 8 85 LF -6" PVC Water Pipe, CLSM Backfill 9 100 LF -4 " PVC Water Pipe, CLSM Backfill 10 12 EA-12 " Gate Valve 11 11 EA -8" Gate Valve 12 6EA-6"GateValve 13 2EA -8"Cut-inGateValve 14 7 TON -Ductile Iron Fittings 15 16 17 PREQUALIFICATION 18 The improvements included in thi s project mu st be performed by a contractor who is pre- 19 qualified by the City at the time of bid opening. The procedures for qualification and pre- 20 qualification are outlined in the Section 00 21 13 -INSTRUCTIO S TO BIDDERS. 2 1 22 DOCUMENT EXAMINATION AND PROCUREMENTS 23 The Bidding and Contract Documents may be examined or obtained o n-line by visiting the City 24 of Fort Worth 's Purchasing Divi s ion website at http ://www.fo1tworthtexas.gov/purchasing/ and 25 clicking o n the Buzzsaw link to the advertised project folders on the City's Buzzsaw s ite . The 26 Contract Documents may be downloaded , viewed , and printed by interested contractors and/or 27 suppliers. The contractor is required to fill out and notarize the Certificate oflnterested 28 Parties Form 1295 and the form must be submitted to the Project Manager before the 29 contract will be presented to the City Council. The form can be obtained at 30 https://www.ethics.state.tx.us/tec/l295-Info.htm . 31 32 Copies of the Bidding and Contract Documents may be purchased from : RJN Group, Inc., 33 located at 6701 Brentwood Stair Rd., Suite lO0W, Fort Worth , TX, 76112. Please provide a 34 48-hour advanced notice to the ENGINEER to coordinate picking up hard copies of the Bidding 35 and Contract Docum ents. 36 37 The cost o f Bidding and Contract Documents with full size draw in gs is: $100 38 The cost of Bidding and Contract Documents with full s ize drawi ngs is: $50 39 40 41 PREBID CONFERENCE 42 A prebid conference may be held as described in Section 00 21 I 3 -INSTRUCTIONS TO 43 BIDDERS at the following location , date, and time : 44 45 46 47 48 49 50 51 DATE: TIME: PLACE: LOCATION: Tuesday, December 10 , 2019 I 0:00 A.M., C DT 311 W . I 0th Street Fort Worth , Texas 76102 Traffic Conference Room A C IT Y OF FORT WORTH MAIN 34, 100, AND DIOO DRAINAGE AREAS S.S . IMPROVEMENTS STANDARD CONSTRUC TION SPEC IFI CATION DOCUMENTS C ity Project No. 02397 -November 19 . 20 19 Revi se d December 22 , 20 16 I CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irreg ularitie s and to accept or reject bid s . 3 4 INQUIRIES 00 11 13 -3 INVITATI ON TO BIDDERS Page 3 of3 5 All inquiries relative to this procurement s hould be addressed to th e following: 6 Attn: John Ka sav ich , P .E., City of Fort Wo11h 7 Email: Jo hn .Kasav ich @ fortwo11htexas.gov 8 Ph o ne : 81 7-392-8480 9 AND/OR IO Attn: Chris E. Brooks, P.E., RJ N Group, Inc. 11 Email: cbrooks@ rjnmail.com 12 Phone: 817-8 76-9695 13 14 ADVERTISEMENT DATES 15 November21 ,2019 16 Nove mber 28, 20 I 9 17 18 19 END OF SECTION CITY OF FORT WORTH MAI N 34 , 100 , AND DIOO DRAI NAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS City Project No. 02397 -Nove mb er 19 , 20 19 Revi se d December 22 , 20 16 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 3 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 00 2 1 13 -I INS TR UCT I ONS TO B I DDERS Page I of I 0 4 1. Defined Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS , which are defined in Section 00 72 7 00-G EN E RAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTR UCTIONS TO BIDDERS have the 10 meanings indicated be low which are applicable to bo th the s in g ular and plural thereof. 11 12 13 14 15 16 17 18 19 20 1.2.1. Bidder: An y person , firm , partnership, company, association, or corporation actin g directly through a duly authorized repre sentative, s ubmittin g a bid for performin g the work contemplated under the Contract Documents. 1.2.2 . Nonresident Bidder: Any person, firm , partnership, company, association , or corporation acting directly through a duly authorized re presentative, s ubmittin g a bid for performing the work contemplated under the Contract D oc uments whose prin c ipal place of business is not in the State o f Texas. 21 1.2 .3 . Successful Bidder: The lowest respon s ible and respon s ive Bidder to whom City 22 (on the basi s of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2 .1. Neither City nor E ng ineer shall assume any res pon s ibility for errors or mi s inte rpretati o ns 27 resulting from the Bidders use of incomplete set s of Bidding Documents . 28 29 2 .2 . City and Engineer in making copies of Biddin g Documents available do so o nl y for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a licen se or g rant 3 1 for any other u se. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1 . All Bidders and their s ubcontractors are required to be prequalified for the work types 36 requirin g prequalification at the time of bidding. Bids rece ived from contractors who are 37 not prequalified (even if inadvertently opened) s hall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 41 42 43 44 45 46 3.1.1. Paving -Requirements document located at; https:/ /pro j ect po int. buzzsaw .com/fortworthgov /Resources/02 %20- %20Construction%20 Documents/Contractor%20 Prequalification/TPW%20 Paving %20Contractor%20Prequalification %2 0Program /PREOUALIFICATION %20REO U IR EMENTS%20FO R%20PAVING %20CONTRACTORS .PDF?public 3.1.2. Roadway and Pedestrian Lighting -Requirements document located at; CITY OF FORT WORTH M A IN 34, 100 , AND D I DO DRA I NAGE A REA S S.S . IM PROVEMENTS STANDARD CONST RUCT IO N SPECIF ICATION DOCUMENTS City Project No. 02397 -November 19.20 19 Re v ise d Aug ust 2 1.20 15 2 ~ .) 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 4. 00 211 3 -2 INSTRUCTI O S TO BIDDERS Page 2 of 10 https://pro jectpoi nt. buzzsaw .com/fortworth gov /Re s u rces/02%20- %2 0Construction%20 Docu ments/Contracto r%20 Pr q ual i fication /TPW%2 0 Paving %2 0Contractor%20Prequ a lificat ion%20Program /PREQUALIFICATION %20 REQ U I REMENTS%20FO R%20PAVING%20CONTRACTORS.PDF?public 3 .1.3. Water and Sanitary Sewer -Requirements document located at; https://projectpoint.buzzsaw.com/fortwort h gov /Res o urces/02%20- %2 0Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequal ification %20 Program/WSS%20pre qual %2 0requirements.doc?publ ic 3 .2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICA TIONS . 3 .2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City 's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional informati on , if requested , may be grounds for rejecting the apparent low bidder as non-responsive. ffected contractors will be notified in writing of a recommendation to the City Cou ncil. 3.4. ln addition to prequalification, additional requirements fo r qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: N I A Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid , each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general , local and site conditions that may affect cost, progress , performance or furnishing of the Work . CITY OF FORT WORTH M A I N 34 . 100 , A D DI00 DRAI N A GE AREA S S.S. IMPROV EM EN T S STANDARD CO N STR UC TION SP EC IFI CATION DOCU M EN TS City Project No. 02397 -November 19. 2019 Revi sed Au gust 21 .2015 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 00 2 1 13 -3 INST RUCT ION S TO BIDD ERS Page 3 of 10 4 .1.3 . Consider federal, state and local Laws and Regulations that may affect cost, progress , performance or furnishing of the Work. 4.1.4. [NOT USED] 4 .1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any , at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shat I be issued in the form of written addenda and shal I become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4 .1.7 . Perform independent research, investigations, tests, borings , and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies . 4.1.8 . Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion , and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates , investigation , research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 48 4.2. Reference is made to Section 00 73 00 -Supplementary Conditions for identification of: 49 CITY OF FORT WORTH MAI N 34. 100, AND DIO0 DR AINAGE AREA S S.S. IMPR OVEMEN TS STA N DARD CONS TR UC TIO N SP EC IFI CA TIO N DO CU ME NTS City Project No. 02 397 -No vember I 9, 201 9 Revi sed Au g ust 21.2015 2 3 4 5 6 7 8 9 10 00 21 13 -4 INST RUCT IONS TO BIDDERS Page 4 of 10 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents . The logs of Soil Borings, if any, on the plan s are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utili zed by City in preparation of the Contract Documents. 11 4.2.3. copies of such reports and drawings will be made a ailable by City to any Bidder 12 on reque st. Those reports and drawings may not be part of the Contract 13 Documents, but the "technical data" contained there in upon which Bidder is entitled 14 to rely as provided in Paragraph 4 .02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion dra w n from any "technical data" or 17 any other data, interpretation s, opinions or informati o n . 18 19 4.3. The submission of a Bid will constitute an incontrovertibl e representation by Bidder (i) 20 that Bidder has complied with every requirement of this Paragraph 4 , (ii) that without 21 exception the Bid is premi se d upon performing and furni s hing the Work required by the 22 Contract Documents and applying the specific means, methods, techniques, seq uences or 23 procedures of construction (if any) that may be shown or indicated or expressly required 24 by the Contract Documents, (iii) that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written re so lutions thereof by City are acceptable to Bidder, and when sai d conflicts, 27 etc., have not been resolved through the interpretations by City as described in 28 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4. The provisions of this Paragraph 4 , inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls (PCBs), Petroleum , Hazardous Waste or Radi oactive Material covered by 34 Paragraph 4.06 . of the General Conditions, unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work, Etc. 38 39 5.1. The lands upon which the Work is to be performed , rights-of-way and easements for 40 access thereto and other land s designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, constructi n equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by C ity unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH MA I N 34. 100 , AND DI00 DRAINAGE AREAS S.S I MPROVEMENTS STANDARD CONST RU CT ION SPECIF ICATION DO CUMENTS City Project No. 02397 -November 19 , 2019 Revised A ugust 21 , 2015 00 2 1 13 -5 INSTRUCT IONS TO BID DE RS Page 5 of I 0 5.2 . Outstanding right-of-way , easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of-way, easements, and /or permits are not obtained , the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3 . The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements . 11 12 6. Interpretations and Addenda 13 14 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to . Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 23 24 25 26 27 28 29 30 3 I 32 Address questions to: City of Fort Worth I 000 Throckmorton Street Fort Worth , TX 76102 Attn : John Kasavich , P.E ., Water Depattment Fax: 817-392-8195 Email: John.Kasavich@ fortworthtexas.gov Phone: 817-392-8480 33 6.2. Addenda may also be issued to modify the Bidding Documents a s deemed advisable by 34 City. 35 36 6.3. Addenda or clarifications may be posted via Buzzsaw at: 37 38 https://projec tpoint.buzzsaw .co m /fort worthgov/Advertised/02397%20- 39 %20Main%20 34 ,%20100,%20D100%20 Drain ag e%20 A reas%20Sanitary%20Sewer%20lm 40 p rovements%20-%20Part%201 ?p u b lic 41 42 6.4. A prebid conference may be held at the time and place indicated in the Adve1tisement or 43 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 44 Project. Bidders are encouraged to attend and participate in the conference . City will 45 transmit to all prospective Bidders of record such Addenda as City considers necessary 46 in response to questions arising at the conference. Oral statements may not be relied 47 upon and will not be binding or legally effective. 48 49 50 CITY OF FO RT WORTH MA IN 34. 100, AN D DI O0 DRAI NAGE AREAS S.S. IMPROV EMENT S ST AN DARD CO NS TR UC TI ON SPEC IFICA TIO N DO CU ME NT S City Project No. 0239 7 -November 19. 20 19 Revi sed August 21 . 20 15 00 2 1 I 3 -6 INSTRU CTION S TO BIDDER S 7. Bid Security 2 Page 6 of I 0 3 7.1 . Each Bid must be accompanied by Bid Bond made pay able to City in an amount of five 4 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 5 the requirements of Paragraphs 5.01 of the General Cond ition s. 6 7 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 8 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 9 Agreement within 10 days after the Notice o f Award, City may consider Bidder to be in 10 default, rescind the Notice of Award , and the Bid Bond of that Bidder will be forfeited. 11 Such forfeiture shall be City's exclusive rem edy if Bidder defaults. The Bid Bo nd of all 12 other Bidders whom City believes to have a reasonable chance of receiving the award 13 will be retained by City until final contract execution. 14 15 8. Contract Times 16 The number of days within which, or the dates by which , Milestones are to be achieved in 17 accordance with the General Requirements and the Work is to be completed and ready for 18 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 19 attached Bid Form. 20 21 9. Liquidated Damages 22 Provisions for liquidated damages are set forth in the Agreement. 23 24 10. Substitute and "Or-Equal" Items 25 The Contract, if awarded, will be on the basis of materials and equipment described in the 26 Bidding Documents without consideration of po ss ible substitute or "or-equal" items. 27 Whenever it is indicated or specified in the Bidding Document s that a "substitute" or "or- 28 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 29 City, application for such acceptance will not be considered by City until after the Effective 30 Date of the Agreement. The procedure for submission of any such application by Contractor 31 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 32 Conditions and is supplemented in Section O 1 25 00 of the Ge era! Requirements . 33 34 11. Subcontractors, Suppliers and Others 35 36 11.1. In accordance with the City's Bu s iness Diversity Enterprise Ordinance No. 20020- 37 12 -2 011 (as amended), the City has goals for the parti ci pation of minority business 38 and/or small business enterprises in City contracts. A opy of the Ordinance can be 39 obtained from the Office of the City Secretary. The B idder shall submit the MBE and 40 SBE Utilization Form, Subcontractor/Supplier Utilization Form , Prime Contractor 41 Waiver Form and/or Good Faith Effort Form with doc umentation and/or Joint 42 43 44 45 46 47 Venture Form as appropriate. The Forms including d oc umentation must be received by the City no later than 2:00 P.M. CST, on the second business days after the bid opening date. The Bidder shall obtain a receipt from t e City as evidence the documentation was received. Failure to comply shall render the bid as non- respons1ve. 48 11.2. No Contractor shall be required to employ any Subco,~tractor, Supplier, other person 49 or organization against whom Contractor has reasonable objection. 50 CITY OF FORT WORTH MAIN 34. 100 , AND DI00 DRAI NAGE AREAS S.S IMPROVEMENTS STANDARD CONSTRUCT ION SPEC I FI CATION DOCUM ENTS City Project No. 02397-Nove mber 19, 2019 Revi se d Aug ust 21 , 2015 00 21 13 -7 I ST RUCT I ONS TO B IDDERS 12. Bid Form 2 Page 7 of I 0 3 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 4 obtained from the City. 5 6 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 7 signed in ink. Erasures or a lt erations shall be initialed in ink by the person signing 8 the Bid Form. A Bid price shal l be indicated for each Bid item , alternative, and unit 9 price item listed therein. In the case of optional alternatives, the words "No Bid ," IO " o Change," or "Not Applicable" may be entered. Bidder shall state the prices, 11 written in ink in both words and numerals, for which the Bidder proposes to do the 12 work contemplated or furnish materials required. All prices shall be written legibly. 13 In case of discrepancy between price in written words and the price in written 14 numerals, the price in written words sha ll govern. 15 16 12.3. Bids by corporations shall be executed in the corporate name by the president or a 17 vice-president or other corporate officer accompanied by evidence of authority to 18 sign. The corporate seal shall be affixed. The corporate address and state of 19 incorporation shall be shown below the signature. 20 21 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 22 partner, whose title must appear under the signature accompanied by evidence of 23 authority to sign. The official address of the pa1tnership shall be shown below the 24 25 s ignature. 26 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 27 member and accompanied by evidence of authority to sign. The state of formation of 28 the firm and the official address of the firm shall be shown. 29 30 12.6. Bids by individuals shall show the Bidder's name and officia l address. 31 32 12. 7. Bids by joint ventures shal I be executed by each joint venturer in the manner 33 indicated on the Bid Form. The officia l address of the j oint venture sha ll be shown. 34 35 12.8. A ll names shall be typed or printed in ink below the signature. 36 37 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 38 which sha ll be filled in on the Bid Form. 39 40 12.10. Postal and e -m ail addresses and telephone number for communications regarding the 41 Bid sha ll be shown. 42 43 12.11 . Ev id ence of authority to conduct business as a Nonresident Bidder in the state of 44 Texas shal l be provided in accordance with Section 00 43 37 -Vendor Compliance 45 to State Law Non Resident Bidder. 46 C ITY OF FORT WORTH MAI N 34. 100 , A N D DI0O DRAINAG E ARE AS S.S. IMPROVEM ENTS STANDARD CO NST RUC TION SP EC ! FI CA TION DOCU M ENTS City Project No. 02397 -November 19 . 20 I 9 Revi sed Augu st 21 .20 15 00 2 I 13 - 8 I STR UC TI ON S TO BIDDERS Page 8 of I 0 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form , provided ith the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 5 envelope, marked with the City Project Number, Project title , the name and address of 6 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 7 through the mail or other delivery system , the sealed envelope shall be enclosed in a separate 8 envelope with the notation "BID ENCLOSED" on the face of it. 9 IO 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids. After all Bid s not requested for withdrawal 17 are opened and publicly read aloud , the Bids for which a withdrawal request has been 18 properly ti led may, at the option of the City, be return d unopened. 19 20 14.2. Bidders may modify their Bid by electronic communic ation at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates (if any) will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may , at 31 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17 .1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder, whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria establishe d by City. City also reserves 41 the right to waive informalities not involving price, contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the words. 47 CITY OF FORT WORTH M A I N 34. 100 , A D DI00 DRAI N AG E AREA S SS IMPROVEM EN TS ST AN DARD CON STR UC TI ON SP EC IFI CATI ON DOCU M ENTS City Proje ct No. 02397 -November 19 . 20 19 Rev i se d A ugust 21. 20 15 00 2 1 I 3 -9 INS TR UCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders, Bidder is an interested party to any litigation against City , 3 City or Bidder may have a claim against the other or be engaged in litigation , 4 Bidder is in arrears on any existing contract or has defaulted on a previ o us 5 contract, Bidder has performed a prior contract in an unsati sfac tory manner, or 6 Bidder has uncompleted work which in the judgment of the City will pre ve nt or 7 hinder the prompt completion of additional work if awarded. 8 9 17 .2. City ma y consider the qualifications and experience of Subcontractors, Suppliers, and IO other persons and organizations proposed for tho se portion s of the Work as to which 11 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the reque st of the C ity. 13 City also may consider the operating costs , maintenance requirem ent s, performance 14 data and guarantees of major items of materials and equipment propo sed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3 . City may conduct such investi gations as City de e ms nece ssary to assist in the 19 evaluation of any Bid and to establish the responsibility , qualifications , and financial 20 ability of Bidders , proposed Subcontractors , Suppliers and other per so ns and 21 organizations to perform and furnish the Work in accordance with the Contract 22 Documents to City's sat isfaction within the pre sc ribed time. 23 24 17.4 . Contractor shall perform with his own organization , work of a value not le ss than 25 35% of the value embraced on the Contract, unless otherwise approved by the City . 26 27 17.5. If the Contract is to be awarded, it will be awarded to lowest re s pon s ible and 28 responsive Bidder whose evaluation by City indicate s that the award will be in the 29 best interests of the City. 30 31 17 .6 . Pur s uant to Texas Government Code Chapter 2252.00 I , the City w ill not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowe st bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident 's principal place of 36 bu s ine ss is located. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance ofa Bid . Upon the contractor award a Notice of Award will be iss ued by 42 the City. 43 44 17 .8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 18. Signing of Agreement 47 When City is s ues a Notice of Award to the Successful Bidder, it will be accompanied by the 48 required number of un s igned counterparts of the Agreement. Within 14 days thereafter 49 Contractor shall sign and deliver the required number of counterparts of the Agreement to 50 City with the required Bo nd s, Certificates of Insurance , and all other required documentation. 51 City shall thereafter deliver o ne fully s igned counterpart to Contractor. C ITY OF FO RT WORTH MA IN 34. 100, AND DI0O DRAINAGE A RE AS S .S . IMPROVEMENTS STANDARD CONSTRU CT ION S PEC IFI CATION DOCU M ENTS C ity Project No. 02397 -November 19, 201 9 Revi sed A ug ust 21. 2015 2 3 4 END OF SECTION 0021 13 - 10 INST RUCT I ONS TO BIDDERS Page 10 of 10 CITY OF FORT WORTH MA I N 34 , 100 , A ND D I 00 DRA I NAGE AREAS S.S I MPROVEMENTS STANDARD CONSTRUCTION SPEC I FICATION DO CU MENTS City Project No. 02397 -Novemb er 19.20 19 Revise d A ugust 2 1, 20 15 00 32 15 -0 CONS TR UCTI ON PR OG R ESS SC HEDU L E PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE Page I of I O I . General requirements for the preparation, submittal, updating, status reporting and management of the Construction Project Schedule 8. Deviations from this City of Fort Worth Standard Specification I. 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 I -General Requirements D . Purpose The City of Fort Worth (City) is committed to delivering quality , cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A . Measurement and Pa yment I. Work associated with this Item is considered subsidiary to the various items bid . No separate pay ment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A . Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work , the Contractor CITY OF FORT WORTH STANDARD SPEC I FICATI ON Revised JULY 20 , 2018 MAI N 34. 100 , AN D DI00 DRAI NAGE AREAS S.S. IMPROVEMENTS C ity Project No. 02397 -November 19. 20 19 00 32 15 -0 CON STR UCTION PROGR ESS SC H EDU L E Page 2 of 10 will develop and maintain a schedule for their scope of w ork in alignment with the City's standard schedule requirements as defined herein . The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City 's Project Control Specialist and approved by the City 's Project Manager. I. Master Project Schedule The master project schedule is a holistic representati o n of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight o f the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City 's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City 's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. T he Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throu g hout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size , complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered " approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirement in the Contractor's scope of work. The following is a summary of the "tiers ". 1. Tier I: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussion s with the respective party on an as-needed basis . 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "fi nish " milestone dates on key elements of their work as agreed with the City's Project Manager at th e kickoff of their work effort. The Contractor issues to the City , updates to the "start" and "finish " dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Sc hedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in C ITY OF FORT WORTH STANDARD SPEC IFI CATION Revised JULY 20, 2018 M A IN 34 . 100 , A N D D I 00 DRAINAGE AREAS S.S. IMPROVEMEN TS C ity Project No. 02397 -N ovember 19. 2019 00 32 15 -0 CONS TR UCT ION PROGRESS SCHEDULE Pa ge 3 of I 0 alignment with the WBS structure in Section 1.4 .H as agreed by the Project Manager. The Contractor is s ues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below . The City develops and maintains a Master Project Schedule as a "baseline" sc hedule a nd iss ue monthly updates to the City Project Manager (end of each month) as a "progress" schedule. The Contractor prepares and submits each schedule type to fulfill th e ir contractual requirements . 1. Baseline Schedule The Contractor d eve lops and submits to th e City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the "Baseline" schedule and is the ba sis against which all progre ss is measured . The baseline sc hedule will be updated when th e re is a change or addition to the scope of work impacting the duration of the work, and only afte r receipt of a dul y a uthorized change order iss ued by the City. In the event prog re ss is s ignificantly behind sc hedule, the City 's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their sc hedule at the end of each month to repre se nt the progre ss achieved in the work which include s any impact from authorized changes in the work. The updated schedule must acc urately reflect the current statu s of the work at that point in time and is referred to as the "Progress Schedule". The Ci ty's Project Manager and Project Control Specialist review s and accepts each progre ss sc hedule . In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working da ys and the Contractor mu st provide an acceptable progress schedule within 5 working day s after receipt of no n-acceptance notification . An example of a Progress Schedule is provided in Specification 00 32 15 .2 Construction Project Schedule Progress Exa mple. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method . The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respecti ve sco pe of work and be reflected in City 's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and mu st match the City 's project data. B. Schedule File Name CITY OF FORT WOR TH STA NDARD SPECIF ICA TIO N Rev ise d J ULY 20 , 2018 MA IN 34, 100, AND Dl OO DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 -No vember 19, 2019 00 32 15 -0 CONSTRUCTI ON PR OG RESS SC HED ULE Pa ge 4 o f 10 All schedules submitted to the City for a project will have a file name that begins with the City's project 11umber followed by the name of the project followed by baseli11e (if a baseline schedu le) or the year a,id mo11th (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City ProjectNumber_ProjectName_Baseline Example: 101376_North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City ProjectNumber_Project Name_ YYYY-MM Example: 101376_North Montgomery Street HM C _2018_01 • Project Schedule Progress Narrative File Name Format: City ProjectNumber_Project Name_P _ YYYY-MM Example: I 01376_North Montgomery Street HMAC_PN_2018_01 C. Schedule Templates D. 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 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, da 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 Ba seline 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 W S is the basis for the development of the schedule activities and shall be imbe ded and depicted in the schedule. C ITY OF FORT WORTH STA N DARD SP EC IFI CATION Revi se d JU LY 20, 2018 M A IN 34. I 00 , A D D I 00 DRA IN A GE A REAS S S. IMPR O V EM EN TS C ity Project No. 02 39 7 -November 19.2019 00 32 15 -0 CONS TR UCTIO N PROG R ESS SCH ED U L E Page 5 of I 0 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 Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS . Activity descriptions should adequately des cribe the activity, and in some cases the extent of the activity . All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish " milestones. The activity duration is based on the physical amount of work to be performed for the stated activity , with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity d own incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the pre v iou s ly accepted baseline schedule as an update, to clearly show impact to the project timeline . The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: I . Time extensions a ssociated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed , unless otherwi se approved by the Program Manager. 2 . The re-baselined schedule is submitted by the Contractor within ten workdays after the date ofreceipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City . H. City 's Work Breakdown Structure C ITY O F FOR T WO RT H ST AN D A RD SP EC I FICATI ON Revi sed JUL Y 20, 20 18 M A IN 34 . 100, AN D DI 00 DRA INAGE A R EAS S.S IMPRO V EM EN T S C i ty Proj ect No. 02397 -November 19.20 19 00 32 15 -0 CONSTRUCTI ON PROGRESS SC H EDULE WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 XXXXXX.30.20 XXXXXX.30.30 XXXXXX.30.40 XXXXXX .30 .50 XXXXXX .30 .60 XXXXXX.30 .60.10 XXXXXX.30.60 .20 De s ign Contractor Agreement Conceptual Design (30%) Preliminary Design (60%) Final Des ign Environmental Permits Permits -Identifi cation Perm its -Review/ Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40 .20 Condemnation XXXXXX.70 Utility Relocation XXXXXX .70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 XXXXXX.80.83 LX.80.85 LX .80 .86 XXXXXX.90 Closeout XXXXXX.90.10 XXXXXX.90.40 I. City 's Standard Milestones Bid and Award Construction Execution Inspection Landscaping Construction Contract Cl o se-out De s ign Contract Closure Page 6 of I 0 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 Design 3020 3040 3100 3120 3150 3160 3170 3220 3250 3260 C ITY OF FO RT WO RTH STAN DARD SPEC IFI CATION Revi se d JULY 20 ,20 18 Activity Name Award Design Agreement Is sue Notice To Proceed -Desi g n Enginee r Design Kick-off Meeting Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Peer Review Meeting/Design Review me ting (technical) Conduct Design Public Meeting #1 (requ ired) Conceptual Design Complete Submit Preliminary Plans and Specificati ns to Utilities, ROW , Traffic , Park s, Stonn Water, Water & Sewer Conduct Des ign Public Meeting #2 (requ ired) Preliminary Design Complete MA IN 34. 100, AN D DI 00 DRA INAGE A REAS S.S. IMPR O V EM ENTS C ity Proj ect No. 02 397-Novemb er 19. 20 19 00 32 15 -0 CONSTR UC TI ON PR OG R ESS SCHEDULE Pa ge 7 o f I 0 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 Sta11 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Sta11 Advertisement 8150 Conduct Bid Opening 8240 A ward Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre-Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITT ALS A. Schedule Submittal & Review The City 's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City 's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as suppo11 to the City 's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format , in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xis or .xlsx format in compliance with the sample layout (See Specification 00 32 115 .1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City 's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. C ITY OF FO RT W O RTH STAN DARD SPEC IFI CATI ON Revi se d JU LY 20 , 20 18 M A IN 34. 100, AN D DI0O DRAINAGE A REAS S.S. IMPRO V EM EN TS C ity Proje ct No. 023 9 7 -Novemb er 19. 2019 00 32 15 -0 CONS TR UC TION PR OG RESS SC H ED UL E Pa ge 8 or 10 The City's Project Manager and Project Control Speci a list review this initial schedule to determine alignment with the City 's Master Project Schedule, including format & WBS structure. Following the City's review , feedback is provided to the Contractor for their use in finalizing their initial schedule and issu ing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic fonn as noted above, in the City 's document management system in the location dedicated for this purpose . The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or infonnation is missing or incomplete, the Proje t Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays , following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are 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 reportin g period (including actual activities started and /or completed during the reporting period) • Explain variances from the baseline on critical path a tivities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieve d in the next reporting period . C. Submittal Process C ITY OF FORT WORTH STANDARD SP EC IFICATION Revi sed JU LY 20, 2018 MAIN 34 . 100 , A D DI00 DRAI N A GE AR EAS SS IMPROV EM EN TS C ity Project No . 02 397 - N ovember 19 . 2019 00 32 15 -0 CONSTRUCT ION PROGRESS SCH ED ULE Page 9 of I 0 • 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 s imilar 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 s cope of work. C. The Contractor is responsible for the quality of all s ubmittals 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 [NOTUSED] 1.12 WARRANTY (NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 I 5.2 Construction Project Schedule Progress Example 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 C ITY OF FO RT WO RT H ST AN DAR D SPEC IFI CATI ON Revi se d JU L Y 20,20 18 M A IN 34 . 100 , AND DI 00 DRA I NAGE A REAS S.S. IMPRO V EM ENTS C ity Project No. 023 97 -November 19.201 9 DATE NA ME July 20 , 2018 M. Jarrell CITY OF FORT WORTH STANDARD SPECIF ICAT ION Revised JULY 20 , 2018 Initi al Issue Revision Log 00 32 15 -0 CONSTRUCT ION PROGRESS SCHEDULE Page I0 of l0 SUMMA RY O F CHANGE MA IN 34 , 100 , A D DI00 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 -November 19. 2019 003215 .1-0 CO NSTR UC TI ON PR OG RESS SC HEDULE -BASE LI NE EXA MP LE Page I of 5 SECTION 00 32 15.1 CONSTRUCTION PROJECT SCHEDULE -BASELINE EXAMPLE PART 1 -GENERAL The following is an example of a Contractor's project sc hedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This vers ion of the schedule is referred to as a "basel ine" sc hedule . This example is in tended to provide guidance for the Contractor when developing and submitting a baseline schedule . See CFW Specification 00 32 15 Construction Project Schedu le for details and require ments regarding the Contractor's project sched ule . CITY OF FO RT WORTH STA N DARD CONSTRUC TION SPEC IFI CA TIO N DOCU MEN TS Revi sed J ULY 20 , 2018 MAIN 34 , 100 , AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397-Nove mb er I 9, 20 I 9 CONFORMED () 0 z "Tl 0 ::u s: m 0 TP W -Capita l Delivery Layo ut: Baseline Te mplate 8200 Aware comlndlo contract ----------------a 21 O SW Pol on Prevert!on n (Conr.1"10< Prepare and Slbmlt► 8220 Site \Val n 1vuug 82JO once lb Ptoceedll'r~ono1n&:llon Meeurg ___ 8_2_4_0 ___ P_re_-<:oM,TIICtion-lJ>i c Meeung Mob auon W..t. & Storm Coll5!Juc0o $tar\ Tempwaier Lay a · water and oe • JOJO Temp Po ng Rep.ilr Pavi!'l9 JO J O JOSO J060 Paving 3070 fla1Wort 3080 Clea 141 3090 s~el 1 comp e!P Slrftt2 Was& Storm J100 Te , W.!er J110 ay a· water and oe • J120 Temp Pa rg Repai r J1JO ar._ a· sewer an<I SelVlc~ J140 TempF>a ng Repal_r ___ 3150 Stonn Oral & StnJcb.rM P.aving J160 Excava J170 Stabllza O J180 Paving ------flat Vo rt ------ea L4J 3210 s1re e12 co p ~IP Slrfft 3 -Actua l Wor k ♦ ♦ Milestone -Remaining Wor k ♦ ♦ Cr itica l Milestone -Critica l Rema ining wo, ♦ ♦ Comp leted Milestone P roj e ct 10 : CIP-01 B 20 23'0 90 ,o ,&Q 03-May-2018 0 0 OJ-May-2018 10 10 25 25 5 5 22-Jm-2011> ,s 45 09-Jll-2018 5 5 09-Jll•2018 5 5 16-J -2018 30 JO 23-Jll-2018 20 -+ 20 06"°-IJ9·2fl18 10 + 10 27-Aug-2018 1O-Sep-2018 0 0 1o-sep-201 a 113 113 29-Jtn-2015 10-D@c-2016 63 6J 29-Jllll-21)lf, 2Mlep-201 8 10 10 29-Jun-20 11'; 13-JU-2018 15 15 16-Jll-2018 03-Aug-2018 5 5 06-Au!J-2ll1a 10-Aug-2018 1 J-Aug-W 1 a 1 22-Aug-2018 23-Aug-:W18 I 2~Aug-2018 JO-Aug-2018 27-Sep-2018 05-0c~2C e, 10-C.c-2018 5 5 05-0c~20 16 11-0ct-2018 5 5 12-0cl-201& 18-0cl-2015 20 20 19-0cl-2018 15-Nov-2018 20 20 02-Nov-2018 10 1D 27-N ov-2018 0 0 80 ao 30-Aug-20 18 24-Dl!C-2018 3070 Report Pr int Da te: 20-Jun-2018 Page 1 of 3 ' ' I I I I I I --·------~-----------.............. -· ·-···-----······~ I I I I I I ' . ' ' ' ' I I I I I I • t t I I I I I I I I I . . ' . ' ' ' . ' . ' ' t I I O I I ----L..·---r------r-----------r---r -··-r-·---------r --~--~--~------------+------~------¼------------+ : : : : ! : t : i : : 1 ! l : i : : : : : ----r --+--1------------+------r ------1------------+ : : : : : : : ! i ! ! ! ! l : i : : ! : ! : : ! ! ! ! : r---:---~-----------·-t··----i----···t···----------:- : I : : : : : i ! ! ! ! l i : : : : : i : : : : : -· -+ !"-----------1 ··-·-·1 ····-r·---------1 3],318--0 ~• I I I I , •· ----------_________ .. _ -----·-------------=~ 14 :-1 ! i i i i 3060 8510 140 i ! l ! : ---------77 -__ 1 __ .,.. ~------.·-:1.•------'------'------------' ·: .irn ----1)---! !---.; 0 ----~~ l !----------i -1------1------1------------1 3D30 3·100 3110 Jno 3130 3140 3150 3160 3 110 312'0 i ! i i i i 77 i ! i i i : ----~-+ ---------J--i-------~------i------------t ' I • o ' o ' : i : : : : : : ! l: : l : i I I I ~ I I I I ii ! i ! : : : : : ! ! i ----1-: ------: ------:------------: I : i : i ~f 7 T 321 0 7 8510 T7 lfi1 ' ____ t_.l. ! i CIP-01B -Jeighborh.ood S treet Consh·uctiou Ba seline Sc hedule Example n 0 z VJ -l ;,::, C n -l 0 z v ;,::, 0 Cl ;,::, m VJ VJ VJ n I m 0 C r m I a, ► VJ m r z mo v mo "" ><~ tfO ►-"' N 3:: V, 0 v --, r v , mo 0 0 z .,, 0 ;;o s: m 0 ;:o (/) (") (1) ---,-::::. ►-< ---l "' z [oo '-► "T1 C ;:o.,., roo -< (") ;:o NO--, Pz~ N (/) Q :: ---l ;:o 00 ;:o ---l ~I ---l i5 z (/) -0 CTI n "T1 n )> ---l ~ 0 8 C 3::: CTI z ---l (/) 0.3::: -<2:: -0 z cl w '-"·.i:,. (1). U-zg 0 • . )> Zz !:,50 -.J 0 I_ Zo 0 0 ~ 0 is: (1) -~ z -► -'°o ~CTI -► "';;o CTI )> (/) (/) en 3::: -0 ;:o 0 < CTI 3::: CTI z ---l (/) TPW -Capital Delivery Layout: Baseline Template w~w&S1Drm ------3220 Temp Vla.ler 32J0 lay 8" water anll ,e 3240 ~mp Pa'rtng Repair Paving 3250 ExcavaUon -----3260 Slabl1Za1o 3270 Paving 3280 flal\Vort 3290 Cteanl4) JJOO Stre:et 3 Cornptete Project 10: CIP-01 B 1a-see_•201 e 12-0C~21118 24•D•c-2018 12-0c~2'018 118-0el-2'018 3240, 3160 19-0ct-2-1118 25-0el-1015 3250 ___ _,__ ,__ 20 mo 26-0ct-2018 I 2&-NOV-201613260 20 20 16-N0V·2016 H•Oec-2016 · 3270 10 . 10 . 11-0ec•2ll18 ·I· 24--Dec-201Bf32BO 0 0 24--0ec--201 B 3290 3260 327 3280 32'!10 3300 8510 Report Print Date: 20-Jun-2018 Page 2 of 3 .LILJ .. L .... l : : : : : : : : : i: : : : ----i-+------~------f------------~ : ! : l ! ! i i l i s ... 4 ---_ .. _ ~ ~------. 134 134 19•Sep-2018. 01-Apr•20U 0 .... j_+--··+····+····· ·····+ 3310 JJ20 JJJO J-340 JJ50 JJ60 W~te,-& storm 6t 6!; 19•Sep-2018 r------..... ---..... --l L .J I I : I Temp Wa.!!_ __ I 6 } 6 19•Sep•201B .., ---.--•····•···••""'-'.····-·◄·-•-i•..:,0••----~······•·-·-·-◄·-·-·-+-27•D•c-2018 ,p-2016 n240. 8250 4J8"'1tt•aterand5e~ _____________ 2D 20 27-Sep-2016 +--+-_ --+----l -. I-Oct-2.018 3310 -· _ _,_ r340 ~mp Pa>fng Repair 3 J 25-0~2'016 , 29-0el-.2011 ; 3320 aya•sewe,u,eo L·320J &. L-<!IJ46 and SeMOK 20 I 20 I JO-Ocl·2015 26-Nov-201 taya•sewe,llne5L-3212lL.;!IJ55andSeMCeo 15 15 29-Nov•2015 19-Dec-201 '. ·~-• • ... 1 • ; 3330 33ii,O B 3340 3360 Paving------------~--~~-----3370 JJaO JJ90 J~OO fla1 Wort TempPartngRep.ilJ I .: 5 20-0ec-2015 27•Dec-2015 3350 33707· 0 ! [;~ ! ! ! ! 6C 60 u .J~n-2on ] .. 1u..-.p,.2 on r----_ .. c .... (_..... ·-· . .. ·~-·····~----··l······ ...... t 10 I 10 I 07.Jan-2019 l!hliln-2'019 3360 3380 o : : : : : 22.Jan-2019 I o,--F-e1>-2019 3370 3390 o ! ! ! ! ! 05..f-el>-2tl19 04•Ma.r•2019 3380 3400 0 ; ' ' ' ' -f•el>-:ta19t25-Mar•2019 t3390 3410 < o ·-··t····· ····· · 8500 8510 final lr5peci!o1 8520 co mptete PLl""1 List i:.,k, 8530 final W.alt Ttrough 111, Completed PISlCh LIU ra,k• 90 cto,eoii Cons~tiOfl Contnd Clo~ ~As.fJuilt_S_u_rwy-___ _ ttea by OOrtraCIDr) 9110 -Actual Work -Remaining Work ♦ ♦ -Critical Remaining Work♦ ♦ Milestone ♦ Critical Milestone ♦ Completed Milestone 30 1 0 135 135 ~ tar•2ll19 OI-Apr•2019 3400 342-0 01-Apr-2019 3410 8510 ~ : r··menf1111111 .... _•···r···· ·-·-·•···-•· ------~···· .. ·t·-·-·-·-·-·-+ . . 1 . _76fOJ~-2018 ~ · 25 OJ-May•2018 25-Mar-2019 3000 8510 10 02•Apr•2'019 15--Apr·2'019 3420, 3300, 32111652·. JO lf>.Apr-2019 28-May-2019 6510 I s5,3 1. t .05 .. .J.m-2019 05.Jm-.20 .. 1 .. 9. 8520 6540 0 1 05..Jm-2019 6530 ilit·IRNf-•P·Pns• 1J5l 06.Jm-2.019 17·Dec--2019 135 06.JUll<-2.019 17•Dee-2019 5 M-Joo-21lli 12-Jlll>-2tt9 2~ ' ' ' . . . ' ' ' . . . ' ' ' . . . . . . . . . . . . . . . -·-·-·--· .. ·-·•·-·-·-·-·-·--' ' . . ' ' ···r···· ····--····· i-··· . . . . . . ·-·-·-·-·-· ·-·-· ·-·-· ·---(-· ' ' ' . . . ' ' ' . . . ' ' ' . . . ' ' ' . . . ' ' ' ' ' ···-···---------·-....... ' ' . . ' ' . . ' ' . . ' ' . . I I I I l ' ' ' ' ' ' ' ' ' ' . .I., . .I..-· .... -· .. ..i..;-·-· -· .. I·-• I·-... --L. ••• ,...... • •••• ····--+-•·•·FC:1 •. , .•. -.• ······-1-. i . tt . i ! ~ -.. . ... ., --•--·-•--•• •------•-.r I I I I I I CIP-01B -Neighborhood Street Construction Baseline Schedule Example ' ' ' ' ' ' I I I I I I ! ! -4! ! l FORT WORTH ~ n 0 z (/) ---l ;:o C n ---l i5 z -0 ;:o 0 0 ;:o CTI (/) (/) (/) (") I m 0 C r m I a, )> (/) m r z mo -o mo ~ >< l,.J fJO )> IV "' -t,.) 3::: u, 0 -0 --, r, v, CTio () 0 z ,, 0 :::0 ~ m 0 ;,:, U) () n, -I -:s. ► -<-I ~ z o. O 0 '-►,.., C;,::,,.., roo -< ();,::, :::: 0 -I " z :E "'U) 0 s -I;,::, 00;,::, -I x:r: -I ~ U) -0 [Tl () ,.., n ► -I ~ g C ~ [Tl z -I U) () ~ -· ► '<_ -0 z a w '-=-·.i,. n, " ~-Z8 0 " . ► Sz ~o --.,0 I_ Zo 0 0 ;'i 0 3 ;,::, O" ► " -~ z -~ 6 :::: [Tl -► ""::e [Tl ► U) U) VJ ~ -0 ;,::, 0 < [Tl ~ [Tl z -I U) TPW -Capital Delivery Layout: Baseline Template 9120 SIJ>mlU& (Prnl@ct Clo&<>Olll Docimertaton) 9130 9140 9150 --.... ____ ~160 Le&&Oris Learred -Actual Work ♦ ♦ Milestone -Remaining Work ♦ ♦ Critica I Milestone -Critical Remaining Work ♦ ♦ Completed Milestone Project ID: CIP-01 B 11-!>ep-2019 0 I 0 I 23-0ct-2019 1 1 U-NOV'-2019 14-Nov-2019 9110 9120 9130 9130 9140 9150 0 --+--Report Print Date: 20-Jun-2018 Page 3 of 3 ' -----1--·-··t-·-·--: ' ' 0 0 ,_L~.J 17-Dec-2019_l!.~.~!_C>2019 9150 ot : -----,-----+-·+···-·t·-.1 -1 CIP-01B -Neighborhood Street Con.sh·udion Baseline Schedule Example () 0 z U) -I ;,::, C () -I 6 z -0 ;,::, 0 0 ;,::, [T1 U) VJ U) () :r: m 0 C r [Tl I OJ ► U) [Tl C z [T]O -0 [Tl 0 ~ >< l..,.J o/; ► '.:: -I>-3::: v, 0 -0 --, r, V• mo DATE NAME Jul y 20 , 2018 M. Jarrell C IT Y OF FORT WORTH 00 32 15 .1 -0 CONSTRUC TI ON PROGRESS SCH EDULE -BASE LI NE EXAMPLE Page 5 of 5 END OF SECTION Re vision Log SUMMA RY OF CHANGE Initial Iss ue STANDARD CONSTRUCT ION SPEC IFI CAT IO N DOC UMEN TS Revised JULY 20 ,20 18 MAIN 34, 100 , AND DI00 DRAI NAGE AREAS S.S. IMPR OVEMENTS City Project No. 02397 -Nove mb er 19, 20 19 CONFORMED THIS PAGE INTENTIONALL Y LEFT BLANK 00 32 15 .2 -0 CONSTRUCTION PROG RES S SCHEDULE -PR OG R ESS EXAMP LE Page I of 4 SECTION 00 32 15.2 CONSTRUCTION PROJECT SCHEDULE-PROGRESS EXAMPLE PART 1-GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor 's project schedule. C IT Y OF FORT WORTH STANDARD CONSTR UC TION SPECIF ICA TION DOCU ME NTS Revi sed J ULY 20, 2018 MAIN 34, 100, AND DI00 DRAINAGE AREAS S S IMPROVEMENTS City Project No. 02397-November 19 , 2019 CONFORMED 0. ~ q~ ::;,z '2.~ a~- zo o.O . )> Zz :;zo -...,0 ~;; 0 0 ;; 0 i s; " -~ 2'. ::,; )> . 0 ~m -)> '-0 ;:o m )> () [/) 0 [/) [/) z ~ "Tl 0 -0 ;:o ::::0 0 < s: m m ~ m 0 z ..., [/) TP W -Cap ital Del iv ery Layout: Progress Template CIP-01P-Ne igh'bomood Street Construction Progress Sched u le El 82 6200 8210 8220 8.230 82.40 82.50 J •IU,ilt ,t ~ilnJCU0 -Actua l Wo r k • -Remai ni ng Work ♦ ♦ Mile stone ♦ Critical Milestone Proje ct ID: CIP-01 P OD ftD 4-32 4 11 38 230 2JO 0 % 03-May-2018 90 90 03-May-2018 40 41) OO-Mly-20 111 -~ 0 0 0 % o.HJa .. 20 ,a 10 1'D 0 % 03-MJ)"20 l 8 2.5 25 0 % 17-!Qy-20 I 8 5 5 0% 22-JUn-2018 45 45 -0~-20 u 5 s 0,. ~I-.Z015 5 s 0 % 16-JUl-2015 30 30 0% 23-JUHZ015 20 21) 0,. 06-Allg-2018 10 10 l 0 % 27-Allg-2018 --------0 {I 0 '.1', 11 3 113 29-..lln-2018 EJ 63 29-.lm-20 18 10 ~-0 % 2.'9-.Aln-20 18 15 15 0 % 16-JUl-2018 ·----5 5 L Cl!'. >1)6.~2016 8 8 0% 13-AIJ!g-2018 -~-Sr 0% 23-Allg-2018 20 20 0 % 30-A!Jg-2011; ,1.; 45 0~16 5 s 0 % 0 5-0H018 5 5 0 % 12-0c!-2 18 20 20 0 % 19-o::1-2016 20 20 0 % 02-l't:JY-2018 10 10 0~ ~2018, 0 0 0% 311 60 30-Aug-2018 I J 1l ~201g I ~ 4 0% 30-AIJg-21118 3 a, 0'.1', 06-Sey-201& start I Fin~ Re port Print Date : 20-Jun-20 18 Page 1 of 2 r....,"""""" 2018 H ,ot . BL'-'-1,-,-lf-fl_... fl-ll-lfl-f,.l-f l"'-fll-ll-lf f.l-,1 lf-11.....,1 a 2 140 2 0 2 --a 2 0 2 a 2 0 2 140 ~ 110 2 110 2 FORTWOR_JQ -Critica l Rema ining Work ♦ ♦ Comp leted Milestone CIP-OlP -Neighborhood Street C on stru ction Progress Schedule Example ~ ri 0 z (./1 ..., ;;:;, C n ..., 6 z -0 ;;:;, 0 0 ;;:;, m V, (./1 [/) n ::r: m 0 C r m I -0 ;:o 0 0 ;;:;, m [/) [/JO -0 mo "' s; ~ rro " N ~ V, 0 -0 N ...,, r ' -I>-mo () 0 z "Tl 0 ;;a ~ m 0 s:: -0 ;-, 0 < m s:: ~ --l (/) T PW -Cap ital De livery Layout: Progress Te mpl ate 8&lO 8510 8520 --= 6f.40 NJ!:dyNam e fla!Wont anup SlreelJCo le-le TelYJI water ay a· wa1Ef and &eMce& Te"l' Pa'llng ~pair ay a· Sevier nn L "321).J & L-13346 ~o ser.1<:e• l'lnal lnspeclloo catrelelP Plalc:11 1611:l~lli flnal Walk rnroug r ~eled Pllnell 161 Ta!b comuct1oo R:na l comp1e1on Conslroclion Conlnct CJose.«Jt As.anll SllfWY 911 e<imact Ft ao 9120 SllblrL':lals (Pro(ect Closeout Oo~rtlaUon) 9130 o ce or Co"1'i==•en Sh~ '11 40 final consuctlon con1ract lnvllClce Pa kl 9150 C<ln&"JUctlon COlllractCIOSE(J 9160 e=n• Leame<J - -Actu al Wor k ♦ Mil estone ---- -Remai ning Work ♦ • ♦ Cr iti ca l Milestone -Critic al Rema ining Wor k ♦ ♦ Completed Milestone .l Proj ec t 10 : CIP-01 P RD Fh.)"IQI,. _ .. 1 0% Sil 5 s 5 5 0 % 17-0cl-2D18 2J--OCl-20 18 20 20 0 % 26-0c!-2018 26-NIW-2018 24-0cl-2D16 20-,NOV-2018 2!1 20 o,; I 6-NoV-2!118 I 7-0e<>-2018 14,-ffllv-2!116 1~·2018 10 10 0% I1-0eo-2018 Zd -De<>-20I6 07-0eo-2018 20-0eo-20I 8 0 0 0% 24-0e<>-2016 20-0eo-2018 1J4 1JJ 19-Stp-2!11 1> 1-Apr-2019 17-Stp-20 18 28-Mar-2019 E9 69 19-Slp-201f 27-Dt<>2D 1 S 17-!)fp-2018 2~208 6 6 0 % 19-Sep-2018 26-SeJ>-2018 17-sep-2018 24-Sep-2018 2ll 2 D%'27-Sep-2018 2.4-0c!-2018 2S-Sfl1)-2ll18 22-0c!-2018 J 3 0% I 25-0C!-21118 29-0ct-2018 23-0ct-2018 25-0ct-2018 20 2 0 % 30-0:i!-2016 28-l>IIW-2016 26-0ct-20 I 8 26-¾iO V-20I 8 15 15 0 % 29-Nov-2018 I 9-De<>-2016 27 ov-2018 17-0eo-20I 8 s s 0 % 20-De0-20 1 II 27 -De<>-2018 16-0e0-2018 24-0e0-2018 i;o 61) i17-J3n-20t9 0 1-Apr-2D1!i 03-Jan-2019 28-Mar-2019 10 10 0% 07-Jan-20 9 18-Jan-2019 03-Ja 2019 1Wan-2019 10 10 0% 22.Jan-2019 Od -FeD-2019 1 -Ja 19 3 1-Jan-2019 20 20 0 % 11'5-fel>-2019 o·Het>-2 19 26-FeD-2019 20 20 0 % 26-FeD-2019 r-2019 22-,FeD-2019 21-Mar-2019 10 10 0 % 19-lllar-2019 r-2019 I S-Mar-2019 28-Mar-2019 a 0 0 % r-2019 2B-Mar-2llU i'liiii'I ~-,e·a·nli ·tam· 276 276 0% O'.l-May-20 1 lal-2019 0 I -May-21118 1 03-Jun-201 9 225 225 0% OJ-May-20 0 I -1.l y-2018 21-<Mar-.'01 9 10 29-.!,far-2019 t 11 -,lfr-19 30 t 12,.fJr-20I 9 23-May-2019 03-Ju -2019 03-Jun-:.lJ 1 9 0 Ol-Jun:2019 •fi•■·iu 135 13-0eo-2019 135 135 06-..lln-2019 17-~9 13-Dec-2019 5 ~n-20 9 12-Jun-2019 04-Jun-~~ I 9 lll-Jun-20a 5 5 0% llo-Jun-2019 I 2-Jlal-2019 04-Jun-20 19 1l)-Jun-2019 135 135 C<S-Jun-20 \9 17-Deo-2619 04-J un-2019 1;HJ~o-2019 30 30 0% 1!6-JUn-20 I 9 I 8-Ju&-2019 04-Jun-2019 1iWIJl-20 19 38 Jli, 0 % I 9-JUl-2019 J 1I-:..ep-2019 17 1-2019 09-SIJ1)-20 19 0 0 0 % 23-0ct-2019 2.1-0cl-2019 1 I o,; 1~--NaY.2019 •~-N<l'>'-2019 12 v-2019 12-Nov-2019 0 0 f 0% l 4-Nln'--2019 12--tlOV-20 I 9 0 % 0 7-0eo-2019 17-De<>-2019 ~l J-Oe0-2019 L 13-0e<>20 19 CIP-01P -N eighbo1·hood Street Construction Progress Schedule Example Repo rt Print Date : 20-Jun -2018 Page 2 of 2 fi7 67 67 67 67 0 a a a 0 0 0 0 a a a 0 -0 5 0 a a a a 0 25 25 a a 0 0 a 0 aj 2 2 2 ' ' ' I I I I I I .. .._.~--·-· __ ...__ ... __ , __ -· ' . ' ' . ' I I I I I I ' . ' ' ' ' ' . ' ' ' ' I I I I I I ' . ' ' . ' ··i-1-"!--ti··i··-· llrlr-r ·· fff l!l: ··r·r-·r· -·r·r-·r· -- . ~(l----tll---- -f--J----t-t--1---- .. :. : 1-1-l-l-f- : : : t ~ -·ttl -- ~ ·:-·:·· -~----rrr -- i ITlrJr: '-+-___ .._ ________ _.._, ,) 0 z (/) --l ;-, C () --l i5 z ;g 0 0 ;:o m (/) (/) (/) () :r: m 0 C r m I -0 ;-, 0 0 ;-, m (/) (/) 0 -0 mo "' >< w r,o ► '.:: r, w s:: v, 0 -0 N -, r ' -I>-mo DATE NAME Jul y 20, 2018 M. Jarre ll C ITY OF FORT WORTH 00 32 15.2 -0 CONSTRUCT ION PROGRESS SCHEDULE -PROGRESS EXAMPLE Page 4 of4 END O F SEC TION Rev is io n Log SUM MA RY O F C HA NGE Initial Issue STANDARD CONST RUCT ION SPEC IFICAT ION DOCUMENTS Revised J ULY 20 ,2018 MA IN 34 , 100 , AND D I00 DRAJNAGE AREA S S.S. IMPROVEMENTS City Project No . 02397-Nove mber 19, 20 I 9 CONFORMED SECTION 00 32 15.3 00 32 15 .3-0 -PROGRESS NARR AT I VE Pa ge 1 of 1 CONSTRUCTION PROJECT SC H EDULE PROGR ES S NARRATIVE Reporting Period: Date Issued: Project Name: Company Name : City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List of activities accomplished in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List of activities to be accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth , Texa s Constructio n Proj ect Sc hedule Narrative Report for CFW Projects TPW Official Rel ease Date : 7.20.2018 Page 1 of 1 CONFORMED THISPAGE INTENTIONAL LY LEFT BLANK 00 32 I 5.4 -0 CONS TR UC TI ON PR OG RESS SC HEDULE -SU BMITTA L PR OCESS Page I of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE-SUBMITTAL PROCESS PART 1 -GENERAL The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule . If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griffin , Buzzsaw Administrator City of Fort Worth Fred.Griffin @fortworthgov.org 817-392-8868 Using your registered username and password log into the City 's Buzzsaw Site https :/ /pro jectpo int . buzzsa w .comic I ient/fortwo1ihgov 11• ..,_ ...... - -r--- Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name . Navigate to the Schedule Directory under your Project Folder. The 0070 I -Flaxseed Drainage Improvements project is used for illustration . C ITY OF FORT WORTH STAN DARD CONST RUC TI ON SPEC IFI CA TI ON DOCU MEN TS Rev ised J ULY 20 , 201 8 MAIN 34 , 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No . 02397-November 19, 2019 CONFORMED 00 32 154 -0 CONSTR UCTION PR OG RESS SC H ED U LE -SU B M ITT AL PR OCES S Iii fortworthgov • Buzzsaw r.l(QJ~ Eie ~dt ~ Iools t:!eip l '? .. £: I Add • i) ~ :t:l • ~ ~ ~ X ~ -+I u -o· tpMai --z @:J j [jj' "-~ CZ) • I Projed I• lortworthgov .:.J I I 00701 ·Flaxseed Drainage ln1)rove « A -~---~Au=lhor~-~~""'""~'------'- 1!1 CJ Bid forms --Jrdex,,ds Fr<d Gliffin CJ Bid Responses 0 Cons1ruction l!I Consutants 0 Contr actor Correspondence General Contract eoa.nents and Si 0 Pro)OCI Drawings 1B O Public Meetngs l'J O Reol Pr()perty IB d D!m 0 Utilibes 00705 -l.Xban Vilag6 Central OJs:ter ~ 0070 S -txban Vilag6 Central Cluster! 00106 -l.l'ban Yilages SE 0..Ster Berry 00106 -l.l'ban Viloges SE 0..Ster NeN 0073J • Saritary Sewer Rehab Contrac 0075 5 -Mesqute Rd 2004 CIP Year 1 0 00768 • Dirks Road• Bryant !rm to Gc!- 00778 • Lebow Chamel Road • Altamesa to ~ D ... Dh TT • ~lh V\r ~ ~ ! 16,384 ~ ~ ~~ ~ Page 2 of 7 Two fil es w ill be upl oaded fo r each s ubmi tta l. A na ti ve sc hedul e fil e fo rm at e it he r Prim avera .xe r o r M S Proj ect .mpp a nd a PD F ve r s io n o f t h sch edul e w ill be upl oa d ed Veri fy th at th e fil e na me conta in s th e 5-di g it P roject ID , P roj e ct Name , a nd S ubm itta l Date and fo ll ows th e sta nd a rd na min g con ve nti o n . Initi a l sch edu le s u b mitta l w ill be la be le d as 'Base lin e ' fo r exampl e : 007 01-Fl axseedDrai nage l mp rove me nt s -B ase line Sc he dul e s ubmi ttal upd ates wi ll be la be le d w it h Sc hedul e S ub m itta l Date 'YYYY _MM ' fo r exa mpl e : 0 0 70 I -FlaxseedDra in age lmproveme nts-2 00 9 _01 Ex p and o r se lect th e Schedul es fo ld e r a nd a dd both t he na ti ve fi le a nd PDF fi le to the di rectory. Fro m t he Too l bar Se lect □Add D ocument C ITY OF FO RT WO RTH STAN D A RD CONSTRU CTION SPEC I FICATI ON DOCU M ENTS Revi se d JU L Y 20, 20 18 MAI N 34 , 100 , AN D DI 00 D RA INAGE A REAS S.S. IM PRO V EM ENTS C ity Project No. 02397-November 19, 20 19 CONFORMED 0032 15.4 -0 CONST RUCTION PR OG RESS SC HEDULE -SU BM ITT AL PROCESS Iii fortworthgov • Buzzsaw GJ[g)~ Fi e Edit V\ew Tools Help r~ oi> ~ , Md . ~::::i ~ ;;f'] , • .t ~"11 ~ x , )t'l ~ , D."O' , 61 Mail ~ J (';;, if] , ~ !;I ~ 1 11) • 1 j p . ct ~ l,;J, Drawing ] r0je i• rort,i■+F'lul&tlM Buzzsaw !ID Note I.• ,ol ~ Link 00 70 l • Flaxseed Dr ainage Improvemer c C::J L] Bid Forms ----,a Bid Responses ~ L] Construction Project Adm1n,stration ~ Projects Whars New Find Mail Recycle Bm 1:£ L] Consultants 0 Contractor L] Correspondence r:E • E:J General Contract Documents and Sped 1:£ a Project Dra wings L+l··O Public Meetings Ef L] Rea l Property E E:iif!!!'!.., Index.xis L]Utilties [£ (:] 00705 -Urban Vdlages Central Ck.Jster Six F I:£ l:t'J 0070 5 •Urban Vilages Central Cluster Soot Ef.;·{2J 00706-Urban Vill ages SE Cluster Berry -Rrv 1:£ l:t'J 00706 • Urban Vdlag es SE Cluster Near Eas Ef C:J 00730 • Sanitary Sewer Rehab Contract LX , i£ ~ 00755 · Mesqui te Rd 2004 CIP Year l (Des -· 1£ e:i 00 768 • Dirks Road · Bryant I rvin to Grant. [± ~ 0077'3 -Lebow Channel 1:£ l;'.J 00766 • Sunmer Creek & Sycamore School ~i Pfm¥W%&5r®! 1_, Folden, Author Fr ed Griffin Microsoft 1. ,-INM IA Select Browse and go to the location of the files on your desktop . Select Open t)Select Documents Attach Comment Send Email Notification Ale Nam e File Loca tion MyNetwori< Places Modif... Si ze §i:Mindjet MindMana~er Pro 7 [tlMusicnotes Pla yer li::)Active Projects ~BoarclingPass.pdf jj dearType Tum,g Qcool Record Edit Pro !i'J Crosswind PMP Exam Sim 7. 1 .j Crystal Reports 2008 ~Del Quck Reference Guide .pdf ~ Disk Defragment,r rJ' free Soond Recorder ~FreeSoondRecorder .exe !!i!:}LaptopSecurity liil!)iog;n.JPG ~NetMeeting Open Cancel The file will appear in the Buzzsaw Add to Project -Se lect Documents w ind ow Select Next. Page 3 of 7 CIT Y OF FO RT WORT H STAN DARD CONS TR UC TI ON SPEC IFI CA TI ON DOCU MENT S Revi se d J ULY 20 , 20 18 MA IN 34 , 100 , AND DI00 DRA INAGE AREAS SS IMPROV EMENTS City Project No . 02397-November 19, 20 19 CONFORMED 00 32 15.4 -0 CONSTR UC TION PROGRES S SCHEDULE -SU BM ITT AL PROCESS Do not se lect Fini s h at thi s tim e. Add to Project • Select Documents @rE) 0 Select Documents Att!ch Comment Send Email Notification << Cl Select doruments to add to the proj ect web site. You can also add to a D~tRegister (optional). Ii H, .. ~o~se, ....... JI r lndude: AutoCAD eAernal references File Name File Location Modf... Size [gjoo101-FlaxseedDrainagelmprovements_2009 _Jan .xer C:';)oa.rnent,; and ... 1/7/2... 74,250 r Add to Document fl.egister: SeiectaOoo.,mentPt:91sn:: - C: Add attrib1.Jt:es: to t.'.f-ie uplu,:,ded file~ in the: upload wiwrd r ConUr11Je without add!09 Jltributes Finish .::J Cancel Help Page 4 of 7 Yo u w ill be pl aced into t he Attach Comm e nt w ind ow to enter a reco rd in to th e Proj ect Sch edul e S ubmi tta l Log. Ent er t he Proj ect ID-P roj ect N a me -Submitta l in th e Subject Li ne. Type S ubmitta l a nd Comp a ny Na me into th e Comm ent w in dow a lo n g w it h Contac t Name a nd Contact Ph o ne N umbe r . Se lect N ext. Add to Project -Attach Comment @(8] ..::.::J ~ Create a comment that becomes the version description and first disrussion item for files being added. This step is optional Select Documents @ Attach Comment Sencf Email Notificaoon r !dd comment to new discussion Subject: I 00701-FlaxseedDrainagelmprovem en ts-Baseline Base line Schedule Submittal from 'Company Name· Contact Name Contact Phone Or Update Schedule Submittal from 'Company Name• for work performed up to January 31, 2009 Contact Name Contact Phone! < !l.ack Finish Cancel Help C ITY OF FORT WORTH STANDARD CON STRUCTION SPECIFIC AT ION DOC UM ENTS Revi sed JULY 20, 2018 MAIN 34 , 100, AND DI 00 DRAJNAGE AREAS S.S. IMP RO V EMEN T S C ity Proj ect No . 02397-Novembe r I 9, 20 19 CONFORMED 00 32 15.4 -0 CONSTRUCTION PROGRESS SCH EDULE -SU BM ITT AL PROCESS Page 5 of7 You w ill be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a li st of Project Contacts. Select the Project Manage r as the To Recipient and the Project Control s Group as the Copy Recipient. 5electDoo.Jl'nentw Att.Kh COmlncnt 0---· Not::ification :tu.tt, SocJ: :lus.1.M SOI.II ~~r,..~r. l!'f'Nl!wEa• Cor,tractlX "·· t CPe• (E2J Send email to other ptvjett rnembef's noufy;ng them of the new o,r-us,tiated f\les. This stet, r.; oc:,oondi e.~~t I JI' f ,~,1~1 .1\cJ Ll ...J..LlJ ..!..l J!:;.:_j .------------------------±J-------- SUb~t vr,t,tled ;:::;;;cr.,_;;;;;::;;: .. ;;:;,,.JJ:;;::r:;::;;:r~;;:;::::;;;;;;:;:iJ-,,;;;;:_,:,:;;;;;;--~To -> Tor,yS,,, P1·o ,,, Trey St . ., T ... S ... T roy J•... T ,.. J ,,. Jee.,, Troy w... T.,. w ... Tf'i ",,, U,.fl ,H.,, IJ,., H .. , E)&.,,. V~ •.• V •.• T .•. CF-.. . V\f;TQO',., Vii;: T •.• C ... .. Vida Mc;.,., V.,. M •• , CF .•• ~--· V.,. I(,., Cf',., W.ade . W .•. .P .• l"IO .•. Pfc, .•. Ne... Vk: .... 12/ .. , VIC, .. Ne... Pl"o ... 2/2A .. 1/5... Pro •.• 't/S ••• 31) ... Ne... .P .e. Wll!'Ody .,. \.'V,., C: •• , CJI •. , ◄/':!.... De •. , WII a-.. , Wil &... Cl-I.. Ne... Pn;, •.• Willarn. ... W ••• G,,, Am,.. Ne,.. r er ... W.-.C J. .. W... ~-•· 12/ .. , La ... Vv-.n,... ... 'I.,. F ,., PSI 1.l/,., :Z•d, I",.. l,.. !" •. , No... Nt.... Ci,,;,,. l'OR'dat,,, M,,, M ,,, NO,,, ,iw. ~ ... .A,,., t>.I .. , 01... 1/S, .. /?,-Fred Gf" •• , r.,. G.. CP"... l/7 . ., Sit ... !.Il .iiil. Pn;,}e(:t,,. s,. Sh.Iv.. s... 5"... o;... l/7... lnf .•. OK """"" ,__ Select the Paste Comment button to copy the Comment into the body of the email Select Finish . CITY OF FORT WORTH STANDARD CONST RUCTION SPECIF ICAT IO N DOCUMENTS Revi sed J ULY 20 , 2018 MAIN 34, 100 , AND DI00 DRAfNAGE AREAS S.S. IMPROV EMENTS City Proje ct No . 02397-Nove mb er 19, 201 9 CONFORMED 00 32 15.4 -0 CONSTR UC TI ON PROGR E S SC HE DU LE -SU BM ITTAL PROCESS Add to Project -Send Email Notification -@~ < < 18] 5""d emai1 to other project ~rs notifying them of th<, ne w or updated fi les. Ths step is optional Select Documents Attach Comment E)SenclEmail Notification I, .... _Paste _comment _ .... :l .t l~litJ I ~ ~ J..l..!J _!_l ~ FredGriflin ~ I Project Controls T earn ~ Slbject:j;.. 00_70_1_-Fla_x_seed_Dr_a_in_age_lnµ---ov_eme_n_ts_-6_a_seline _____________ _ Baseline Schedule SUbrnittal fi-om 'Compan y Name · Contact Name Contact Phone Or Update Schedule SUbmittal fi-om 'Compan y Name ' for work performed up to January 31, 2009 Contact Name Contact Phone <!l_adc ~ext Fnsh Cancel Help T he schedul e fil e is upl oad ed to t h e direct ory. A n e ma il is se nt to th e C ity 's Proj ect M a na ge r a nd Proj ect Control S pec ia li st. Iii fortworthgov Bunsaw ~[_QJ~ 61e ~t riew Iools ~ ¢, £J ldd •--..l~:n '•..t~~~x !;.J ~l z.:n;r @Mai Projed. I• IMW0rthgov .:.l {i1 8idR~ . ft.fdH!#t# ·• ~ Nan ... i,, Cl eonstu:oon i,, a CoosL1tan1s C]Conb"octo, El Coo-ro,pondonc, Geieral Cootrad Doa.ments and Sped If] C]Pro)ectOrOWl"\QS CJPl.blcMeeoogs R~al Property -1-Aaxseecl)r.mage.I~ovrm sindex.x!s · lkban Yilages Central Ouste' Six f · lkban ~ Ceri tral Ous~ Sout -lXban v._. SE Ck,st,r Berry-R,, • U'ban Wages SE OJste-Neil' fas • Saritary Sewer Rehab Contract LX --Rd2004CJPY.,. l(Des . Road · Bryait IrVl"I to Grartx -===' > ~ U pl o ad th e PD F fil e us in g th e s am e g uid e lin e . END OF SECTION 1.6,38-4 Microsoft Excel W... 11/21/2008 9: 71,250 XER Fie 1/8(2009 4:16 r-- Page 6 of 7 C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IF ICAT ION DOC UM EN TS Revi sed JULY 20 , 2018 M A IN 34, 100, AND DI 00 DRA INAGE AREAS S.S. IMPRO VE M ENTS C ity Proj ect No . 02397-Novembe r 19 , 20 19 CONFORMED DAT E NA ME Jul y 20 .2018 M. Jar rell C IT Y OF FO RT WORTH Initi al Iss ue 0032 15.4-0 CONS TR UC TIO N PROGRESS SCHEDULE -SU BM ITT AL PROCESS Page 7 of7 Rev is io n Log SUM MARY OF' C HANG E STANDARD CONSTRUCT ION SPEC IFI CAT IO N DOC UMEN TS Revised JULY 20 , 2018 MA IN 34 , 100 , AND D I00 DRA INAGE AREAS S.S. IMPROVEMENTS City Project No. 02397-Nove mbe r 19, 2019 CONFORMED THISPAGE INTENTIONALLY LEFT BLANK SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT 00 35 13 BID FORM Page 12 of 12 Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be requ ired to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicabi lity of these forms to your company . The referenced forms may be downloaded from the links provided below. http://www.ethics.state .tx .us/forms/CIQ.pdf http://www.ethics.state .tx .us/forms/CIS.pdf □ CIQ Form does not apply 0 CIQ Form is on file with City Secretary □ CIQ Form is being provided to the City Se9retary □ CIS Form does not apply 0 CIS Form is on File with City Secretary □ CIS Form is being provided to the City Secretary BIDDER: By : Teresa S Skelly ------ William J Schu ltz Inc dba Circle C Construction Comp PO Box 40328 Fort Worth , Texas 76140 Signature: /~u,.. J ~::1 Title: Presj END OF SECT ION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 Addendum No . 1 -C02397 Bid Proposa l Form -R2 (1 ).xis CONFORMED THISPAGE INTENTIONALLY LEFT BLANK SECTION 00 41 00 BID FORM 00 41 00 BID FORM Page 1 of 3 TO: The Purchasing Manager c/o : The Purchasing Division 1000 Throckmorton Street City of Fort Worth , Texas 76102 FOR: City Project No.: MAIN 34 , 100 , AND D100 DRAINGAGE AREAS SANITARY SEWER IMPROVEMENTS (Sanitary Sewers: L-23, L-27, L-29, L-34, L36, L-59, D-100, DS-105 , L-111 , L-1124 & L-1124A) 2397 Units/Sections : Unit I -Sanitary Sewer Improvements Unit II -Water Line Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees , if this Bid is accepted , to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and condition s of the Contract Documents . 2. BIDDER Acknowledgements and Certification 2 .1. In submitting this Bid , Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS , including without limitation those dealing with the disposition of Bid Bond. 2 .2 . Bidde r is aware of all costs to provide the required insurance , will do so pending contract award , and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2 .3 . Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group , association , organization , or corporation. 2.4 . Bidder has not directly or in directly induced or solicited any other Bidder to submit a false or sham Bid. 2.5 . Bidder has not solicited or induced any individual or entity to refrain from bidding. 2 .6 . Bidder has not engaged in corrupt , fraudulent , collusive , or coercive practices in competing for the Contract. For the purposes of this Paragraph : a . "corrupt practice" means the offering , giving , receiving , or soliciting of any thing of value likely to influence the action of a public official in the bidding process . b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels , or (c) to deprive City of the benefits of free and open competition . c . "collusive practice" means a scheme or arrangement between two or more Bidders , with or without the knowledge of City , a purpose of which is to establish Bid prices at artificial , non-competitive levels. d . "coercive practice " means harming or threatening to harm , directly or indirectly , persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 2 .7 Bidder accepts the terms and conditions listed in these documents . 3. Prequalification CI T Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATI ON DOCUMENTS Form Revised 20150821 Addendem No .1 -C02397 Bid Proposal Form -R2 (1 ).xis CONFORMED 00 41 00 81D FORM Page 2 of 1 2 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sanitary Sewer Line Improvements b. Water Line Improvements and Adjustments C. 4. Time of Completion 4 .1. The Work will be complete for Final Acceptance within 400 calendar days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions . 4.2 . Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid : a. Th is Bid Form , Section 00 41 00 b. Required Bid Bond , Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form , Section 00 42 43 d . Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e . MWBE Forms (optional at time of bid) f . Prequalification Statement, Section 00 45 12 g . Conflict of Interest Affidavit , Section 00 35 13 *If necessary, CIQ or Cl$ forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Am ount 6.1 . Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this proje ct. Only this figure will be read publicly by the City at the bid opening . # S. 1/.i'9 c '? e a~ ,, ,Oe-v, 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid = $5 ,745 ,825 .00 (Corrected Bid Amount -see attached Bid Tabulation ) C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFI CATION DOCU MENTS Fonn Revised 20150821 Addendum No. 1 • C02397 Bid Proposal Fonn -R2 (1).xls CONFORMED 00 41 00 BID FORM Page 3 of 12 Total Bid = $5,745,825.00 (Corrected Bid Amount -see attached Bid Tabulation) 7. Bid Submittal This Bid is submitted on December 19, 2019 Respectfully submitted , By Z:::::J~~ ' (Signatu~ Title : President Teresa S Skelly (Printed Name) Company : William J Schultz Inc dba Circle C Construction Comp, Address: PO Box 40328 Fort Worth , Texas 76140 State of Incorporation : Texas Email : t.skelly@circlecconstruction .com Phone : 817-293-1863 END OF SECTION CITY OF FORT WORTH STANDARD CONSTR UCTION SPECIFICATION DOCUMENTS Fonn Revised 20150821 by the entity named be low. Receipt is acknowledged of the Initia l following Addenda : Addendum No. 1: TSS Addendum No. 2 : TSS Addendum No . 3: Addendum No . 4 : Corporate Seal : Addendum No. 1 -C02397 Bid Proposal Fonn -R2 (1).xls CONFORMED THIS PAGE INTENTIONALLY LEFT BLANK UNIT PRICE BID Bidlist hem No . SECTION 00 42 4 3 PROPOSAL FORM Proje<:t llem Information Descript ion Specification Unit of Se<:tion No . Measure UNIT I: SAN ITARY SEWER IMPROVEMENTS l 3331.2109 21" CIPP 2 3331.5759 18 " PVC ASTM F679 Sewer Pipe, CLSM Backfill 3 3305 .3007 18 " PV C ASTM F679 Sewer Carrier Pipe 4 3331.5755 16" DIP C lass 250 Sewer Pipe, CLSM Backfill 5 3331.4215 15 " PV C DR-26 Sewer Pipe, LSM Backfill 6 3305 .3004 12" PVC SDR-26 Sewer Carrier Pipe 7 3331 .5750 Io• DIP Class 350 Sewer Pipe, CLSM Backfill 8 3331 .5749 I 0" PVC SDR-26 Sewer Pipe, C LSM Backfill 9 3331 .5747 s• PVC SDR-26 Sewer Pipe, CLSM Backfill 10 33 3 1.5748 8" DIP Class 350 ewer Pipe, CLSM Backfill 11 3305.3002 8" DIP Class 350 Sewer Carrier Pipe 12 3331.5746 6" DlP Class 350 Sewer Pipe, CLSM Backfill 13 3331.5745 6 " PVC DR-26 Sewer Pipe, CLSM Backfill 14 3305 .3001 6" D[P lass 350 Sewer Carrier Pipe 15 3331.5744 4" DIP Class 350 Sewer, CLSM Backfill 16 3305 . I 103 20 " Casing By Other Than Open Cut 17A• 3305 .1305 76 " AS Tunnel Liner Plate By Hand Tunneling (Min. 12 Gauge) 17B• 9999.0000 Wood Box Tunnel Alternative for DS-105 18 3305 .1305 60" Wood Box Tunnel By Other Than Open Cut 19 9999.0000 Brick or Concrete Bulkhead Closures of Tunnels 20 3305 .01 09 Trench Safety 21 3331 .0110 21 " Sewer Pipe, Point Repair 22 3331.310 I 4" Sewer Service 23 9999.0000 4" SOR 26 PVC Sewer Service Pipe 24 9999.0000 Connect to Existing Sewer 25 3301.0001 Pre-CCTV lnspection 26 3301 .0002 Post-CCTV Inspection (Final) 27 3339.0003 Wastewater Access Chamber 28 3331.3102 4" 2-Way Cleanout (0-IOOR) 29 3331.3202 6" 2-way Cleanout (D-IOOR , L-111 R, L-23R , L-34R) 30 3339.1001 4' Manhole 31 3339. l 002 4' Drop Manhole 32 9999.0000 4' Dia. Double Drop Manhole 33 3339.1003 4' Extra Depth Manhole 34 3339.1003 4' Extra Depth Drop Manhole c m • OF FORT WO RTH STAN.DARO CONSTRUCTION SPECIFICATION DOCUMENTS FOffll RcYis«I 20 120120 33 31 12 LF 33 31 21 LF 33 05 24 LF 33 11 10 LF 33 11 10, 33 31 12 , LF 33 31 20 33 05 24 LF 33 11 10 LF 33 1110, 33 31 12 , LF 33 31 20 33 11 10, 33 31 12, LF 33 31 20 33 11 10 LF 33 05 24 LF 33 11 10 LF 33 11 10 , 33 31 12, LF 33 31 20 33 05 24 LF 33 II 10 L F 33 05 22 LF 33 05 21 LF 00 00 00 LF 33 05 21 LF 00 00 00 EA 33 05 10 LF 33 31 22 , EA 33 31 23 33 31 50 EA 33 31 20 LF 000000 EA 33 01 31 LF 33 01 31 LF 33 39 40 EA 33 31 50 EA 33 31 50 E A 333910, EA 33 39 20 33 39 10, EA 33 39 20 33 39 10 , EA 33 39 20 33 39 JO , VF 33 39 20 33 39 10 VF 00 424) BID PROPOSAL P11e6 of l 2 ADD[ D M 0.1 Bidder's Application Bidder's Proposal Bid Uni1 Price Bid Valu e Quantity 8 34 $220.00 SI 83,480.00 15 $280 .00 $4,200.00 16 $270.00 $4 ,320 .00 4 $350.00 Sl ,400 .00 24 $260.00 $6,240 .00 257 $250.00 $64,250.00 269 $300 .00 $80,700.00 137 $250 .00 $34,250.00 1,597 $260.00 $415 ,220 .00 112 $300.00 $33,600.00 502 $260.00 S 130,520.00 51 $300 .00 $15,300.00 222 260 .00 57 ,720.00 107 $250 .00 $26,750.00 JO S230.00 $2,300.00 502 $850.00 $426,700 .00 273 oBid OBid 273 Sl ,500.00 $409,500.00 107 Sl,500.00 SJ60,500.00 3 SI0,000.00 $30,000.00 2,589 SS .00 $12 ,945 .00 2 $5,500.00 SI 1,000.00 43 Sl ,500.00 $64,500.00 250 $85 .00 $21,250.00 18 $5 ,500 .00 $99,000.00 3 ,731 S5 .00 $1 8,655 .00 3,911 $15.00 S5 ,665 .00 3 $5,500 .00 $16,500.00 I Sl ,200.00 Sl ,200.00 14 $2 ,500.00 S35 ,000.00 16 SS,500.00 $136 ,000.00 5 $10,500.00 $52,500.00 2 S15 ,000.00 $30,000 .00 37 550.00 $20 ,185 .00 29 $600.00 $17,400.00 Addmdun, No. I • Cll2397 Bid Proposal Fom . R2 (l ).>Js CONFORMED SECTIO N 00 42 43 PROPOSAL FORM UNIT PRICE BID Project It em lnfonnation Bidlist lien! Description 0 . 35 9999.0000 4' Extra Depth Double Drop Manhole 36 3339.1101 5' Manhole 37 3339.1102 5' Drop Manhole 38 3339.1103 5' Extra Depth Manhole 39 3339.1102 5' Dia. Extra Depth Drop Manhole 40 9999.0000 Cons truct Internal Drop I.a Existing L-2 3 Manhole (MH is Being Privalized) 9999.0000 Rehab Existing Concrete Manhole (E. 13th St. and 4 1 Commerce St., E. 15th St. and Commerce, W. 7th St. and Houston l., E. 4th l. and Grove, W. 7th St and Lamar St.) 9999 .0000 Rehab Existing Brick Manhole (W . 8th t. and Houston , 42 Sundance Courtyard on L-23, 13th St. Between Monroe and Jennings, 13th St. Between Lamar and Taylor, 10th t. Between Cherry and Macon, 10th t. Between Henderson and Florence) 43 3339.000 1 Epoxy Manhole Liner (Warren or C hesterton Lining Systems) 44 3301.0101 Manhole Vacuum Testing 45 3305 .0112 Concrete Collar 46 3305 .0114 Manhole Adjustment, Majo.r w/ Cover 47 0241.2201 Remove 4' Sewer Manhole 48 0241.5 001 Abandon Manhole 49 02412 101 4 " Sewer Abandonment Plug 50 0241 .2102 6 " Sewer Abandonment Plug 51 0241.2103 8" Sewer Abandonment Plug 52 0241 .200 I Sanitary Line Grouting 53 320 1.0616 Cone Pvmt Repair, Arterialflndustrial 54 3201 .0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 55 3201.0123 6' Wide Asphalt Pvmt Repair, Arterial 56 3214.0200 Brick Pvmt Repair in Counyard 57 32 14.0500 Brick Pvmt Repair (City Supplied) 58 32 13 .0401 6" Concrete Driveway 59 3213 .0303 6 " Cone Sidewa.lk 60 9999 .0000 6 " Granite Sidewalk 61 3213.0503 Barrier Free Ramp, Type M-1 62 3213 .0507 Barrier Free Ramp, Type P-2 63 3216.0 101 6 " Cone Curb and Gutter 64 9999 .0000 6" Granite Curb and Gutter 65 9999.0000 6" Asphalt Driveway/Parking Lot Repairs 66 9999.0000 Stonn Sewer l.alet Replacement (DS-100 Location) 67 9999.0000 tonn ewer Junction Box Replacement (DS-100 Location) 68 9999.0000 15 to 2 1-inch Storm Sewer Lateral Pipe Replacement (D - 100 Location) 69 9999.0000 Tree Protection 70 3292 .0100 Block Sod Placement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION l>OCUMENTS Form RMS<d l 0 120120 Specification Uni1 of Section No. Measure 33 39 10 F 33 39 10, EA 33 3920 33 39 10, EA 33 39 20 33 39 10, F 33 39 20 33 39 10 ,20 VF 000000 EA 00 00 00 ,A 000000 EA 33 39 60 F 33 01 30 EA 33 05 17 EA 33 05 14 EA 024114 EA 02 41 14 EA 02 4114 EA 024114 EA 024114 EA 024 1 14 CY 32 01 29 y 33 01 17 SY 3201 17 LF 32 14 16 SY 32 14 16 SY 32 13 20 F 32 13 20 SF 000000 SF 32 13 20 EA 32 13 20 EA 32 16 13 LP 000000 LF 32 0 1 17 SF 33 49 20 EA 33 49 JO 3341 10, LF 3441 10 000000 EA 32 92 13 00 424) BID PROPOSAL r.,,1 .r1 2 ADD E 'D M NO. I Bidder's Application Bidder's Proposal Bid Unit Price Quan lity Bid Value JI $700.00 $7,770.00 2 Sl2,000.00 $24 ,000 .00 4 $15,000 .00 $60,000.00 I $650.00 SI 1,765 .00 44 $750.00 $32,850.00 1 SS,500 .00 $8 ,500.00 4 SIS,000.00 $60,000 .00 6 $15,000.00 $90,000.00 288 $450 .00 $129,465 .00 34 $250.00 $8,500.00 34 $500.00 St 7,000 .00 I $5 ,500 .00 $5 ,500 .00 2 Sl ,500.00 $3 ,000 .00 5 $1,000.00 $5,000 .00 35 $2,500.00 $87,500.00 3 $3,000.00 $9,000.00 2 $3 ,500.00 $7,000 .00 38 $250.00 $9,500.00 190 $125.00 $23,750.00 348 $45 .00 $15,660 .00 784 $85 .00 $66,640 .00 175 S250.00 $43,750 .00 15 $150.00 $2,250 .00 5,134 $'25.00 $ l 28,350.00 435 $30.00 $13 ,050 .00 60 $85.00 $5 ,100 .00 I $3,500.00 $3 ,500.00 2 $4,500.00 $9,000.00 155 $50.00 $7,750.00 25 Sl25.00 $3 ,125 .00 4 ,695 $55 .00 $258,225.00 I $10,000 .00 SI0,000 .00 l $18,500.00 $18 ,500.00 50 $450.00 $22,500.00 35 $2,500.00 $87,500.00 40 $20.00 $800 .00 Md<odwn No. I • COll 97 Bid Pn,poul Form • IU Cl ).,h CONFORMED SECTI ON 00 42 43 PROPOSAL FORM UNIT PRICE BID Project 11cm Information Bidlist Item Description o. 71 3305 .0 103 Exploratory Excavation of Existing Utilities 72 0171.0 101 Construction Staking 73 0171.0102 As-Bui lt Survey (Red-Line Survey) 74 3305 .01 10 Utility Markers 75 347 1.000 I Traffic C ontrol (1nc ludes Flaggers) 76 9999.0000 Pedestrian Safety Plan and Controls (D-I00R, DS-105R, L· 23R, L-34Rl 77 34 71.0003 Traffic Control Details -Plan and Implementation 78 9999 .0000 DS-105 Bypass Pumping/Flow Control Plan, Including Onerational Costs (80 Day Duration) 79 9999.0000 L-23 Bypass Pumping/Flow Control Plan, Including Ooerational C osts (40 Dav Duration) 80 9999.0000 0-100 Bypass Pumping/Flow C ontrol Plan , Including Onerational Costs (20 Day Duration) 81 9999.0000 Metered Parking Space Revenue Re imbursement to Parking Services 82 9999.0000 Construction Allowance * -Bidder shall efecl either Bid Item 17 A or 178 CITY OF FORT WORTH ST ANDAR.D CO NSTR UCTION SP EOFIO. TION DOCUMENTS fonn Rcvi...s20 120 120 Specification Unit of Section No. Measure 33 05 30 EA 01 71 23 LS 01 71 23 LS 33 05 26 LS 34 71 13 MO 00 0000 MO 34 71 13 EA 000000 LS 000000 LS 000000 LS 00 00 00 LS 000000 LS OO •HJ BID PROPOSAl. Paa<Sofl2 AODE 'OUM 0 . I Bidder's Application B iddcr's Proposal Bid Unit Price Bid Value Quantity 2 $5,500.00 SI 1,000.00 I $25,000 .00 $25.000.00 I $15,000.00 SIS ,000.00 I $5 ,500 .00 $5 ,500.00 18.0 $10 ,000 .00 $1 80 ,000.00 8.0 S I 0,000.00 $80 ,000.00 10 .0 $5 ,500.00 S55,000.00 I $125,000.00 S 125 ,000.00 I $85 ,000.00 S85,000.00 I $65 ,000.00 $65,000.00 I $52,500.00 $52,500.00 I $150,000.00 Sl50,000.00 Total UNIT I: Sanitary Sewer Improvements = 54,826,SSO .OO Addadum No. I · C02397 Bid P._.t Fon,, · Rl (I µIs CONFORMED SECTI ON 00 42 43 PROPOSAL FORM UNIT PRICE BI D Project hem Information Bidlisthem Dcseription 0 . UN IT II: WATE R LJ EIMPROVEME I 331 1.0467 12" -900 PVC DR-14 Water Pipe , CLSM Backfill 2 3311.0244 8 " C-900 PVC DR-14 Water Pipe, CLSM Backfill 3 3311.0164 6" C-900 PVC DR-14 Water Pipe, CLSM Backfill 4 3311 .0064 4" C-900 PV C DR-14 Water Pipe, CLSM Backfill 5 3305 .2004 12 " DIP C lass 350 Wat.er Pipe, CLSM Backfill 6 3305.2002 8" DIP Class 350 Wat.er Carrier Pipe 7 3305 .1103 20" Casing By Other Than Open Cut 8 3305 .0109 Trench Safety 9 331 1.000 l Ductile Iron Water Fittings w/ Restraint 10 3312.3002 6" Gate Valve and Box II 3312 .3003 8 " Gate Valve and Box 12 3312.3103 8" Cut-in Gate Valve and Box 13 3312.3005 12 " Gate Valve and Box 14 3312 .0001 Fire Hydrant 15 3312.6002 6" Blow Off Valve 16 3312.2802 4" Water Meter and Vault 17 3201.0123 6' Wide Asphalt Pvmt Repair, Anerial 18 3201.0616 Cone Pvmt Repair, ArteriaVlndustrial 19 3213.0301 4" Cone Sidewalk 20 3213 .0401 6" Concrete Driveway 21 3216.0101 6" Cone Curb and Guner 22 3292 .0100 Block Sod Placement 23 0 I 71.0 IO I Construction Staking 24 0171.0 I 02 As-Built Survey (Red-Line Survey) 25 3305.0110 Uti lity Markers 26 3471.0001 TrafficControl 27 9999.0000 Pedestrian Safety Plan and Controls 28 3471 .0003 Traffic Control Details -Plan and Implementation 29 9999.0000 Metered Parking Space Revenue Reirnbursem nl to Parking Services 30 9999.0000 Construction Allowance T 110 •2 43 BID PROPOSAL r-,r9ofl2 ADDE OUM NO. I Bidde r's Application Bidder's Proposal pecification ni1of Bid nil Price B1d Value Section No . Measure Quontity (5th/Grove and Monroe/Texas) 33 II 10, LF 690 S250 .00 S172,500 .00 33 11 12 33 11 10, LF 430 $200 .00 S86,000.00 3311 12 33 11 10, LF 85 S200.00 Sl7,000.00 33 11 12 33 11 10 , LF 100 S200 .00 $20,000.00 33 11 12 33 05 24 LF 35 $300 .00 SI0,500.00 33 05 24 LF 100 $250.00 $25 ,000 .00 33 05 22 LF 100 S850 .00 S85,000.00 33 05 10 LF 1,340 SS .00 $6,700.00 33 11 11 TON 7 S9 ,500.00 $66,500.00 33 12 20 EA 6 Sl ,500 .00 $9,000.00 33 12 20 EA 11 $2 ,000 .00 S22 ,000.00 33 12 20 EA 2 Sl5,000.00 $30,000.00 33 12 20 EA 12 $3,500 .00 $42,000.00 33 12 40 EA I $4 ,500.00 $4 ,500.00 33 12 60 EA I SS,500.00 $8 ,500 .00 33 12 11 EA I $15 ,000.00 $15,000.00 3201 17 LF 691 S85 .00 $58,735 .00 32 01 29 SY 335 $125 .00 $41,875.00 32 13 20 F 99 $35 .00 $3,465 .00 32 13 20 SF 221 $35 .00 S7.735 .00 32 16 13 L F 153 $45 .00 $6,885 .00 32 92 13 SY 44 S20 .00 $880.00 01 71 23 LS I $10,000.00 SI0,000.00 01 71 23 LS I $8,500 .00 $8 ,500.00 33 05 26 LS I SS ,500 .00 $5,500.00 34 71 13 MO 2 $10,000 .00 $20,000.00 000000 MO 2 $8 ,500.00 Sl7,000 .00 34 71 13 EA 2 $5,500 .00 SI 1,000.00 000000 LS I $37,500 .00 $37,500.00 000000 LS I $70,000.00 $70,000 .00 Total UNIT II : Water Line l m p rovemenb; $613,275.00 IT I A D UNIT II TOTAL CO T = SS,439,825.00 T OTAL BlD= $5,439,825 .0 0 DOFSECTION CITY OF FORT WORTH STANO ARO CONSTRUCTION SPECIFICATION DOCUMEN"TS Fonn Rcvi...s20 120 120 Adda1dMtD No. I • C02397 8,d Proposal fonn • R2 {IJ.xb CONFORMED City of Fort Worth MAIN 34, JOO , AND DIOO DRAINAGE AREAS SANITARY SEWER IMPROVEMENTS -PART 1 City Project No. 02397 December 19, 2019 Bid Opening at 2:00 pm 12 /20/2019 BID TABULAT IONS Projecl llt"m In format ion Eng in e-er's OPCC Ci rcle C Construction Co mpany of Fon \Vorth, TX Bidhst Item l'k.-scnption Stx,-c 1tica11on IJmtof Bid Unit I'm:~ ffal Value lJ mt Pncc Hid V:t!UI: No Sc,,;tion No M.::usm-c Quantit\ UN IT I : S ANITARY SEWER IMPROVEMENTS I 3331.2 109 21" C IPP 33 31 12 LF 83 4 $140.00 $116,76000 $220.00 S I 83.480.00 2 3331.5759 18" PVC AS TM F679 Sewer Pipe, CLSM Backfill 33 3 1 21 LF 15 $2 10.00 $3 ,150.00 $280 00 $4 ,200.00 3 3305.3007 18'' PVC AS TM F679 Sewer Carrier Pipe 33 05 24 LF 16 $215 00 $3 ,440.00 $270 00 $4,320.00 4 3331.5755 16" DIP C lass :?50 Sewer Pi pe, CLSM Bac kfill 33 1 1 10 Lf 4 $190.00 $760.00 $350.00 $1 ,400.00 33 11 10, 5 3331.42 15 15 " PVC SD R-26 Sewer Pi pe, CLSM Backfi ll 33 3 I 12, LF 24 $185 .00 $4 ,440.00 $260.00 $6,240.00 33 3 1 20 6 3305.3004 12" PVC SDR-26 Sewer Carrier Pipe 33 05 24 LF 257 $140 00 $35,980 00 $250.00 $64,25 0.00 7 3331.5750 1 O'' DIP C lass 350 Sewer Pi pe, CLSM Backfill 33 11 10 LF 269 $155 .00 $41 ,695.00 $300.00 $80,700.00 33 11 10, 8 3331.5749 IO" PVC S DR -26 Sewer Pi pe, C LSM Backfi ll 33 31 12 , LF 137 $13000 $17,810.00 $250.00 $34,250.00 33 3 1 20 33 11 10. 9 333 1.5747 8" PVC SDR-26 Sewer Pipe. CLSM Backfi ll 33 31 12, LF 1.597 $110 00 $175 ,670.00 $260.00 $415,220.00 33 3 1 20 10 333 1.5748 8" DIP Class 35 0 Sewer Pipe, CLStvl Ba ckfill 33 11 10 LF 11 2 $125 00 $14 ,000.00 $300.00 $33 ,600.00 II 3305 .3002 8" D1.P Class 350 Sewer Carrier Pi pe 33 05 24 LF 502 $125 00 $62,750 .00 $260.00 $130,520.00 12 333 1.5746 6" DIP Class 35 0 Sewer Pi pe. CLSM Backfill 33 11 10 LF 5 1 $10000 $5 , I 00.00 S300.00 $15,300 .00 33 11 10, 13 3331.5745 6" PVC SDR-26 Sewer Pipe. CLSM Backfi ll 33 31 12, LF 222 $80.00 $17,760 .00 $260 00 $57,720.00 33 3 1 20 14 3305 .300 1 6" DIP Class 350 Sewer Carrier Pipe 33 05 24 LF 107 $110.00 $11 ,770 .00 $250.00 $26,750.00 15 3331.5744 4" D1.P Class 350 Sewer, CLSM Backfi ll 33 11 10 LF 10 $60.00 $600.00 $230.00 $2,300.00 16 3305 .1 103 20" Cas in g By Other Than Open Cu t 33 05 22 LF 502 $700.00 $351 ,400.00 $850.00 $426,700.00 17A* 3305 .1305 76" NAS Tunnel Liner Pl ate By Hand Tunneli ng (Min . ll 33 05 21 LF 273 $1,750.00 $477,750.00 No Bid No Bid Gauge) 17B* 9999 .0000 Wood Box Tunnel Al tern ati ve for DS-1 05 00 00 00 LF 273 $1 ,500.00 $409,500.00 18 3305 .1305 60" Wood Box Tunne l By Ot her Than Open Cut 33 05 21 LF 107 $1 ,200.00 $128,400.00 $1.500.00 $160,500.00 19 9999.0000 Brick or Concrete Bu lkhead Closures of Tunnel s 00 00 00 EA 3 $1,500.00 $4 ,500.00 $10,000.00 $30,000.00 20 3305.0 109 Trench Safety 33 05 I 0 LF 2,589 $2 .50 $6,472.50 $5 .00 $12,945 00 21 3331 .01 10 21" Sewer Pi pe, Po int Repa ir 33 31 22 . EA 33 3 1 23 2 $15,00000 $30,000.00 $5,500.00 S I 1,00000 22 3331 .310 1 4~ SewerSen.·ice 33 3 1 50 EA 43 $1,000.00 $43 ,000.00 $1,500.00 $64,500 .00 23 9999.0000 4" SDR 26 PVC Sewer Service Pipe 33 3 I 20 LF 250 $40.00 $10,000 00 $85 00 $21 ,250.00 24 9999.0000 Connect to Existing Sewer 00 00 00 EA 18 $500.00 $9,000.00 $5,500.00 $99,000.00 25 3301.0001 Pre-CCT V Inspect ion 33 0 1 3 1 LF 3.73 1 $4.50 $16,789 .50 $5 .00 $18,655 .00 26 3301 .0002 Post-CCTV Ins pection (Final) 33 0 1 31 LF 3,9 11 $3 00 $11 ,733 .00 $15 00 $58,665 00 27 333 9.0003 Wastewater Access Chamber 33 39 40 EA 3 $2 ,000.00 $6,000.00 $5,500.00 $16,500.00 28 3331.3102 4"2-WayCleanout (D-IOOR) 33 31 50 EA I $700.00 $700.00 $1,200.00 $1,200.00 29 3331 .3202 6" 2-\.\---ay Cleanout (D-I00R, L-111 R_ L-23R, L-34 R) 33 31 50 EA 14 $800.00 $1 1,200.00 $2 ,500.00 $35 ,000.00 30 333 9.1001 4' Manhole 333910, EA 33 39 20 16 $4 ,500.00 $72,000.00 $8 ,500.00 S 136.000.00 JI 333 9.1002 4' Drop Manhole 33 39 10, EA 5 $5 ,000.00 $25,000.00 $10,500.00 $52,500.00 33 39 20 32 9999.0000 4' Dia . Double Drop Manhole 33 39 10, EA 2 $6,000.00 $12,000.00 $15 ,000.00 $30,000.00 33 39 20 33 3339.1003 4' Extra Depth Manhole 33 39 10, VF 37 $200.00 $7,340.00 $550.00 $20,185 .00 33 39 20 34 3339. 1003 4' Extra Depth Drop Manhole 33 39 I 0 VF 29 $250 00 $7,250.00 $600.00 $17,400.00 35 9999.0000 4' Extra Depth Double Dro p Manhole 33 39 I 0 VF II $300.00 $3,330.00 $700.00 $7,770.00 36 3339.1101 5' Manhole 33 39 10, EA 33 39 20 2 $6,500 00 $13.000 00 $12,000.00 $24,000.00 37 3339.11 02 5' Drop Manho le 33 39 I 0, EA 33 39 20 4 $7,000.00 $28,000.00 $15,000.00 $60,000.00 38 3339.11 03 5' Extra Depth Manhole 33 39 I 0, 33 39 20 VF 18 $280.00 $5,068.00 $650.00 $11 ,765 .00 39 3339.11 02 5' Dia Extra Dept h Drop Manhole 33 39 I 0,20 VF 44 $300.00 $13 ,140 .00 $750.00 $32,850.00 40 9999.0000 Construct lmernal Drop In Existing L-23 Manhole (MH is 00 00 00 EA I $2,500.00 $2,500.00 $8,500.00 $8,500.00 Being Pri vatized) 9999.0000 Rehab Existing Concrete Manhole (E . 13th St. and 4 1 Commerce St., E. 15th St. and Comm erce, W. 7th St. and Houston St., E 00 00 00 EA 4 $2 ,000.00 $8,000 00 $15 ,000.00 $60,000.00 4th St. and Grove, W . 7th St and Lamar St .) 9999.0000 Rehab Existing Bri ck Manhole (W. 8th St. and Houston, 42 Sundance Courtyard on L-23 . I 3th St. Between Monroe and Jennings. 00 00 00 EA 6 $2 ,000.00 $12,000.00 $15,000.00 $90,000.00 13th St. Between Lamar and Taylor, I 0th St. Between Cherry and Macon , I 0th St. Between Henderso n and Fl orence) C0~.197 Do"ni.),,n SS Rd1:1h Pan l Bod Tahulahon 12-20• 19 .. ~ls City of Fort Worth MA I N 34, 100, AND DIO0 DRA I NAGE AREAS SAN I TARY SEWER IMPROV E MENTS -PART 1 City Project No. 02397 December 19, 2019 Bid Opening at 2:00 pm 12 /20/2019 BID TABULATIONS Projec l h <'m lnfonna1i on Eng in t'e r' OP CC C ircle C Construction Co mpan y o f Fort \\'orth~ TX 13idh-.t hem D, .. -scn p11on Sp, .. -c 1fo.:a11c,u l ln11 of Bid U nit Pri.x !fat V:1hk: lJ mtPncc B1d V:1hx N,, &'\;tion N0 M .. -osun: Q um1t11 ~ 43 3339 000 1 Epoxy Manhole Liner (Warren or Ches1er1on Lin ing Sys tem s) 33 39 60 VF 288 $200.00 $57,540.00 $450.00 $129,465.00 44 330 1.0 10 1 Manhole Vacuum T esti ng 33 0 1 30 EA 34 $450.00 $15,300 00 $250.00 $8 ,500 00 45 3305 .0 112 Concrete Collar 33 05 17 EA 34 $350 00 $1 1,900 00 $500 00 $17,000.00 46 330S .0I 14 Manhole Adjus tment. Major w/ Cover 33 05 14 EA I S l.800.00 $1,800.00 $5 .500.00 $5 ,500.00 47 024 1.2201 Rem ove 4' Se wer M anhol e 02 41 14 EA 2 $1,500.00 $3 ,000.00 $1,500.00 $3 .000.00 48 0241.500 1 Abandon Manhol e 02 41 14 EA 5 $1,000.00 $5 ,000 00 $1,000.00 $5.000.00 49 0241.21 0 1 4" Sewer Abandonment Plug 0 2 41 14 EA 35 $45 0.00 $15,750.00 $2.500 .00 $87,500.00 50 024 1.2 102 6~ Sewer Abandonment Plu g 02 41 14 EA 3 $650 00 $1,950.00 $3 .000 .00 $9,000.00 5 1 0241 .2 103 8" Sewer Abandonment Plu g 0241 14 EA 2 $1.000.00 $2,000.00 $3 ,500.00 $7,000.00 52 0241 .200 1 Sanitary Line Grouting 02 41 14 CY 38 $200.00 $7 ,600.00 $250.00 $9.500.00 53 320 1 06 16 Cone Pvmt Repair, Arterial/lndustnal 32 01 29 SY 190 $125.00 $23 ,750 00 $125 .00 $23 .750 00 54 3201 0202 Aspha lt Pvmt Repair Beyo nd D efi ned Width , Artenal 33 01 17 SY 348 $55 .00 $19.14000 $45 .00 $15,660.00 55 320 1.0 123 6' Wide Asphalt Pvnu Repai r. Artenal 32 0 1 17 LF 784 $75 .00 $58,800.00 $85 .00 $66,640.00 56 32 14 .0200 Brick Pvmt Repair m Courtyard 32 14 16 SY 175 $13500 $23 ,625 .00 $250 00 $43.750.00 57 3214.0500 Bnck Pvm1 Repair(City Suppl ied) 32 14 16 SY I 5 $140.00 $2 ,10000 S I 50.00 $2 .250.00 58 3213040 1 6" Concrete Ori vev.-ay 32 I 3 20 SF 5,134 $15 .00 $77.0 10 00 $25 .00 $128 .350 00 59 32 13 0303 6N Cone Sidewalk 32 13 20 SF 435 $1:!.00 $5 .220 00 $3000 $13,05000 60 9999 0000 6" Granite Sidewalk 00 00 00 SF 60 $30.00 $1 ,800.00 $85 .00 $5 ,100.00 6 1 32 13.0503 Barri er Free Ramp , T ype M-1 32 13 20 EA I $2.500.00 $2,500.00 $3 ,500.00 $3 ,500.00 62 32 13.0507 Ba rri er Free Ramp. T ype P-2 32 13 20 EA 2 $3 ,500 00 $7 ,000 00 $4 ,500.00 $9.000.00 63 3216.0 10 1 6" Cone Curb and Gutter 32 16 13 LF 155 $30.00 $4 ,650.00 $50.00 $7.750 00 64 9999.0000 6" Granite C urb and Gutter 0000 00 LF 25 $250.00 $6.250.00 $12 5.00 $3 ,125 00 65 9999.0000 6" Asphalt Dri veway/Parking Lot Rep.i irs 32 0 1 17 SF 4.695 $15 .00 $70,425 .00 $55 .00 $258,225 .00 66 9999.0000 Storm Se we r lnlet Replacem ent (DS-100 Loca ti on) 33 49 20 EA I $7.500.00 $7,500.00 $10,000.00 $10,000.00 67 9999 0000 Storm Sewer Jun ction Box Repl acemen t (DS-1 00 Locatio n) 33 49 I 0 EA I $5 ,000.00 $5 ,000.00 $18.500.00 $18,500.00 68 9999.0000 15 to 21 -inch St orm Sewer Lateral Pipe Replace ment (DS-33 41 10. LF 50 $150 00 $7,500.00 $450 00 $22 ,500.00 100 Locat1 on) 34 41 10 69 9999 0000 Tree Protecti on 000000 EA 35 $400.00 $14.000.00 $2.500 00 $87 ,500.00 70 3292.0 100 Block Sod Placement 32 92 13 SY 40 $10.00 $400 00 $2000 S800.00 7 1 3305.0 I 03 Exploratory Excava tion of Existing Utihues 33 05 30 EA 2 $2.500.00 $5 ,000.00 $5 ,500 00 $11 ,000.00 72 0 17 1.0 101 Construction Staking 0 1 71 23 LS I $11 ,550.00 $11 ,55000 $25,000.00 $25 .000.00 73 0 17 1.0 102 As-Built Survey (Red-Line Survey) 0 1 71 23 LS I $9,250.00 $9.250.00 $15.000.00 $15.000.00 74 3305 .0 11 0 Util ity Markers 33 05 26 LS I $7,500.00 $7,500.00 $5.500.00 $5 ,500.00 75 34 71.000 1 Traffic Contro l (Includes Fla gge rs) 34 71 13 MO 18.0 $20,000.00 $360,000.00 $10 .000.00 $180,000.00 76 9999.0000 Pedes trian Safet y Plan and Controls (D-I00R, DS-1 05R, L-00 00 00 MO 8.0 $3 ,000.00 $24 ,000.00 $10.000.00 $80.000 00 23 R. L-34RI 77 34 7 1.0003 Traffic Control Detail s -Plan and Implementat ion 34 71 13 EA 10.0 $1,80000 $18,000.00 $5 ,500.00 $55 .000.00 78 9999.0000 DS-1 05 Bypass Pumping/Fl ow Control Plan . Including 00 00 00 LS I $210.000.00 $210,000.00 $12 5.000 00 $125 ,000.00 Operational Costs (80 Dav Dura ti on) 79 9999.0000 L-23 Bypass Pumping/Fl ow Control Pl an, I ncluding Operational Costs (40 Da v Duration) 000000 LS I $ I 20.000.00 $120,000.00 $85 .000.00 $85 ,000.00 80 9999.0000 0 -100 Bypass Pum ping/Flow C ontrol Plan . Including 000000 LS I $97,500.00 $97,500 00 $65,000 00 $65 .000.00 Opera1i onal Costs (20 Da v Duration) 8 1 9999 0000 Metered Parkin g Space Reven ue Reimbu rsement to Parkin g 000000 LS I $52 ,500.00 $52.500 00 $52 ,500 00 $52.500 00 Serv ices 82 9999.0000 Construction Allowa nce 000000 LS I $150,000 00 $15 0,000.00 $150,000.00 $1 ,o.ooo 00 Total UNIT I : Sa nitary Sew er lmp,·ovem ent s = $3.853,728.20 $4_8 26,550.00 * -B itltlt>r sht1 /I select e ;,J,er Bid Ite m I 7A o r I 78 UN IT 11 : \VA T E R LINE IMPRO VEMENTS (5th/G rove and Monroe/Tf':rn s) I 331 1 0467 12 " C-900 PVC DR-14 Wat er p;pe, CLSM Ba ck fill 33 11 10. 33 11 12 LF 690 $150.00 $ I 03 ,500.00 $250 00 $ I 72,500.00 2 331 1 0244 8" C-900 PVC DR-14 Water p;pe _ CLSM Backfill 33 11 10, 33 11 12 LF 430 $125 .00 $53 ,750 00 $200.00 $86,000.00 3 33 11 0 164 6" C-900 PVC DR-14 Water p;pe_ C LSM Ba ck fill 33 11 10, 33 11 12 LF 85 $1 10.00 $9,350 00 $200.00 $17.000.00 4 33 11 0064 4" C-900 PVC DR-14 Water Po pe , C LSM Backfi ll 33 11 10, LF 100 $1 10.00 $11 .000.00 $200.00 $~0.000.00 33 I I 12 5 3305 .2004 12 " DIP Class 350 Water p ;pe, CLSM Baclfill 33 05 24 LF 35 $160.00 $5 ,600 00 $300.00 $10,500.00 6 330.5 .2002 8" D I P Class 350 Water Carrier Pipe 33 05 24 LF 100 $140 .00 $14.000.00 $250.00 $25 .000.00 7 3305 I I 03 20'" Casi ng By Other Than Open Cut 33 05 22 LF 100 $700.00 $70.000.00 $850.00 $85 ,000 00 8 3305 .0 109 Trench Safety 33 05 I 0 LF 1.340 $2 .50 $3,350.00 $5 .00 $6.700.00 9 33 11 .000 1 Ductile Iron W ater Fittings w/ Rest raint 33 11 11 TON 7 $3.000.00 $2 1,000.00 $9,500 .00 $66,500.00 10 3312 .3002 6" Gate Va lve and Box 33 12 20 EA 6 $1 ,250.00 $7 ,500 .00 $1,500 .00 $9.000.00 C-0~197 [)(M11h'"11SS Rdi.:oh P.u1 I RtJT:,hu labJII 12-20-19 ~I~ Ci ty of Fort Wort h MAI N 34 ,100, AND DI00 DRAI N AGE AREAS SA N I TARY S EWER IMPROV E M E NTS -PART 1 C ity P r oject No. 02397 Dec ember 19 , 2019 Bid Openin g at 2 :00 pm 12 /20/20 19 Bidhs! Item No I I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 BIO TABULATION S Project It em l nfon nalion Engineer's OPCC Circle C Cons11'Uc lion Company of Fon \\'orth. TX [}.:~'.npliun Spct;11ica1n,n l ln11ot' S..."\:tion No Measure Btd l lnil Pnc.: l)uant1l\ IJuJValu,.; tJmt Pnc..: B1d V:1luc 33 I 2.3003 8" Gate Va lve and Box 33 12 20 EA I I $1,500.00 $16.50000 $2,000 00 $22 .000 00 33 12.3 103 8" Cut-in Gate Val ve and Box 33 I 2 20 EA 2 $1 ,50000 $3 ,00000 $15 ,000.00 $30,000.00 33 12.3005 12" Gate Valve and Box 33 12 20 EA 12 $2 ,000.00 $24,000.00 $3,500 00 $42 ,000.00 33 12.000 1 Fire Hydrant 33 12 40 EA I $4,000.00 $4 ,000 .00 $4 ,500 00 $4 ,500 .00 33 12 .6002 6" Bl owOfTValve 33 12 60 EA I $2.500 00 $2,500.00 $8 ,500.00 $8 ,500 00 3312 .2802 4" Wat er Meter and Vau lt 33 12 11 EA I $2 ,500 00 $2.500 00 $15 ,000.00 S I 5.000 00 320 1.0123 6' Wide Asphalt Pvmt Repair. Arterial 32 01 17 LF 69 1 $7000 $48,37000 $85 00 $58 ,735 00 3201.06 16 Cone Pvmt Repair. Artenal/lndustnal 32 01 29 SY 335 $12 5.00 $4 1,875 00 $12 500 $41,875 00 3213 .0301 4'' Cone Side,valk 32 I 3 20 SF 99 $10.00 $990 .00 $35 00 $3 ,465 .00 3213 .0401 6" Concrete Drivev.'1ly 32 13 20 SF 221 $15 .00 $3 ,31500 $35 .00 $7,735 00 3216.0 10 1 6" Cone Curb and Guner 32 16 13 LF 15 3 $30.00 $4.590 00 $45 00 $6,885 00 3292 .0 100 Bl oc k Sod Pla ceme nt 32 92 13 SY 44 $10.00 $440 00 $2000 $880 00 0 1710101 Cons1ruction Stak in g 0 1 71 23 LS I $950.00 $950.00 $10,000 00 $10,000.00 0 171 0 102 As-B uilt Survey (Red-Lme Survey) 0 1 7 1 23 LS I $1.500 00 $1,50000 $8 ,500 00 $8 ,500 00 3305.01 I O Utility Markers 33 05 26 LS I $2 .000 00 $2 ,000.00 $5,500.00 $5 ,500 00 3471 0001 Traffic Control 34 7 1 13 MO 2 $20,000.00 $40,000 00 $10,000.00 $20,000 00 9999.0000 Pedestrnm Safety Pl an and Controls 00 00 00 MO 2 $3 ,000.00 $6,000.00 $8.500 00 $17,000 00 3471 0003 T raffic Control Detai ls - Plan and Impl ementat ion 34 71 13 EA 2 $1,800.00 $3,600.00 $5.500 00 $11 ,000.00 9999.0000 Metered Parking Space Revenue Reimbursement to Parkin g 000000 Services LS I $37,500.00 $37 ,500 00 $37,500 00 $37.500 00 9999.0000 Cons1ruct1on Allowance 00 00 00 LS I $70,000.00 $70,000.00 $70,000 00 $70,000 00 To1al tll\lT II : W:Ht•r Lin e l m provt"m e nts = $7 04,582.00 $9 19,275.00 UNIT I AND UN IT II TOTAL COST -$4 .558,3 l0.20 S5. 7~5,825.00 TOTAL B ID ; $4,558,3 10.20 $5,745,825.00 Nore: 1 he Tt>ltll A uwum Bid fi1r th e E11g111eer',\· Esttmutt h11 s u I 5 % co 111111gem :r mdmled Note: T he yell ow highlighled cell s (\Vater Bid lt<'m s I th rou gh S) wen· not inclu ded in the-conlractor's s u b-lota l original bid cost of $6 13,275.00 for lhe wate r linl" improvemt'nts. The g ree n highl ig htt>d s u b-total li sted fo r· tht> w:ltt.r line impro\-·e-m cnts on lhi s shet'I is the CO ITt'Ct a m ounl , :m d the cotTl"Ct water line toral cost is also r e n ected in the total bid cost shown in this bid tabul ation summary. T ht rontractor's rnb ulation oversight represtnt's a $306,000 incn•asf' a bovf' the wl'iUen bid of 55,439.825.00 tha t was submitted . All s ubmitted 5% b1d bonds. Acknowledged al l addenda (2 iss ued). Properl y e xec ut ed th e bid documents, and Complied with contrac1or submittal requirements per INVITATION TO B IDDERS 12120/19 Chris E. B r ooks , P.E. co::J97 l)oy,nhMnSS R,:hah r~n 1 B,JTahula1,,.:,n-12-2fl-19 .,Is CONFO RMED KNOW ALL BY THESE PRESENTS : SECTION 00 43 13 BID BOND 00 43 13 BID BO ND Page 1 of 2 That we , William J Schultz dba Circle C Construction Company , known as "Bidder" herein and ____________________________ a corporate surety duly authorized to do business in the State of Texas , known as "Surety" herein , are held and firmly bound unto the City of Fort Worth , a municipal corporation created pursuant to the laws of Texas , known as "City" herein , in the penal sum of five percent (5%) of B idder's maximum bid price , in lawful money of the Un ited States , to be paid in Fort Worth , Tarrant County, Texas for the payment of which sum well and truly to be made , we bind ourselves , our heirs , executors, administrators, successors and assigns , jointly and severally , firmly by these presents . WHEREAS , the Principal has submitted a bid or proposal to perform Work for the following proj ect designated as MAIN 34 , 100 , AND D100 DRAINGAGE AREAS SANITARY SEWER IMPROVEMENTS (Sanitary Sewers: L-23 , L-27 , L-29 , L-34 , L-36 , L-59 , D-100 , DS-105, L-111 , L-1124 & L-1124A) NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal , and the Principal shall satisfy a ll requ irements and cond it ions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same , then this obligation shall be and become null and void . If, however, the Principal fails to execute such Contract in accordance with the terms of same or fa ils to satisfy all requirements and conditions required for the execution of the Contra ct , th is bond shall become the property of the City , w ithout recourse of the Principal and /or Surety , not to exceed the penalty hereof, and shal l be used to compensate City for the difference between Princ ipal's total b id amount and the next selected bidder's total b id amount. PROVIDED FURTHER, that if any legal action be filed on th is Bond , venue shall lie in Tarrant County, Texas or the Un ited States District Court for the Northern District of Texas , Fort Worth Division . IN WITNESS WHEREOF , the Principal and the Surety have S IGNED and SEALED this instrument by duly authorized agents and officers on this the ____ day of ________ , 2019 . ATTEST : W itness as to Principal C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS Form Revised 20171109 PRINCIPAL : BY : Signature Name and T itle Conformed 00 41 00_00 43 13_00 42 43_00 43 37 _00 45 12_00 35 13_Bid Proposal.xis Address : SURETY : BY : Address : Signature Name and T itle 00 4 3 13 BID BON D Page 2 of 2 W itness as to Surety Telephone Number: Attach Power of Attorney (Surety ) for Attorney-in -Fact *Note : C ITY OF FORT WORTH If signed by an officer of the Surety Company , there must be on fil e a certified extract from the by laws showin g that th is person has authority to sign suc h obligation . If Surety's phys ical address is d ifferen t from its ma ili ng address , both must be prov ided . The date of the bond shall not be prior to the date the Co ntract is awa rded . ENDOF EC T IO STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 201711 09 Conformed 00 41 00_00 43 13_00 42 43_00 43 37 _00 45 12_00 35 13_Bid Proposal.xis SECTION 00 43 37 00 43 37 V END OR COMPLIA NCE TO STATE LAW Page 10of 12 VENDOR COMPLIANCE TO STATE LAW NON RES IDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to non resident bidde rs. T his 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 bus iness are outside the Sta te of Texas) bid projects for const ruction , improvements, supplies or serv ices in Texas at an amount lower than the lowest Texas res ident bidder by the same amount that a Texas res ident bidder wou ld be requ ired to unde rbid a non residen t bidder in order to obtain a comparable contract in the State wh ich the nonresiden t's pri ncipal place of bus iness i s located . The appropriate blanks in Section A must be filled out by all nonres ident bidders in order fo r your bid to mee t specifications . The fa i lure of nonresident bidders to do so will automatically disqual ify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , our principal place of bus iness , are req ui red to be % Here percent lower than res ident bidders by State Law . A copy of th e statute is attached . Nonresident bidders in the State of State Here or Blank , our pri ncipal place of business , are not required to underbid res ident bidders. B. The principa l place of bus iness of our company or our parent co m pany or majority owner is i n the State of Texas . ia BI D D ER: William J Schultz Inc dba Circle C Construction Company PO Box 40328 Fort Worth , Texas 76140 E D OF SECTION CITY OF FORT WORTH By: T eresa S Skelly (Signature ) Title: Presidenl Date: /.?-/9-/9 CONFORMED STANDARD CONST RUCTION SPECIFIC ATI ON DOCUMENTS Form Revi sed 20 110627 Adde ndum No. 1 -C0 2397 Bi d Propo sal Form • R2 ( 1 ).xis THIS PAGE INTENTIONALL Y LEFT BLANK SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 0045 11 - I BIDDERS PR EQUA LIFI CATIONS Page I o f 3 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid . Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13 , Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects . In order to expedite and facilitate the approval of a Bidder's Prequalification Application , the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (I) Classified Balance Sheet (2) lncome Statement (3) Statement of Cash Flows ( 4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm 's organizational documents (Corporate Charter, Articles of J ncorporation , Articles of Organization , Certificate of Formation , LLC Regulations, Certificate of Limited Partnership Agreement). c . A completed Bidder Prequalification Application. (I) The firm 's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts on line at the following web address www.window .state.tx.us/taxpermi t/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax nwnber. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www .dnb .com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification . These resumes should include the size and scope of the work performed. e . Other information as requested by the City . 2. Prequalification Requirements a. Fin ancial Statem ents. Financial statement submission must be provided in accordance with the fol lowing: (I) The City requires that the original Financial Statement or a certified copy be submitted for consideration. C ITY OF FOR T WO RTH M A IN 34. 100, AN D D I 00 D RA IN A GE A REAS S.S. IMPR O V EM EN T S STAN D A RD CONS TR UC TlON SPEC I FICATION DOCU M EN TS C ity Project No. 02397-Novemb er 19. 201 9 Revi se d Jul y L 20 11 0045 11-2 BIDD ERS PREQUA LI FICA TI ONS Pa ge 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public acco nting finn registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or re v iews on business entities within the State of Texas be properly licensed o r registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual , corporation , or limited liability company . ( 4) Financial Statements must be presented in U .S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, indepen dent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm 's opinion. It should: (1) express an unqualified opinion , or (2) express a qualified opinion on the statements taken as a wh le. (7) The City reserves the right to require a new statement at anytime. (8) The financial statement must be prepared as of the last day of any month , not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph I . (9) The City wil l determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets -current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be con idered satisfactory for prequalification purposes. ( I 0) In the case that a bidding date falls within the time a new financial statement is being prepared , the previou s statement shall be updated with proper verification. b . Bidder Prequaliflcation Application . A Bidder Preq ualification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothin g to report, the notation of "None" or "N I A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above w ill not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend , or modify any prequa l ification for failure by the contractor to demonstrate acceptable financial abili ty or perfomrnnce. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH M A IN 34. 100 , A N D DI00 DRAI NAG E A REAS S.S. IMPRO V EMENTS STAN DA RD CON ST RUC TION SP EC IFI CA TI ON DOCU M EN TS City Project No. 02 39 7 -November 19 .2019 Re v ised Jul y I . 20 11 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised lu1Y 1, 2011 THIS PAGE INTENTIONALLY LEFT BLANK 094512 BID FORM Page 11 of 12 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Sanitary Sewer Line Improvements Water mine Improvements and Adjustments List work type here or space Contractor/Subcontractor Company Name Circle C Construction Circle C Construction Campally Noma ma Ham or grinco GompanV Niante Here or spur* on Date 4/30/2020 4/30/2020 ii... .r . Urktn H-rf- or wac,�_ The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. ISID ER. William J Schultz Inc dba Circle C Construction Company PO Box 40328 Fart Worth, Texas 76140 END OF SECTION By: Teresa S S eily (Signature} Title: President Date: 1Z - / 9 - l CITY OF FORT WORTH i STANDARD CONSTRUCTION SPIECIFICATION DOCUMNNTB Form Revised 20120120 CONFORMED Addendum No. 1 - CO2397 Bid Proposal Fonn - R2 (1 ).xls THIS PAGE INTENTIONALLY DEFT BLANK FORTWORTH SECTION 00 45 13 BIDDER PRE QUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Name under which you wish to qualify Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) a MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block I and/or Block 2 is checked) Has fewer than 100 employees and/or ElHas Iess than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalitied. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter- and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, l 8-inches and smaller Sewer Bypass Pumping, 18-inches 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, I2-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINGAGE AREA S.S. IMPROVEMEN-rs STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 02397 - November 14, 2019 Revised December 20, 2012 004513-3 BIDDER PR EQUALIF I CATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 84nches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or Iess Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OP FORT WORTH MAIN 34, 100, AND D100 DRAINGAGE AREA S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 - November 14, 2019 Revised December 20, 2012 0045 13 - 4 BIDDER PREQ11ALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: (a) As a General Contractor: struction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requahfying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you?_ If so, where and why?, 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTII MAIN 34, 100, AND D100 DRAINGAGE AREA S.S. IMPROVEMENTS STANDARD CONSTRUCTION SP1C]FICATION DOCUMENTS City Project No. 02397 - November 14, 2019 Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whole do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY I DETAILED ADDRESS S 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. i I i 1? Wlint iG the con-truction exnerience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 11 if any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINGAGE AREA S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 - November 14, 2019 Revised December 20.2012 0045 13 - 6 13IDDFR PREQUALIFICAFION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. ,Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINGAGE AREA S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02347 -November 14, 2014 Revised December20, 2012 I 14. Equipment 0045 3 3 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 T TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 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 Various - TOTAL Similar types of equipment may be lumped together. It your term has more than su types or equipment, { you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINGAGE AREA S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 - November 14, 2019 Revised December 20, 2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OP FORT WORTH MAIN 34, 100, AND D100 DRAINGAGE AREA S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 - November 14, 2019 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION UAW Page I 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 MAIN 34, 100, AND D100 DRAINAGE AREAS SANITARY SEWER IMPROVEMENTS, City Project No. 02397. 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: William J. Schultz, Inc. dba Circle C Construction Company Company P.O. Box 40328 Address Fort Worth, TX 76140 By: Teresa S. Skelly (Please P''nt) Signature: a CfC��a Title: Vice President City/State/Zip (Please Print) 4nlnrnrlN/ MICHELE S:LANKFOIRMTHE STATE OF TEXAS §;� ' @� NotarySTATE OSCOUNTY OF TARRANT §,offNotwylDa&6IL4]i Comm..7.2023 BEFORE ME, the undersigned authority, on this day personally appeared Tyr-eza, S 1L1 , known to me to be the person whose name is subscribed to the foregoing in trument, and acknowledged to me that he/she executed the same as the act and deed of ?-r2e ,-5 1, for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this .2L} day of f�Q�I , 20,j MA Notary Public in and for the State exas END OF SECTION CITY OF PORT WORT] I MAIN 34, 100, AND D 100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 CONFORMED THIS PAGE INTENTIONALLY • LLT LANK 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 00 45 40 - 1 Minority Business Enterprise Specifications Page i of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 8% of the total bid value of the contract (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. Th%: Ofkmr ,hall deliver Ilse MBE documenintien in person to the appropriate ellip kkyee o1' the piimh&sing diviSioo and obtnln a d;oUliinc I-:ceipt. Such receipt shall be evideiicc Ilial the City received [lie ducuI]lE1]Wion in the time allocated, A faxed and/or emsilvd col,~ , w111 no I e accepted. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 9, 2015 1 2 3 4 5 6 00 45 40 - 2 Minority Business Enterprise Specifications Page 2 of 2 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. 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. 7 Any Questions, Please Contact The MIWBE Office at (817) 212-2674. 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 END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 9, 2015 00 52 43 - 1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 07-11s&0 is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and William J. Schultz, Inc. dba Circle C Construction Company, authorized to do 6 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 MAIN 34, 100, AND D100 DRAINAGE AREAS SANITARY SEWER 15 IMPROVEMENTS; Sewer Project Number 5601.6-0700430-CO2397-CO1783, Water 16 Project Number 56016-0600430-0O2397-001783,_City Project Number 02397 17 Article 3. CONTRACT PRICE I 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract ' 19 Documents an amount in current funds of Five Million, Seven Hundred Forte -Five Thousand, 1 20 Eight Hundred Twenty -Five and No/100 Dollars $5 745 825.00 . ^ I 21 22 Article 3. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 400 calendar days after the date when 25 the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof al lowed in accordance with Article 12 of the General Conditions. 1 27 4.2 Liquidated damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not 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, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof , Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) 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 38 39 40 41 CITY OF FORT WORTH MAIN 34, 100, AND D 100 DRAINAGL; AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised H. 15.17 CONFORMED 005243-2 Agreement Page 2 of 5 42 Article S. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between City and Contractor 45 concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form 49 1) Proposal Form 50 2) Vendor Compliance to State Law Non -Resident Bidder 51 3) Prequalification Statement 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MBE and/or SBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or yroven that all or some of the damages bein 82 sought were caused, in whole or in part, by any act, omission or negligence_ of the ci 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 CITY OF FORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 02397 — November 19, 2019 Revised 11.15.17 CONFORMED 005243-4 Agreement Page 4 of 5 126 127 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 128 in Section 808.001 of the Texas Government Code. By signing tltis contract, Contractor 129 certifies that Contractor's signature provides written verification to the City that 130 Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of f file 131 contract. 18% 133 7.8 Immigration Nationality Act. 134 Contractor shall verify the identity and employment eligibility of its employees who 135 perform work under this Agreement, including completing the Employment Eligibility 136 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 137 all 1-9 forms and supporting eligibility documentation for each employee who performs 138 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 139 establish appropriate procedures and controls so that so services will be performed by any 140 Contractor employee who is not legally eligible to perform such services. CONTRACTOR 141 SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, 142 LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 143 CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, 144 OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately 145 terminate this Agreement for violations of this provision by Contractor. 146 7.9 No Third -Party Beneficiaries. i 147 This Agreement gives no rights or benefits to anyone other than the City and the Contractor and L 148 there are no third -party beneficiaries. 149 150 7.10 No Cause of Action Against Engineer. 151 Contractor, it subcontractors and equipment and materials suppliers on the PROJECT or their 152 sureties, shall maintain no direct action against the Engineer, its officers, employees and 153 subcontractors, for any claim arising out of, in connection with, or resulting from the 154 engineering services performed. Only the City will be the beneficiary of any undertaking by 155 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 156 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 157 in any way responsible for those duties that belong to the City and/or the City's construction 158 contractors or other entities, and do not relieve the construction contractors or any other 159 entity of their obligations, duties, and responsibilities, including, but not limited to, all 160 construction methods, means, techniques, sequences, and procedures necessary for 161 coordinating and completing all portions of the construction work in accordance with the 162 Contract Documents and any health or safety precautions required by such construction 163 work. The Engineer and its personnel have no authority to exercise any control over any 164 construction contractor or other entity or their employees in in connection with their work or 165 any health or safety precautions. 166 t67 168 SIGNATURE PAGE TO FOLLOW 169 170 171 172 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised 11.15.17 CONFORMED 173 174 175 176 177 178 179 180 181 182 183 184 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: William J. Schultz, Inc. dba Circle C Construction Company By: (Signature) (Printed Name) Address: P. O. Box 40328 500 W. Trammell City/State/Zip: City of Fort Worth By: Dang Esurgh f Interim As stant CI Manager M&C 2jp-0(ZP16 Date: 02,/1,��[� --- Form 1295 No. 20IQ— �j q( Fort Worth,Texas 76140 025AZAM Date 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 requirements. JoMn R. Kasavich Engineering Manager oarnd Legality: Douglas W. Black Assistant City Attorney APPROVAL REC MMENDED: d L Christopher Harder, P.E. DIRECTOR, Water Departme t OFMCOAL RECORD Clr? SURETAN FT WORTH, TX CITY OF FORT WORTI I MAIN 34, 100. AND DWO DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSI'RFJC'I'ION SPF.CIF1CATiON DOCUMENTS City Project Na. 02397 — November 19, 2019 Revised I I.15.17 CONFORMED 2 3 4 5 6 7 8 9 10 11 12 BOND NO. TXC612307 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § 0061 13- 1 PERFORMANCE. BOND Page I of 2 KNOW ALL BY THESE PRESENTS: That we, William J. Schultz Inc. dba Circle C Construction Company, known as "Principal" herein and Merchants Bonding Company Mutual , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or snore), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known 13 as "City" herein, in the penal sum of Five Million Seven Hundred Forty -Five Thousand Eight Hundred 14 Twenty -Five and NO/l00 Dollars $5 745 225.00), lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by 17 these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 19 t E!s day of 2CLAaLLV 20 2c' , which Contract is hereby referred to and made a part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for 22 in said Contract designated as MAIN 34 100 AND D100 DRAINAGE AREAS SANITARY SEWER 23 IMPROVEMENTS; Sewer Project Number 56016-0700430-0O2397-001783 Water Project 24 Number 56016-0600430-0O2397-001783, City Proiect Number 02397. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 26 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 27 the Work, including Change Orders, under the Contract, according to the plans, specifications, and 28 contract documents therein referred to, and as well during any period of extension of the Contract that 29 may be granted on the part of the City, then this obligation shall be and become null and void, otherwise 30 to remain in full force and effect. CITY 01: FORT WORTU STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 1 1.15.17 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 — November 19, 2019 CONFORMED 16 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 0061 13 - 2 PERFORMANCE BOND Page 2 o f 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the le day of 20 20. ATTEST: (Principal) Secretary, Michele . Lankford �I Witness as to Principal Witness as to Surety, John A. Miller PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Com an BY: Signature Teresa S. Skelly, President Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 SURETY: Merchants Wking.Company (Mutual) BY: Signature Sheryl A. Klutts Attorney- in -Fact Name and Title Address: 6700 Westown Parkway_ West Des Moines IA 50266 Telephone Number: 1-800-678-8171 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE ARRAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised I I.15.I7 CONFORMED 0061 14-1 PAYMENT BOND Page I of 2 I BOND NO. TXC612307 2 SECTION 00 61 14 3 PAYMENT BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, William J. Schultz, Inc dba Circle C Construction Company, known as "Principal" 9 herein, and Merchants Bonding Company (Mutual), a corporate surety (sureties), duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly I 1 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of I 12 Texas, known as "City" herein, in the penal sum. of Five Million, Seven Hundred Forty -Five Thousand 13 Ei rht Hundred Twenty -Five and No1100 Dollars $5 745 825.00 , lawful money of the United States, to 1 14 be paid in Port Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 16 by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the z 18 day of �r1AaCA — , 20 which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 20 defined by law, in the prosecution of the Work as provided for in said Contract and designated as MAIN 21 34 100 AND D100 DRAINAGE AREAS SANITARY SEWER IMPROVEMENTS; Sewer Project i 22 Number 56016-0700430-0O2397-CQ1783 Water Project Number 56016-0600430-0O2397-001783 23 City Project Number 02397 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal ment bond beneficiary {as defined in Chapter 2253 of the 25 shall pay all monies owing to any (and all) pay 26 Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this 27 obligation shall be and become null and void; otherwise to remain in full force and effect. r 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. s CITY OF FORT WORT[I MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPEC[FICA,r[ON DOCUMENTS City Project No. 02397 — November 19, 2019 i CONFORMED Revised 1 1. ] 5.17 0061 14 - 2 PAYMENT BOND Page 2 of 2 2 3 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument 4 by duly authorized agents and officers on this 11-R5 day of �earuar�, 2020 ATTEST: (Principal) Secretary, Michele S. Lankford PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Company BY: Signature ` Teresa S. Skelly — President �"J1 Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 Witness as to Principal SURETY: Merchants Bon ' Company (Mutual) ATTEST: BY: Sig ature (Surety) Secret Witness as to Surety, John A. Miller Sheal A. IClutts, Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266-7754 Telephone Number 1-800-678-8171 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 7 showing that this person has authority to sign such obligation. If Surety's physical address is different 8 from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OP PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 02397 — November 19, 2019 Revised 11.15.17 CONFORMED 2 BOND NO. TXC612307 0061 19- 1 MAINTENANCE BOND Page I of 3 3 SECTION 00 61 19 4 MAINTENANCE'. BOND 5 6 THE STATE OF TEXAS § 7 § KNOW ALL BY THESE PRESENTS: 8 COUNTY OF TARRANT § 9 10 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal" herein 1 I and Merchants Bonding Company (Mutual), a corporate surety (sureties, if more than one) duly 12 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held 13 and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 14 State of Texas, known as "City" herein, in the sum of Five Million Seven Hundred Forty -Five Thousand 15 Eight Hundred Twenty -Five and No/100 Dollars (,$ 745 825.00 , lawful money of the United States, to 16 be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 17 City and its successors, we bind ourselves, out' heirs, executors, administrators, successors and assigns, 18 jointly and severally, firmly by these presents. 19 20 WHEREAS, the Principal has entered into a certain written contract with the City awarded 21 the 46 - day of-ClnfAA?C'U► 202Z, which Contract is hereby referred to 22 and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 23 labor and other accessories as defined by law, in the prosecution of the Work, including any Work 24 resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said 25 contract and designated as MAIN 34 100 AND D100 DRAINAGE AREAS SANITARY SEWER 26 IMPROVEMENTS; Sewer Project Number 5.6016-0700430-0O2397-001783 Water Project 27 Number 56016-0600430-0O2397-001783, City Project Number 02397, and 28 29 WHEREAS, Principal hinds itself to use such materials and to so construct the Work in accordance 30 with the plans, specifications and Contract Documents that the Work is and will remain free from defects 31 in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance 32 of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH MAIN 34, IM AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS t STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 ` Revised 11.15.17 CONFORMED 006t 19-2 MAINTENANCE. BOND Page 2 of 3 1 2 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 3 receiving notice from the City of the need therefor at any time within the Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any 6 defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, 7 then this obligation shall become null and void; otherwise to remain in full force and effect. 8 9 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed 10 defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or 11 reconstructed with all associated costs thereof being borne by the Principal and the Surety under this 12 Maintenance bond; and 13 14 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 15 County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; 16 and 17 18 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 19 recoveries may be had hereon for successive breaches. 20 21 22 CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pfoject No. 02397 — November 19, 2019 1 Revised 11.15.17 CONFORMED 0061 19-3 MAINTENANCE BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 1 ) day of F1 t—lorJAESCLJ 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 207w? ATTEST: (Principal) Secretary, Michele S. kford Witness as to Principal �4,r- Witness as to Surety, John A. Miller PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Company BY: O e Signature Teresa S. Skelly, President Name and Title Address: P. O. Box 40328 Fort Worth TX 76140 SURETY: MercXSignature in Com an Mutual BY: Sheryl A. Klutts Attorney- in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines,1A 50266 _ Telephone Nutnber: 1-800-678-8171 `Note: if signed by an officer of the 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 mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 — November 19, 2019 CONFORMED M E RCH AN w POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-i n -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1 ith day of February 2020 • `aya.aaaarrss� �a*-»ss MERCHANTS BONDING COMPANY (MUTUAL) 4�� R����.°,y-f%'; MERCHANT NATIONAL BONDING, INC. 2003 1933 �'; By t' t% *�''�`�•�......"••.�9ae�4y44 .r�'"�'. kA�President STATE OFIOWA ••ft"r°■aaaa*'�y' COUNTY OF DALLAS ss. On this 11th day of February 2020 , before me appeared Larry Taylor, to one personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ' 4P11. IA4� POLLY MASON o Commission Number750576 f My Commission Expires ,OWp January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) _ 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 1e day of t7.� 41 ?,02C s :. 133 Secretary POA 0018 (1120) Jim t3 MERCHANTS BONDING COMPANY. MERCI[ANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. BOX 14498 • DES MOINES, IOWA 50306-3498 • (800) 678-8171 - (515) 243-38S4 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. F.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2115) FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONS! I ENd i S DESCRIPTION PAGE AdditionalInsured Coverage..................................................................................................................................... 9 BailBonds................................................................................................................................................................... 9 Blanket Waiver of Subrogation ................................................................................................................................. 14 BodilyInjury and Property Damage..................................................................................................... .................. 1 Care, Custody or Control............................................................................................................................................ 3 Contractors Errors and Omissions.................................................................... .... 6 ' Contractual Liability (Personal & Advertising Injury) ElectronicData Liability.............................................................................................................................................. 1 GeneralLiability Conditions...................................................................................................................................... 13 IncidentalMalpractice................................................................................................................................................. 9 Insured.................................................................................................................................. ....... 9 Limited Product Withdrawal Expense........................................................................................................................ 3 Limitsof Insurance................................................................................................................................................... 11 Lossof Earnings......................................................................................................................................................... 9 LostKey Coverage..................................................................................................................................................... 8 - Newly Formed or Acquired Organizations............................................................................................................... 11 ' Non -Owned Watercraft............................................................................................................................................... 1 Property Damage Liability — Borrowed Equipment.................................................................................................... 1 Tenant's Property and Premises Rented To You................................................................................. ... 8 VoluntaryProperty Damage....................................................................................................................................... 2 COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. riRST CW®ICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and wilt apply unless excluded by separate endorsements) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 14 Copyright 2015 FCCI insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V -- DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the 'occurrence" that caused it. For purposes of this insurance, "electronic data' is not tangible property. SECTION I — COVERAGES, COVERAGE D. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE Insuring Agreement We will pay, at your request, for "property damage" caused by an "occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION HI LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL. GENERAL LIABILITY CGL 088 (01 15) The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; e. Motor vehicles; f. "Your product" arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a "seller", we will reimburse you for "product withdrawal expenses" associated with "your product" incurred because of a "product withdrawal" to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal" This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". CGL 088 (01 15) Includes copyrighted material of the Insurance Services OfFice, Inc., with its permission. Page 4 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: (a) Now, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal'; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect" means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product" which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal" will not be limited to those batches of "your product" which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 14 Copyright 2015 FOCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product Withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seiler" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor", we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) in the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. 1. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. n. Any liability for "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor' does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. COVERAGE H. LOST KEY COVERAGE 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your "employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $1,000. The limits of insurance will not be reduced by the application of the deductible amount. 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. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) SECTION I a COVERAGES, SUPPLEMENTARY PAYMENTS -- COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 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 applies. We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. 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 $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2016 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury' or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard`; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and f. Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 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; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: 8. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for .'property damage' arising out of any one "occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $6,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is $50,000. 10. paragraph 13. is added as follows: 13. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows. 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an 'occurrence" or an offense which may result in a claim. This requirement applies only when the 'occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following. (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. if you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an `occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this 'occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. 4. paragraph 6. is replaced with the following: 6. Representations CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 6. Transfer Of Rights Of Recovery Against Others To Us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the personlent:ty as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURE® o OWNERS, LESSEES OR CONTRACTORS AUTOMATIC STATUS WHEN REQUIRE® IN CONSTRUCTION AGREEMENT WITH YOU o ONGOING OPERATIONS AND PRODUCT'S -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE OPTIONAL Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section Il —Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) However, the insurance afforded to such additional insured(s) described above: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contractor agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV — Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc, with its permission. Page 2 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FCC] Insurance Group. COMMERCIAL GENERAL LIA13ILITY CC 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARYAN® NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: r (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 AUK'® FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE Airbag Coverage ..................... Auto Loan/Lease Gap Coverage BroadForm Insured..................................................................................................................................................1 Concealment, Misrepresentation or Fraud............................................................................................................... 4 Deductible................................................................................................................................................................. 3 Duties in the Event of Accident, Claim, Suit or Loss................................................................................................ 4 FellowEmployee......................................................................................................................................................2 f Fire Department Service Charge ........................ .....2 Other Insurance for Hired Auto Physical Damage Coverage...................................................................................4 r Loss of Earnings....................................................................................................................................................... 2 Lossof Use Expenses..............................................................................................................................................2 SupplementaryPayments........................................................................................................................................2 Transfer of Rights of Recovery against Others to Us............................................................................................... 4 TransportationExpenses..........................................................................................................................................2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) h. Your members, if you area limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees' that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions [~ a. Transportation Expenses We will pay up to $75 per day to a total maximum of $2,000 for temporary transportation expense incurred r by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary L transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos", or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $2,000. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2015 FCC[ Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) r d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto', under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto' is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto' is a covered "auto' under this coverage form and the loss payee of the covered "auto' is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: ` 3. We will not pay for "loss" due and confirmed to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto' you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs AA.b and A.1.c.but only: a. If that "auto' is a covered "auto' for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "Loss" caused by fire or lightning; and (2) "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) (3) Glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall apply to damage to the windshield of any covered "auto" or to safety glass. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. toss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General { Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section R. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTOMOBILE CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED o BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRE® BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated + below. i For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: ' 1. Any person or organization when you and such person have agreed in writing in a contract signed and ` executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is �— executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. III WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) 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. Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All TX Operations 3, Premium: I- The premium charge for this endorsement shall be 2 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. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Date Prepared: June 20, 2019 Carrier: Bridgefield Casualty insurance Company Effective Date of Endorsement: August 12, 2019 Policy Number: 196-43838 i Insured: William J Schultz Inc WIC 42 03 04 B (Ed. 6-14) Countersigned by: "Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 2014 NCCI" 0061 25- 1 CERTIFICATE OF INSURANCE Page I of I 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 ' 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 25 26 j 27 28 29 30 31 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July I, 2011 THIS PAGE INTENTIONALLY LEFTBLANK STANDARD GENERA., CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febakvy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology.......................................................................................................... I 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 Preconstructian Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Sebedules....................................................................................................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 a 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................... .......... Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................ ......... I t 4.01 Availability of Lands.................................................................................................................. I I 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 ........................ Article 5 — ............................................................................................. Bonds and Insurance ................ ........16 ' 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance ...................... ................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 ' Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 i Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 Revision: Februxy2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Pro}ect Schedule..........................................................................................................................21 6.05 Substitutes and "Or -Equals.. .......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification ............................ •............................................................................................ 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit........................................................................................................... .... ............... 34 6.24 Nondiscrimination.........................•----...................................................•----.................................35 Article7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site..........................................................................................................•-----... 35 7.02 Coordination................................................................................................................................36 Article8 - 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 S'1'ANDARDCONSTRuc,riON SPECIFICATION DOCUMENTS Revision: RInny2-2046 Article 10 - Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work ........ 3 8 ......................................................... 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders ....................... ..... 39 ............................................. 10.04 Extra Work.................................................................................................................................. 39 10.05 Notification to Surety ..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances ..................... ..........43 11.03 Unit Price Work..........................................................................................................................44 45 11.04 Plans Quantity Measurement...................................................................................................... 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 t Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work 13.03 Tests and Inspections ••48 .................................................................................. 13.04 Uncovering Work............................................................................................................. 49 ............................................. 13.05 City May Stop the Work ...................... ••••••.•..49 r 13.06 Correction or Removal of Defective Work .................................................. .......... ....... 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................... 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14,03 Contractor's WaiTanty of Title................................................................................................... 54 ' 14.04 Partial Utilization 14.05 Final Inspection...........................................................................................................................55 { 14.06 Final Acceptance ....................... ...55 14.07 Final Payment..............................................................................................................................56 14,08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................ 57 1 15.02 City May Terminate for Cause ..... 58 ......................................................... 15.03 City May Tenninate For Convenience ......................... .... 60 Article16 -Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORT]i STANDARD CONSTRUMION SPECIFICATION DOCUMENTS Revision: Febmay2,2016 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 ...................................... I...................................................... 63 CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehruary2, 201G 007200-1 GENERAL CONDITIONS Page I 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 tennis 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 instruinent 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. S. Bidding Documents The Bidding Requirements and the proposed Contact 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 WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febru&y2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claire —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 STANDARDCONS'1RUCTION SPECIFICATION DOCUMENTS Revision: FebnkuyZ2016 007200-1 GENERAL CONDITIONS Page 3 of63 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'Parlu 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. i 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas perforrning 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 STANDARDCONSTRUCT1oN SPECIFICATION DOCUMENTS Revision: Febnoy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 3 8. Final Inspection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements --Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is Iess. 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 ref Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard. conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans --- See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisiow Febmary2,2016 007200-1 GENERAL CONDITIONS Page 5 or63 51. Prqject 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 TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 63. Submittals --All drawings, diagrams, illustrations, schedules, and other data or infonnation which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71, Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD coma' RUCT1oN SPECIFICATION DOCUMENTS Revision: Febnaary2,2016 00 72 00 - l 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 oi, FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision! February2,2016 00 72 00 - 1 GENERAL CONDITIONS Page S 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 c?f 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 showla," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6nazy2,2016 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: 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. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy + within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbrtay 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10or63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract 'Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse ofDocuments A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmiry2,2016 007200-1 GENERAL CONDITIONS Page I of63 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 pennanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions, The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbmary2,2016 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 know 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 draw from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4, is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORT[-[ STANDARDCONSTRUCPION SPECIFICATION DOCUMENTS Revision: February2,2016 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 WORTI4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 14of63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwary2,2016 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 G 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 E been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the , fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity .from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4,04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 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 oflnsurance 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 STANDARDCONSTRUCT[ON SPECIFICATION DOCUMENTS Revision; FeMiary2,2016 007200-1 GENERAL CONDITIONS Page 17 of63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februaiy2,2016 007200-1 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. l I. 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 Contractors Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability.. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SFEC]FICATION DOCUMENTS Revision: Fehnuvy2,2016 00 72 00 - 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, iuiless 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 theirs may be liable. D. Railroad Protective Liabiliqif any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace if City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor Shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. if Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2,2016 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 per 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 WORTI I STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnrary2,2016 007200-1 GENERAL CONDITIONS Page 21 of63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,201G 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed. substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform. adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnry2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed. substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure Of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C_ City :s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.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 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reirburse 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. Contractors Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnmyZ2016 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 perfonned by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2,2016 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. Penaltv.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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if' Violation Not Resolved An issue relating to an alleged violation of Section 225 8.023, 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 parry 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 narne 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 Iess, 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 Laivs 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 prgfessionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 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 Iicenses. 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 Connnission 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, Iosses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARDCONSTRUC`I'ION SPECIFICATION DOCUMENTS Revision: February2, 201 G 007200-1 GENERAL CONDITIONS Page 28 of63 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 tune 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, Subehapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htt ://www.window.state.tx.us/taxvifo/taxforins/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTI I STANDAIW CONSTRUCT] ON SPECIFICATION DOCUMENTS Revision: Febmaiy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 03 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 Cio3 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 on,ner 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 Iocations 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 FOR"C WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 53 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, Iawns, 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 OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: l;ebivary 2, 2016 007200-1 GENERAL CONDITIONS Page 31 of63 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. Far -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 6.1 S.C. CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februaiy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work; Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb ary2,201b 007200-1 GENERAL CONDITIONS Pagc 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 1 from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDE IFICATION PROVISION_ IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN _PART BY ANX 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. T S INDEMNIFICATIOIS PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehitkvy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 34 oC63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION - OR NEGLIGEN + QF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. if professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200- 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title 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 t 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 WORTI 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 -- CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 43.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehivary2,2016 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract. Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTI-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnpmmy2,2016 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: 1, changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual 3 reasonable cost thereof Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as pray be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnory2,2016 007200- l 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 Clain 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. Cio)'s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febuaty2,20M 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, 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 11.01.13, 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 tine above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februaay2,2016 00 72 00 - 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 WORT]I STANDARD CONSTRUCTION SPECIF]CATiON DOCUMENTS Revision: Febmary2,2016 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 l 1.0l.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 Col actor's capital employed for the Work and charges against Contractor for delinquent payments. t 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractors Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -hid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 201 G 00 72 00 -1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item.. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with. Paragraph 10.01. 1. if the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIF] CATI ON DOCUMENTS Revision: rebruary2,2016 007200- 1 GENERAL CONDITIONS Page 45 of63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10, C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor .s Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l .A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF PORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febuary2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.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 PORT WORTH STANDARD CONSTRUCTION SPEiCHWATION DOCUMENTS Revision: Febmary2,2016 00 72 00 - 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 WOfffli STANDARD CONSTRUCTION SPF.CIFJCATJON DOCUMENTS Revision; Febnkmy2, 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 beat 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 confonn 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry 2,2416 007200-1 GENERAL CONDITIONS Page 50 of63 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 Iand or areas resulting therefrom. B. if Contractor does not promptly comply with the tenns of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision: Febnixy2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 1.3.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of'Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to ' accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARDCONSTRUCTTON SPECIFICATION DOCUMENTS Revision; Febway2,2016 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. S. The alnou nt of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF PORT' WORTH STANDARDCONSTRUC'1'ION SPECIFICATION DOCUMENTS Revision: Febn,ary2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final deterinination of quantities and classifications for Work performed u ider Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 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 suln 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 Docu><nents. 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 WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision: Febmiacy2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. -3 Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehmary2,2016 00 72 00 - 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 Dainage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter, 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC11-1CATION DOCUMENTS Revision: Febmary2,2016 00 72 00 - l 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 terns and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained. provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Cite May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B, Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: rcbn y2,Z016 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. if the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTr 1 STANDARGCONSTRUCTION SPFCIFICATION DOCUMENTS Revision: Felmiary2, 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 iprovided 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 terniinate 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. K If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPKIFICATION DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May .Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CPCY OF FORT WOR`171 STANDA3WCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6mary2,2016 007200-1 GENERAL CONDITIONS Page 61 of63 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 fmal 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 ternination 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.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FOKT WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtuuy2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other parry of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other parry. 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 WOWFII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Fcbmmy2,2016 007200-1 GENERAL CONDITIONS Page 63 of63 s 1 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 temlination 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 4vORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2,2016 0 1 I 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page I of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are .not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis forbidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4,01 A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of November 19, 2019: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None N/A N/A The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTIJ MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 5 SC-4.01A,2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of November 19, 2019: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None N/A N/A The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A. Record drawings from franchise utilities 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: RJN Group, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers` Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Proiect No.-02397 — November 19, 2019 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 007300-3 SUPPI.FMENTARY CONDITIONS Page 3 of 5 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: $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 owned and operated by: None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstnrct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract <Not Applicable> $NIA $NIA Not required for this Contract <Not Applicable> With respect to the above outlined insurance requirements, the following shal I govern: CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 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. 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 Appendix: 2013 Prevailing Wage Rates 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: None SC-6.095. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TxDOT permit for construction of L-1124R sanitary sewer improvements and waterline improvements (January 2020) 2. TxDOT perm it for construction of L-34R sanitary sewer improvements (January 2020) CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised January 22, 2016 00 73 00 - 5 SUPPLEMENTARY CONDITIONS Page,5 of 5 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 June 20, 4 2019: 5 6 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TxDOT Grove between 41h St. and Ph St. January 2020 TxDOT Henderson between lst St. and 2nd St. January 2020 7 _ 8 9 SC-7.02., "Coordination" 10 11 The individuals or entities listed below have contracts with the City for the performance of other work at 12 the Site: 13 Vendor Scope of Work Coordination Authority None None Norge 14 ! 15 16 SC-8.01, "Communications to Contractor" 17 18 None 19 20 SC-9.01., "City's Project Manager" 21 22 The City's Project Manager for this Contract is John Kasavich or his/her successor pursuant to written 23 notification from the Director of Water Department. 24 25 SC-13.03C., "Tests and Inspections" 26 27 None 28 ti 29 SC-16.01C.1, "Methods and Procedures" 30 31 None i 32 a 33 34 ' END OF SECTION CITY OF TORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised January 22, 2016 INTENTIONALLY DIVISION 1 GENERAL REQUIREMENTS l 01 11 00-1 SUMMARY OF WORK Page 1 of 3 SECTION 011100 1 SUMMARY OF WORK PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with 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 I - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] i 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work I . Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Prem ises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored oil the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 1 01 11 00-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements l . Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public orprivate Iands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any characterresulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 01 11 00- 3 SUMMARY OI, WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] i 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 [NOTUSED] 112 WARRANTY [NOT USED] t PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK SECTION 0125 00 SUBSTITUTION PROCEDURES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 01 25 00 - 1 SUBSTITUTION PROCEDURES Page I of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c, Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General I . Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control ofContractor; or, CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY'OF FORT WORfII ' MAIN 34, 100, AND Di 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 i 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if a. Submittal is not through the Contractor with his stamp ofapproval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMI.TTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE i A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S- IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised July 1, 2011 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on othertrades? C. Differences between proposed substitution and specified iteln? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature, as noted Firm Address Date Telephone For Use by City: Approved City Recommended Not recommended By Date Remarks Rejected Date Recommended Received late CITY'OF FORT WORTH MACN 34, 100, AND D100 DRAINAGE ARFAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 01 31 19-1 PRECONSTRUCCION MEETING Page] of3 i SECTION 0131 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures 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 Formsand Conditions of the Contract 1 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attendingmeetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section al 32 16 and provide at .Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work 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 cc, 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 MAIM 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised August 17,2012 } 01 31 19 - 3 PRF,CONSTRUCTION MEETING Page 3 of 3 I 1.5 SUBMITTALS [NOT USED] r 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] t 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] i 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED1 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] i END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE ARLAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised August 17, 2012 'HIS IMAGE LEFTBLANK 01 31 20- 1 PROJECT MEETINGS Page I of 3 f SECTION 01 31 20 PROJECT MEETINGS PART 1- GENERAL t 1.1 SUMMARY 3 A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of r potential problems B. Deviations 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 4 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS i A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and i specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attendingmeetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held wbenrequested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting I . After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqicct No. 02397 — November 19, 2019 Revised July I, 2011 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Pmject Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings I. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be l.imitedto: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engincees representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Docmnents o. Review monthly pay request CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqiect No. 02397 — November 19. 2019 Revised July 1, 2011 01 31 20-3 PROJECT MEETINGS Page 3 0173 p. Review status of Requests for Information 5. Meeting Schedule r a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings maybe held at the request of the: r a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] } 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] I 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOTUSED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FOR"1' WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 INTENTIONALLY LEFT BLANK 01 32 16 - 1 CONSTRUCTION PROGRESS SC14FDULE Page I of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Port Worth Schedule Guidance Document B. Deviations from this City of Port 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} 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. r 1.3 REFERENCES 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. Shall, 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 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July I, 2011 013216-2 CONSTRUCTION PROGRESS SCHF.DUL,F. Page 2 of 5 4. Schedule Narrative - Concise narrative of schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog ofwork 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOC[iMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of S D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. I . Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing tithe limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 2, Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of eitberthe Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised July 1, 2011 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE, Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. B. Coordinating Schedule with Other Contract Schedules . Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, tine City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation, 1.5 SUBMITTALS A. Baseline Schedule Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file fonnat and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process l . The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meetingthe standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] i 1.11 FIELD [SITE] CONDITIONS [NOT USED] i 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE- AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02397 — November 19, 2019 Revised July 1, 2011 THIS PAGE INTENTIONALLY LEFT BLANK I L FOR I'AIfl M01►1OfIM10 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 3233- 1 PRECONSTRUCTION VIDEO Page 1 of 2 A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. '. C. Related Specification Sections include, but are not necessarily limited to: i 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. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1 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] CITY OF FORT WORTII MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Page 2 of 2 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS Cily Project No. 02397 — November 19, 2019 I SECTION 0133 00 SUBMITTALS PARTI- GENERAL 1.1 SUMMARY 013300-1 SUBMITTALS Page 1 or 8 A. Section Includes: I . General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. 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 MAIN 34, 100, AND D100 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 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 G digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 0 1 -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 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 I inches to 8 %2 inches x 11 inches. 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 CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPFC]FICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopworlc (manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City"s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGF AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: I) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. I . Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be Iiable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the city. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) if Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals Samples I ) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH MAIN 34, 100, AND .DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review I . The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure froth the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code I 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE: AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 l) "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. Resubm ittals 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 mare than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the'submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L, Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will Iog each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOTUSED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 02397 — November 19, 2019 Revised December 20, 2012 01 33 00 - 8 SUBMITTALS Pagc 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 1 2 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 01 35 13 -1 SPECIAL PROJECT PROCEDURES Page 1 of 9 SECTION 0135 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad pen -nits areas j. Dust Control k. Employee Parking 1. Coordination with North Central Texas Council of Governments Clean Construction Specification is required 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 12 25 — Connection to Existing Water Mains 27 1.2 PRICE AND PAYMENT PROCEDURES 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates CITY 01; FORT WORTH MAIN 34; 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIPICA'r10N DOCUMENTS City PrgjeetNo. 02397 — November 19, 2019 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCFDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WOK"I'II MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Insulating cage -type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements asset forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company (example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. to b. Coordination with power company 1 1 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 13 lower the Iines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as "AIR POLLUTION WATCH DAYS". 27 b. Typical Ozone Season 28 1) May I through October 31. 29 c. Critical Emission Tirne 30 1) 6:00 a.m. to 10:00 a.m. 31 2. Watch Days 32 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 33 with the National Weather Service, will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m. whenever construction phasing requires the 37 use of motorized equipment for periods in excess of 1 hour. 38 2) However, the Contractor may begin work prior to 10:00 a.m. if: 39 a) Use of motorized equipment is less than 1 hour, or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight, Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WOR7111 MAIN 347 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 01 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 01 31 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing I 1 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 l ) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the projcct to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 1. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 01 35 13 - 5 SPECIAL PROJECT PROCLDURES Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information.- 1 ) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S, IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 01 35 13-6 SPECIAL PROJECT PROCEDL.RE•S Page 6 of 8 I b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. Coordination with North Central Texas Council of Governments (NCTCOG) Clean 5 Construction Specification 6 1. Comply with equipment, operational, reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 END OF SECTION 19 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IWROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.. - Project Name: Mapsco Location: Limits of Construction: 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: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. CCITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 013513-5 S13ECIAL PROJECT PROCE-DURES Page 8 of 8 1 EXHIBIT B E 4 RT WO_4 009 no. XXXX ft"S" rftwv: NOT'ICZ OF 1MMPORARY WATER SERVICE MTERRUPTION DUD_ TO UTELTTY E14 P OV;EIV ENTR 1N YOUR NEIGHBORHOOD, YOUR WATER 8 EkVICE WILL BE INTEIIRUM n OP4 BETWEEN THE HOURS OP_ _ _ AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CA E.I.- MR, —AT (CONTRACTORS 8UPENANTE-N DENT) (T)ELEPHON I. NUMBER) ER) OR MR. AT (CITY INSPECTOR) (TELKPJ40N9 NUMBER) THIS INC0NVENlF.N[:F. WILL 1a4' AS SFIOfIT AS POSSIBLE. THANK YOII, ,CONTRACTOR CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION] DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Fonns and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OP FORT WORTH MAIN 34, 100, AND DI00 DRAINAGL; AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised July I, 2011 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting, 3) Hard Copies a) 1 copy for all submittals submitted to the Prcj ect Representati ve b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents, 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OP FORT WORTH MAIN 34, 100, AND D100 DRAINAGF. AREAS S.S. IMPROVFMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I or4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work..including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies orauthorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OP FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prpject No. 02397 —November 19.2019 Revised July 1, 2011 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 or4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe workingconditions. B. Sanitary Facilities l . Provide and maintain sanitary facilities for persons on Site, a. Comply with regulations of State and local departments of health. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings l . Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S, IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 U15000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration ofthe project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 1 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities asneeded. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD loR] SITE QUALITY CONTROL [NOTUSED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 01 5000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION r CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July t, 2011 l 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pane 1 of SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1- GENERAL 1.1 SUMMARY ! A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS 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 isrequired. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Protect No. 02397 — November 19, 2019 Revised July 1, 2011 01 55 2G - 3 STREET USE PERMIT AND MODIl'ICA'1'IONS'I'O'I'RAI,'I,"1C CONTROL Page 2 of 2 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control; a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control, 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is notdelayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 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 [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised July 1, 2011 i f 01 57 13 - 1 STORM WATER POLLUTION PREVENTION ' Page 1 of 3 I i SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL E 1.1 SUMMARY i A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: i 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2, Division 1 — General Requirements 3. Section 3125 00 --.Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than I acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms l . Notice of Intent: NO] 2. Notice of Termination: NOT 3, Storm Water Pollution Prevention Plan: SWPPP 4, Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC 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. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTI-1 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 1 Revised July 1, 2011 01 57 13 -2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than l acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQrequirements 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 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQrequirements 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 toNOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) l copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division forreview CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 14, 2019 Revised July 1, 2011 I 01 57 13 - 3 STORM WATER POLLUTION PREVENTION I Page 3 of B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City l in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] f 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] F 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] i PART 2 - PRODUCTS [NOT USED] i PART 3 - EXECUTION [NOT USED] I END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397—NOWMI)cr 19, 2019 Revised July 1, 2011 THIS PAGE INTENTIONALLY LEFT BLANK SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART 1- GENERAL 1.1 SUMMARY 01 58 13- 1 "TEMPORARY PROJECTSIGNAGE Page 1 of 2 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Itern is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 3 i 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 [NOTUSED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOTUSED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised July 1, 2011 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 2 of 2 B. Materials 1. Sigh a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 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. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR 1 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] 3.11 CLOSEOUT ACTIVITIES [NOTUSED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOTUSED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 ! A. Section Includes: 1. References for Product Requirements and City Standard Products List 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 [NOT USED] 1.3 REFERENCES [NOT USED] i 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources102 - Construction DocurnentslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed oil the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. f 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 01 60 00 - 2 PRODUCT REQUIRL'MLNTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] IJI FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 h 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 3 l SECTION 0166 00 r PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY iA. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery [ 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to.- 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised hily I, 2011 016600-2 PRODUCTSTORAGE AND HANDLING REQUIREMENTS Page 2 of 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control ofpremises. 7. Store in manufacturers' unopened containers. S. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH I MAIN 34, 100, AND D100 DRAINAGE ARRAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19.2019 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND 14ANDLTNG REQUIREMENTS Page 3 of 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. i B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE INOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OP FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1.2011 THIS PAGE INTENTIONALLY 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page l of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Mobilization and Demobilization 8 a. Mobilization 9 1) Transportation of Contractor's personnel, equipment, and operating supplies 10 to the Site 11 2) Establishment of necessary general facilities for the Contractor's operation 12 at the Site 13 3) Premiums paid for performance and payment bonds 14 4) Transportation of Contractor's personnel, equipment, and operating supplies 15 to another location within the designated Site 16 5) Relocation of necessary general facilities for the Contractor's operation 17 from 1 location to another location on the Site. 18 b. Demobilization 19 1) Transportation of Contractor's personnel, equipment, and operating supplies 20 away from the Site including disassembly 21 2) Site Clean-up 22 3) Removal of all buildings and/or other facilities assembled at the Site for this 23 Contract 24 c. Mobilization and Demobilization do not include activities for specific items of 25 work that are for which payment is provided elsewhere in the contract. 26 2. Remobilization 27 a. Remobilization for Suspension of Work specifically required in the Contract 28 Documents or as required by City includes: 29 1) Demobilization 30 a) Transportation of Contractor's personnel, equipment, and operating 31 supplies from the Site including disassembly or temporarily securing 32 equipment, supplies, and other facilities as designated by the Contract 33 Documents necessary to suspend the Work. 34 b) Site Clean-up as designated in the Contract Documents 35 2) Remobilization 36 a) Transportation of Contractor's personnel, equipment, and operating 37 supplies to the Site necessary to resume the Work. 38 b) Establishment of necessary general facilities for the Contractor's 39 operation at the Site necessary to resume the Work. 40 3) No Payments will be made for: 41 a) Mobilization and Demobilization from one location to another on the 42 Site in the normal progress of performing the Work. 43 b) Stand-by or idle time 44 c) Lost profits CITY OF PORT WORTH MAIN 34, 100, AND DI00DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBIL,T7.ATION Page 2 of 4 1 3. Mobilizations and Demobilization for Miscellaneous Projects 2 a. Mobilization and Demobilization 3 1) Mobilization shall consist of the activities and cost on a Work Order basis 4 necessary for: 5 a) Transportation of Contractor's personnel, equipment, and operating 6 supplies to the Site for the issued Work Order. 7 b) Establishment of necessary general facilities for the Contractor's 8 operation at the Site for the issued Work Order 9 2) Demobilization shall consist of the activities and cost necessary for: 10 a) Transportation of Contractor's personnel, equipment, and operating 1 I supplies from the Site including disassembly for each issued Work 12 Order 13 b) Site Clean-up for each issued Work Order 14 c) Removal of all buildings or other facilities assembled at the Site for 15 each Work Oder 16 b. Mobilization and Demobilization do not include activities for specific items of 17 work for which payment is provided elsewhere in the contract. 18 4, Emergency Mobilizations and Demobilization for Miscellaneous Projects 19 a. A Mobilization for Miscellaneous Projects when directed by the City and the 20 mobilization occurs within 24 hours of the issuance of the Work Order. 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 [Consult City Department/Division for direction on if 28 Mobilization pay item to be included or the item should be subsidiary. Include the 29 appropriate Section 1.2 A. I J 30 I. Mobilization and Demobilization 31 a. Measure 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 are subsidiary to the various Items bid and no other compensation will be 36 allowed. 37 2. Relnobilization for suspension of Work as specifically required in the Contract 38 Documents 39 a. Measurement 40 1) Measurement for this Item shall be per each remobilization performed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under "Measurement" will be paid for at the unit 44 price per each "Specified Remobilization" in accordance with Contract 45 Documents. 46 c. The price shall include: CITY OF PORT WORT11 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZA ION Page 3 of 4 1 1) Demobilization as described in Section 1.I.A.2.a.1) 2 2) Remobilization as described in Section 1.I.A.2.a.2) 3 d. No payments will be made for standby, idle time, or lost profits associated this 4 Item. 5 3. Rein obi Iization for suspension of Work as required by City 6 a. Measurement and Payment 7 1) This shall be submitted as a Contract Claim in accordance with Article 10 8 of section 00 72 00. 9 2) No payments will be made for standby, idle time, or lost profits associated 10 with this Item. 11 4. Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price per each "Work Order Mobilization" in accordance with Contract 19 Documents. Demobilization shall be considered subsidiary to mobilization 20 and shall not be paid for separately. 21 c. The price shall include: 22 1) Mobilization as described in Section 1.1.A.3.a.1) 23 2) Demobilization as described in Section 1.1.A.3.a.2) 24 d. No payments will be made for standby, idle time, or lost profits associated this 25 Item. 26 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 27 a. Measurement 28 1) Measurement for this Item shall be for each Mobilization and 29 Demobilization required by the Contract Documents 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 per each "Work Order Emergency Mobilization" in accordance with 34 Contract Documents. Demobilization shall be considered subsidiary to 35 mobilization and shall not be paid for separately. 36 c. The price shall include 37 1) Mobilization as described in Section 1.1.A.4.a) 38 2) Demobilization as described in Section 1.1.A.3.a.2) 39 d. No payments will be made for standby, idle time, or lost profits associated this 40 Item. 41 1.3 REFERENCES [NOT USED] 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 45 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit) Project No. 02397 — November 19, 2019 Rev ised November 22.2016 01 70 00 - 4 MOBILIZATION AND REMORILIZ..ATION Page 4 of 4 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 END OF SECTION CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE, AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22, 2016 01 71 23- 1 CONSTRUCTION STAKING AND SURVEY Page I of 7 SECTION 01 71 23 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 i 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" shal I 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 I) 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 WORTiI MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397—November 19, 2019 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump suln 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, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 L4 ADMINISTRATIVE REQUIREMENTS A.The Contractor's selection of a surveyor must comply with Texas Government Code 2.254 (qualifications -based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 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 MAIN 34, 100, AND D100 DRAINAGF, AREAS S.S. rMPROVFMFNTS STANDARD CONs,rRUCrION SPECIFICATION DOCUMENTS City Prqiect No. 02397 — November 19, 2019 Revised February 14, 2018 01 71 23-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 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. Submit 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 — AttachmentA — 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 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised Tcbruary 14, 2018 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunnel ing. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notes used 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 carriorpipe. G) 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 fines 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 -oats, 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) Storniwater—Not Applicable CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 02397 — November 19, 2019 Revisal February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 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 [NOTUSED] 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 (S 17-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefrle (.shp) CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2018 01 71 23 -6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 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.Toierances: 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 all 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 earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should notexceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 fttolerance. 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 fit. 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 -established 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 WORTII MAIN 34, 100, AND DI00 DR.AINAUE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2018 i 01 7123 - 8 CONSTRUCTION STAKING AND SURVEY Page 7 of I 3.2 EXAMINATION [NOT USED] 1 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION AM 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. f 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 RE -INSTALLATION [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 easements 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 3"' party contracted surveyor are not intended to relieve the contractor of his/her responsibility foraccuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.1.1 CLOSEOUT ACTIVITIES [NOT USE, 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S,S, IMPROVEMENTS STANDARD CONSTRUCTION SPF•'CI ICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2018 THIS PAGE INTENTIONALLY LEFT BLANK FORTWORTH@ Section 01 71 23.01 - Attachment A Survey Staling Standards February 2017 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 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. For projects on TXDOT 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 1. 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 D:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 M r 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 r 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 WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS 1 PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER Ill. Standard Staking 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 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 3 of 22 IV. Surveb Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: httr. ` fortworthtexas.gov itsolutions GIS Look for `Zoning Maps'. Under'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. 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 I. 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 GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. 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, 'X' 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. II. 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 0ASpecs-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. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4ZO.Z_Feet Projection: Lambert_ Conformal_ Conic False_Easting: 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 t Noie: Regardless of what datum each particular project is in, deliverabies 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 ! he NAD83, TX North Central 4202 zone. See Pre erred File Naming Convention below F. Preferred Deliverable Format Axt csv 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 fora prooect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv 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 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 ,.t W � f1] J (.rl _Z W _.J EL 1016 EL.= 100.00 Elf W — CL= LS - M V) [ i J LL €---- �.. t�I!I U f 0 W C)�^.✓ CP #1 N=5000.a0 E=5000.0E W W C5 j i J LLJ L LL 3) ] m Y y L�.yLJ �L V. dater Stak Standards 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 7 of 22 A. Centerline Staking— Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. 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 III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example dater Stakes 0ASpecs--Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 i Z 0 U 1 (Y w n Ld i� Ld CD L� im 7'0/5�- wA cA a� [ i FI I C-102 t 7 STA-1+72.51 F C-3-81 14i7 EL— 7f)3.1�` m � w J �i U �} m € L Ld( U" 1 �E- f C_ CL y u, Z'`�' z n cr,+ U., 15 F. CE Ld r z G p M I] 7 Y LY W a F C� w za x �m VI. Sanitary Seyverr Staking 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 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 400' 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 Vlll. 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 il. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes 1. 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 Ill. RIM grade should only be on the stake when provided in the plans 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 10 of 22 Example Sanitary Sewer Stakes La r- 2 w�� w i r� 3 W p Chi � J }s_p 4 II 7' 0/ S5 LL __.. A N but -• f h� WarJam a � y I a d' 4 �w �n C LL- rill w ce, Lv�4 ¢s 6 z f � W 1 t { � � � y S a 5 a eR I- ; 9 C _ I joy L � ? Ld IL f o 2r� a� s ar a [i _ if tTi a � CS CQSpecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking— Straight Line Tangents I. 1 offset stake every 200' on even stations li. Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stokes 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 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK CURB — — — FLCML]Nr= — — E )G OF PA%1&—iE YT— Example Storm Inlet Stapes FRONT (SIDE FACING ) NO m 0 TI r � m 1 BACK BACK (9OE FA NC R.O.W.) :z {SEIE FADNG mcm) 46 IDEMi1RES 9wi•IIOH POINT UP OF THE �1FaC I�jiT F I 4 EEWO STAYED 61 c• y�� i - E Hue • . I yAlIng m INLET S'ThTION 40M r.cwx-nrl+ e iS t N (IF i{:iTU LNa PUiN3] 7 Sf � T%C I ICEIQTTFr3 ��VAW TO TOP OF f URru i O 112RUFlES ,RADE 4- 1 •' TO FLJDYAJNE 1 n FRONT (SIDE FACING m II_,g]-! II lieNwiICH FNI) €f- TW WN€' III'ING STAKED �I t T/r O !4 FL . I DISTANCES FOR INI ETS --�- - STANDARD 10' — 18' RECESSED W •- 2d STANDARD DOU13L.E 10' — 26.67 1i11B WITH TO.CY•. _ _ — — RECESD Dqk BsL iq' - a2 6Y — I — — SE I RACK DF :WLET t-I ❑I A�AMHOLE `' � I i}I •+• RIM DVOK OF CURB FACE OF INLET EAGE CIF F'AWIWENT FACE OF INLET 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 13 of 22 —EDGE CF PAVEMENT— VIII, Curb and Gutter Staking 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 60D 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 0ASpecs-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 HU B Example Curb & Gutter Stakes FRONT (SIDE FACING) n FRONT O IDIIITIFlEs F7lCi FRONT (SIDE FACING IZ) I'.II iT r-F Ai FRONT 6 T ., r (SIDE FACING ) I:;ENTWI s s�€ PT Pe 57DE FACING �.) Pon T Cf IIIR AIlV E � BACK IDPIITiFIM C M:T 15 TC- (SIDE FACING R.O.W.) BACV CT �-uRFJ cue FJL MDR FACE _sF CUM, O a e`€r + POINT # f m II ND TA:. TD TOP OF MIF0 ,Y� III I GR.+,flE fµ{ ELEVATION � + RAPIUs P"NT'II o : 1 �ti rf t r i� 1 TOP OF CURB BACK OF CURD FACE OF CURB L ---�- FLUW1l h4E EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 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 15 of 22 4 0 la• OJs\ STA=2t50 F+QU LL — m_+ I� w d ICIF '01 -CT� LY w v n y:1�t' Lsl W d F h � W v7 1 1'�• eam jo m»aa m r Ix mAnD ja Nay6 � � � 4' 3:J T7�1811 "iVKI ,fly O k a. �;, � Y fY.� ` a x C %% _ n LR _ 4 O s 3�w 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 blarik' ton-iiiii)te can be obtained from -he survey superintendent (see item I -:.)ove) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. I STAKED -CUT �+FILL� -LT/+RT GRADE ELEV. 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 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 1V. 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\0171 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\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 t i' 1 Aht FF 0 _ �T ' -7 % . LL" Cx: L 11 # o � I�i1- r KR Lam _ 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 STA 0 �m ffWi mum STA VdW= - AV MrL IFIOM LW Sl'A.P•411301Pr47ATFA D Rp YW FAO' IM & Rm"PiR CMEW TO AA bM OVA MR hagAr TEE +N4�19 Iw J 4 F.�°�'#'1D S/FEVE d-tE I.ZxA' 8 rt�(WF vane t H 4filO.bKJf A'MAD15B9eO rDl !6 fet k'aM v BLK 6 Iff 2 yGR it /MfP971nrN1 HEuiVE �Lsi:� �rec 7-VA E 1.iS7� j I-jrl 'vjw.A5!A DIA71h trWL N�94116?fSi?� 4 , E-d&9w/£.Z5 7riQ4 F€€•irT=� =AVT d�,�ViM wr I t� L p y3 aaC*t- Iw WIF.M" WiMA Y " fj". �a 1. fag '2 �r:�vrscv " rrN rNsrAu: gar A rr7r•csveRr.eFArD ��amnaw:, x-6WO"49;4 tw ur E-F195.9)5"e •w. S7'A Omw - rz WL fFIIVIII STAY-M + &M, S'rA.O MW - MTAW NS-r h fYSTIA r9tr a, 12P➢AYER MI <i47=SP9S5L4YHECr 70 FCl4T. fE"a'ATE X F�A6J�&374 1h6M misrM E-2z!hS.i4r" �'RQJ''SED� SPt,+J1,�ii'Y 5 SEZ SHE =I 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 21 of 22 �• � 8[I' BI+r q ji- 1!• r, I 1 23.16.01—Attachment A —Survey Staking Standards.docx Page 22 of 22 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 NO, NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079,165 726.09 SSMH RIM kq 7 6946260.893 1296062.141 725.668 GV RIM 3 6946307399 2296038,306 726,85 GV RIM ;L 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM # 6 6946190.528 2296022.721 722.325 FH 7 6946136,017 2295992.115 719.448 WM RIM 8 6946002-267 2295919.133 713,331 WM RIM I } JJ C� 9 6946003,056 2295933.418 713.652 CO RIM zI r 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945996,473 2295869.892 710.046 WM RIM 12 6945895.077 2295860,962 707.72 WM RIM 13 6945896.591 2295962.189 708.205 WM RIM rr�� 14 6945934,286 2295841,925 709.467 WM RIM 15 6945936,727 2295830.A41 710.084 CD RIM o 9ti I F- f- - i 16 6945835,678 2295799,707 707.774 SSMH RIM 17 6945817,488 2295827,011 708.392 SSMH RIM 18 6945759,776 2295758,641 711.218 SSMH RIM �1 19 6945768,563 2295778,424 710.086 GV RIM 20 6945743.318 2295188392 711i.631 GV RIM 21 6945723,219 2295754,394 712.849 GV RIM C 22 6945682.21 2295744.22 716,686 WM RIM 23 6945621,902 2295669,471 723.76 WM RIM ' 24 6945643.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 777.514 SSMH RIM 26 6945539.498 2295667,803 729,123 WM RIM 27 6945519.834 2295619.49 732.689 WM RIM I 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM 30 694M387.356 2295597,101 740,756GVRIM ""t AW 31 694537M688 2295606.793 740.976 GV RIM f[•fR . C- 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746,34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570,715 748.454 WM RIM 36 37 6945233.624 6945206,483 2295544.628 2295529.305 749.59 SSMH RIM 751.058 WM RIM'. ! 2 . 38 6945142A75 2295557,666 750.853 WM RIM c 4r1 39 40 6945113.445 6945049.02 2295520.335 2295527,345 751.871 WM RIM 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM 42 6945038.878 2295552.147 751,98 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM AJI.- 10 44 6944944.782 2295520,635 752,801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM r* 46 6944860.416 2295534.397 752.986 SSMH RIM { 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 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. 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 25 of 25 — — — — — --------- ------- - ---- ------- u sr E • I � z ,�-r � z � � a :9 — ----- ---- --- ----- ----- ---- ----- --- -- ---- --- ---- -- ---- -Y I x v h � — — — — — — — — �� I a .. q s a73 1g r ti - --- ---- ------ ------- ------ - - - ------ ------ ------- ------ --- «iL �L R U � WI tlii I a �- O:\Specs-Stds Governance Process\Temporary Spec Fiies\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 r 017423-1 CLEANING Page I of 4 SECTION 0174 23 CLEANING PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule -final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS ]NOT USED] 1.6 ACTION 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 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No- 02397 — November 19, 2019 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by 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 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WOItT11 MAIN 34, 100, AND D100 DRAINAGE AREAS S,S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13, 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORT[I MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised July I, 2011 01 7423 -4 CLEANING Page 4 of 4 4. if no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 7 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 01 77 19- 1 CLOSEOUT REQUIREMENTS Page 1 of 3 r SECTION 0177 19 ! CLOSEOUT REQUIREMENTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1,4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 01 77 19 - 2 CLOSEOU'I' REQUIREMENTS Pape 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: l . Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 7423, 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 tine 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised July 1, 2011 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Filial Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD lox] 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397— November 19, 2019 Revised July 1, 2011 THIS PAGE INTENTIONALLY L L L 01 78 39 - 1 PROJF,CT RECORD DOCUMENTS Page] of4 i SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: l . Work associated with the documenting the project and recording changes to project documents, including: a. Record .Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limitedto: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES a A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City s .Project Representative. 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. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE'- AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised Judy 1, 2011 01 78 39 - 2 PROJECT RE -CORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. Ilea III.`h Ire) Z7[H DI1011111 I.11017111►Cei A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected fi•o1n deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED JoRl OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. ,lob set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising theContract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City I complete set of all final Record Drawings in the Contract. 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 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORT11 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVL:MENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site ofwork. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describethe change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject tothe City's approval. 2) However, design of fixture modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to with in 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject tothe City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may berelated reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data sbown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July I, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. if any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefillly transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD JoR] 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 CITY OF FORT wORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgjcct No. 02397 — November 19, 2019 Revised July 1, 2011 DIVISION 02 EXISTING CONDITIONS 024113-1 SELL'C'rlvE SITE DEMOLITION Page 1 of SECTION 02 4113 SELECTIVE SITE DEMOLITION PART1- GENERAL 1.1 SUMMARY A. Section Includes: I . Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes S. Removing rip rap i 9. Removing miscellaneous concrete structures including porches and foundations 10. Disposal of removed materials B. Deviations this from City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3123 23 — Borrow 1.2 PRICE AND PAYMENT PROCEDURES 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. i 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised D=mber 20, 2012 0241 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk thatacts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Steps: 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. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. £ Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. h. Remove Mailbox: full compensation for 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. i. Remove Rip Rap: 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. j. Remove Miscellaneous Concrete Structure: 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. 1.3 REFERENCES A. Definitions CITY OI' PORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 0241 13 -3 SELECTIVE SITE DEMOLITION Page 3 of S 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. l 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] i 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] f PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 3123 23. 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] i 3.3 PREPARATION [NOT USED] 3.4 REMOVAL j A. Remove Sidewalk V 1, Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3 A.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior to wheelchair ramp removal. See 3 A.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint oil existing sidewalk. D. Remove Driveway CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS City Project No. 02397 —November 19, 2019 Revised December20, 2012 r 0241 13 -4 SELECTIVE SITE DEMOLITION Page 4 of 5 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3A.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. E. Remove Fence l . Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 3. Removal includes all components of the retaining wall includingfootings. 4. Sidewalk adjacent to or attached to retailing wall: See 3.4.A H. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. 1. Remove Rip Rap 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. CITY'OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 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 [NOT 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] 314 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE, AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised December 20, 2012 FITS PAGE INTENTIONALLY LEFT BLANK f 024114-1 UTILITY REMOVALIABANDONMENT Page 1 of 15 SECTION 02 4114 UTILITY REMOVAL/ABANDONMENT PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations I b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station 1 h. Concrete Water Vaults r i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines in. Storm Sewer Manhole Risers -� n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts i q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification i 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backf ll 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 —Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 —Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 r 0241 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 15 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 ofbackfll 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: I ) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction ofbackfill 7) Clean-up Utility Line Removal, Same Trench a. Measurement I) This Item is considered subsidiary the proposed utility line being in stalled. 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 far 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 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 0241 14-3 UTILITY REMOVAL/ABANDONMENT Page 3 of 15 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 backfilI 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: I ) 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 FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 0241 14 - 4 LTILITY REMOVAIJABANDONMENT Page 4of15 8) Furnishing, placement and compaction ofembedment 9) Furnishing, placement and compaction ofbackfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment PIug 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 ofbackfill 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. 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 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 024114-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 15 c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction ofbackfill 9) Clean-up 5, Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: I ) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction ofbackfill 8) Clean-up 6, Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7, Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 0241 14 - 6 UTILITY REMOVAL/ABANDONMENT Pap 6of15 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) .lf 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) Disposal 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: I ) 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 ofbackfill 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 CITY OF FORT WOR1'11 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 0241 14-7 UTILITY REMOVAIJABANDONMENT Page 7 of 15 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction ofbackfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction ofbackfill 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 ofbackfill 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 CITY 01' 1�ORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 024114-8 UTILITY REMOVAL/ABANDONMENT Page 8 of 15 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 .function Box" location. 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 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 ofbackfill 8) 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 Riser" 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 ofbackfill 8) Clean-up CITY OF FORT WORTH' MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPF.CIF[CAT[ON DOCUMFNTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 0241 14 - 9 UTILITY REMOVALlABANDONMENI' Page 9 of 15 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and 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 ofbackfill 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 Storin Junction Structure" location. c. The price bid shall include: 1) Removal and disposal ofjunction 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Protect No. 02397 —November 19, 2019 Revised December20.2012 0241 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 15 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 0241 14 - 11 UTILITY REMOVAL/ABANDONMENT Page I I of 15 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] F 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS ]NOT USED] ( 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOTUSED] i 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 0241 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 15 1. Manhole Abandonment a. All 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 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 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 M.l 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 I) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an M! 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 I ) 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 pipeline and properly dispose as approved by City. CITY OF FORT WORTH MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 0241 14 - 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 15 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. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. FiIl the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. PIace abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non -cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10, b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 0241 14 - 14 UTILITY REMOVAL/ABANDONMENT Page 14 or 15 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment PIug 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 3413. 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 pipeline 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. £ Cut and plug sewer lines to be abandoned. 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 l . Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. PIug 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 pipeline and properly dispose as approved by City. 4. Storm Sewer Manhole Removal CITY OF FORT WORM IMAIN 34, 100, AND D100 DRAINAGE AREAS S.S. I M PROVEMEN-1 'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 0241 14-15 UTILITY REMOVAL/ABANDONMBN'1' Page 15 of Is 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. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a, Excavate and backfill in accordance with Section 33 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. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug stonn sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipeline and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USEDI 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 WORT11 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION] SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20.2012 THIS PAGE INTENTIONALLY LEFT BLANK 024115-1 PAVING REMOVAL Page 1 of 6 SECTION 02 4115 PAVING REMOVAL i PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing concrete paving, asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials B. Deviations from 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 11 33 - Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES 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 varyingthickness. 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: fill 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 WORl'll MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 2, 2016 0241 15-2 PAVING REMOVAL Paoe 2 of 6 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, 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. d. Remove Concrete Curb and Gutter: 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. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: fiill compensation for all milling, hauling milled in to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. 1. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbflft3 (600 kN-m/m3)) 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] CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 2, 2016 0241 15-3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] ! 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade -Stake and flag locations. I 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 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 structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. 1f a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3A.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. I l CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November M 2019 Revised February 2, 2016 0241 IS-4 PAVING REMOVAL Page 4 of b D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.13. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.13. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 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. £ 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 ofthe existing brick base. See 3.3.0. 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. CITY OF FORT WORTH' MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 2, 2016 0241 15-5 PAVING REMOVAL Page 5 of d. III all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area. within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g, Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stockpile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 11 33. 3. Mixing: see Section 32 1133. 4. Compaction: see Section 32 11 33. 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 02397 — November 19, 2019 Revised Fe6)ruary 2, 2016 0241 15 - 6 PAVING REMOVAL Page 6 of 6 1. Remove speed cushion 1. Serape or sawcut speed cushion from existing pavement without damaging existing pavement. 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 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 2, 2016 DIVISION CONCRETE SECTION 03 30 00 CAST -IN -PLACE CONCRETE i PART1- GENERAL 1.1 SUMMARY 03 30 00 - 1 CAST -IN -PLACE CONCRETE Page I of 25 A. Section Includes: 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs -on -grade ' d. Foundation walls e. Retaining walls (non TxDOT) ! f. Suspended slabs I g. Blocking h. Cast -in -place manholes i. Concrete vaults for meters and valves ' j. Concrete encasement of utility lines l B. Deviations from this City of Fort Worth Standard Specification 1. 5,000 psi high early strength concrete is required for cast in place structures on this project. Recommend using HRWR admixtures in mix design to achieve high early strengths and better concrete consolidation. All admixtures used in concrete mixes must be compatible f with ConShield enhanced concrete and its technical data shall be included in product ` submittals. C. Related Specification Sections include, but are not necessarily Iimitedto: 1, Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Cast -in -Place Concrete 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. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with I or more of the following. 1) Blended hydraulic cement 2) Fly ash CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20. 20I2 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 25 3) Other pozzolans 4) Ground granulated blast -furnace slag 5) Silica fume 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. M 182, 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 Hat 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 (RISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. Al53, Standard Specification for Zinc Coating (Not -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or f50-milimeter] Cube Specimens) I. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C 150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. CITY OF FORT WORTH MAIN 34, 100. AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 033000-3 CAST -IN -PLACE CONCRETE Page 3 of25 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. aa_ C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. El 155, Standard Test Method for Determining Fr Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. American Welding Society (AWS). a. D1.1, Structural Welding Code -Steel. b. D I A, Structural Welding Code- Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including sboring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished byother trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT WORTH MAIN 34, 100, AND Di00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 033000-4 CAST4N-PT,ACE CONCRETE Page 4 of 25 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. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed in ix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Projectsite. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chemical analysis. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready -mixed concrete products and that com- plies with ASTM C94 requirements for production facilities andequipment 2. Manufacturer certified according to NRMCA's "Certification of .Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from l source and obtain admixtures through 1 source from a single manufacturer. C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Documents: a. ACI 301 Sections 1 through 5 b. ACI 117 D. Concrete Testing Service Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORT11 MAIN 34, 100. AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November -19, 2019 Revised December 20, 2012 033000-5 CAST -IN -PLACE CONCRETE Page 5 of25 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. B. Waterstops 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOTUSED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Forin-Facing Materials I . Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and I side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. }/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affcet concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. furnish units that will leave no corrodible metal closer than l inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. 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 CRSFs "Manual of Standard Practice," of greater compressive strength than concrete and as follows: I ) 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 Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt 11, 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 systern shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No' 02'397—November 19, 2019 Revised Deecmber 20, 2012 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 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 Al 93 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM Al53, Class H. Inserts Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide N-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C 150, Type I/11, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali incement 6) Water a) ASTM C94 and potable J. Admixtures CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02397 — November 19, 2019 Revised December 20, 2012 033000-8 CAST -IN -PLACE CONCRETE. Page 8 of 25 l . Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B. e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type .D £ 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 C1.017, Type 11 K. Waterstops Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete,'/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 M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C 171, 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 42 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20.2012 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilln 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1 100 Clear 1 1) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials Bonding Agent a. ASTM C1059, Type 11, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C88I, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and 1I, non -load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement -based, polymer -modified, self -leveling product that call 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 033000-10 CAST -IN -PLACE CONCRETE Pagoe 10 of 25 1) Product of underlayment manufacturer recommended for substrate, conditions, 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 CI09IC109M 2. Repair Overlayment 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 C 150, 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 recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C 109 O. Concrete Mixtures, General 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 ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength f e by theamoun.t 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 atearlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 033000-11 CAST -IN -PLACE CONCRETE Page I 1 of 25 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 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4, Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete .Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls Z, Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement CITY OF FORT WORTI I MAIN 34, 100. AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 - November 19, 2019 Revised December 20, 2012 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 25 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate meta.] assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing l . Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1 /2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For ]mixer capacity larger than 1 cubic yard, increase ,;nixing time by 1.5 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, ,mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 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. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads thatmight be applied, until structure can support such loads. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGEAREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Proj"ca No. 02397 — November 19, 2019 Revised December 20, 2012 033000-13 CAST -IN -PLACE CONCRETE Page 13 of 25 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117, a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - I /1000 times the height but not more than 6 inches. 4) Outside comer of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1 /2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane elnbedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1 /8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1 /8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough-forined finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT wORTII MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 033000-14 CAST -TN -PLACE CONCRETE Page 14of2. Fabricate fornis for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten foams and bracing before placing concrete, as required, to preventmortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1 /8 inch 2) Location of bolt group (center): '/2 inch 3) Rotation of bolt group: 5 degrees CITY Of PORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 033000-I5 CAST -IN -PLACE CONCRETE-' Paae 15 of25 4) Angle off vertical: 5 degrees 5) Bolt projection: t 3/8 inch b. Install reglets to receive waterproofing and to receive through -wall (lashings in outer face of concrete frame at exterior walls, where flashing is shown atlintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at Ieast 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulativetime periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for I -way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times lnay be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forins. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curingtime. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 25 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged farm -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 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 otherforeign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS DIA, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: f3/8 inch 2) Members more than 8 inches deep. f1/2 inch b. Concrete Cover to Formed or Finished Surfaces: 13/8 inches for members 8 inches deep or less; t1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed I/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: l 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. I4 and 18 bars. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 02397 — November 19, 2019 Revised December 20, 2012 033000- 17 CAST -IN -PLACE CONCRETE Paae 17of25 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. c. Locate joints for beams, slabs, joists, and girders in the middle third ofspans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints wbere indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops:.Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in Waterstops according to manufacturer's written instructions. 2. Self -Expanding Strip Waterstops: install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. CompIy with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to removeall loose material from the hole, prior to installing adhesive material. 1. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. CITY OF FORT WORTII MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 —November 19, 2019 Revised December 20.2012 033000- 18 CAST -IN -PLACE CONCRETE Page 18 01,25 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for tilemix. 4. Deposit concrete continuously in I layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, I5 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time nccessmy to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremic to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a trelnie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concreteplacement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains whererequired. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishingoperations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301, CITY OF FORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProjecl No. 02397 — November 19, 2019 Revised December 20, 2012 033000-19 CAST -IN -PLACE CONCRETE Pace 19 of 25 b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amountof mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surfaceirregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items l . Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood floatfnish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH MAIN 34, 1W AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Reviser! December 20.2012 033000-20 CAST -IN -PLACE CONCRETE Page 20 of 25 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water -fog spray 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid fl oor treatme nts. 3) Cure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR A. Concrete Surface Repairs l . Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry -pack patching mortar, consisting of I part portland cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. CrrY OF PORT WORTH MAIN 34, 100. AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 033000-21 C'AST-]N-PLACE CONCRETE Pate 21 ol'25 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH MAIN 34, 100. AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397—November 19,2019 Revised December 20, 2012 033000-22 CAST-IN-PT.ACE CONCRETE Page 22 o1'25 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare testreports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms from beams and slabs C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain I composite sample for each days 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. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1. test for each composite sample, but not less than I 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. 6. Compressive -Strength Tests: ASTM C39; a. Test I cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold I cylinder for testing at 56 days as needed. 7. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. C1TY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project'No. 02397 — November 19, 2019 Revised December 20, 2012 033000-23 CAST -IN -PLACE CONCRETE Page 23 of 25 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air cntrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests .indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. 1 I . Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents, D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance oft 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. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any l 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 b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is asfollows: I ) Slab -on -Grade Construction: t'/4 inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: ±'/4 inch 3) Top surfaces of all other slabs: ±'/4 inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Defective Work l . Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in anyway. B. Cleaning CITY Of FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 02397 — November'19, 2019 Reviscd December 20. 2012 I 033000-25 CAST -IN -PLACE. CONCRETE Page 25 of 25 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resultingtherefrom. r 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to theCity. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 1 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY DEFT BLANK 03 34 13 - I CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page I of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PARTI- GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. FlowablebackfilI 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): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CI.SM) Page 2 or7 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 anytime 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] � r7E"! _*49ffjtz63 _1Dr* 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type 11 low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — Novcnlber 19, 2019 Revised Deceniher 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 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 Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds i.00 q.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 MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the in 1x. 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 onlyminimal 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 aminimum 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 newmix 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 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 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 termsof 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 tothe 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, orthrough 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 f 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 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 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 1 im it 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 bythe Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 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 1 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised December20, 2012 033413-7 CONTROLLED LOW STRENGTII MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.14 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY �'� i 0334 16- 1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of SECTION 03 34 16 i CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair (2:27 high early strength mix design) B. Deviations from this City of Fort Worth Standard Specification 1. See Sections 1.1.A. l ; I.5.C.1-5; 2. l .A.1 a; 3.7.B.5.a.1 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 Requ irements 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): l . 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. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete bythe Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures forConcrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH MAIN 34, 100. AND D100 DRAINAGE AREAS S.S, IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 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. C. Submittals (mix designs) shall include the following iterns: 1. Slump 2. Air content 3. Water content 4. Water/cement ratio 5. Additives, if applicable 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 3 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 [NOTUSED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair — 2:27 High Early Strength Mix Design, 1) 4-flour compressive strength of not less than 150 psi. Supplier must provide sufficient mix testing results from a certified testing lab to validate this early strength result. 2) 7-day compressive strength of not less than 550 psi. 3) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 033416-3 CONCRETE BASE MATERIAL FOR TRENCII REPAIR Page 3 of 4 a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more 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. 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, orthrough walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpabiljty (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 testspecimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. 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 C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 03 34 16 - 4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; l 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 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. l) Do not transport field cast cylinders for 3-day or 28-day compression tests until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39 a. Test ] 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] END OF SECTION CITY OF PORTWORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 6 SECTION 03 80 00 I MODIFICATIONS TO EXISTING CONCRETE STRUCTURES PART 1- GENERAL 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures, including: a. Manholes s b. Junction boxes c. Vaults d. Retaining walls c. 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 limitedto: 1. Division 0 —Bidding Requirements, Contract Fonns and Conditions of the Contract 2. Division 1 — 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 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. 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 ofPlastics. 7CI7'Y OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised December 20, 2012 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 6 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards, the revision in effect at the time of bid opening applies. 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 SUBMITTALSANFORMATIONAL 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 MAIN 34, 100, AND D100 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 6 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 complialce 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 (ASTMD638) 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 I ) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 2) BASF, Cleveland., Ohio - Concresive 1438 E. Epoxy Paste 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts„ dowels, anchor bolts, and all -threads into hardened concrete and complying with the requirements of ASTM C88I, 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised December20, 2012 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 6 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 £ 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 -Mad LV b) BASF - Concresive 1438 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement - based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF -- Emaco Nanocrete R3 G. Pipe Penetration Sealants 1 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. 7CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMEN I'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 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 I . 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 fi-om 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 I . 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 I 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 1-inch minimum cover all around. CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised December20.2012 038000-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 6 The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/1 6-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] 3.9 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 7 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 — November 19, 2019 Revised December 20, 2012 DIVISION 31 EARTHWORK r 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Page I or9 SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily lilnitedto: 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. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance withthis Item shall be paid for at the lump sum price bid for "SWPPP > I acre". c. The price bid shall include: I ) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 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 Standard: CITY OF FORT WORTH MAIN 34, 100. AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 31 25 00 - 2 EROSION AND SF.DIMFNT CONTROL Page 2 of 9 a. ASTM D3786, Standard Test Method for Bursting Strength ofTextile Fabrics —Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associatedwith Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 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] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOTUSED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAOL'. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3 of 9 a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: I) Types 1, 2 and 4 Rock Filter Dams a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dank b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2 inches x 3 'A inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and fi•ee from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of I20 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70percent. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts I ) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 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. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 COPY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGF AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 31 25 00 - 5 EROSION AND SEDIMF,NT CONTROL Page 5 ON requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures Implement control measures in the area to be disturbed before beginning construction, or as directed. Lit -nit the disturbance to the area shown on the Drawings or as directed. 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minirnizedisturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controlsas directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body withoutthe prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare groundand provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. CITY OF FORT WORTH MAIN 34, 100. AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 31 25 00 - 6 EROSION AND SEDIMENT CONTROL. Page 6 of 9 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 sidewith 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) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dale 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height -At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop —double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter darns as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. CITY OF FORT WORTI-1 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 a. The width steal I be at least 14 feet for I -way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the precedingrow. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or darns of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter ofa disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 312500-8 EROSION AND SEDIMENT CONTROL. Page S of 9 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than l patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD JORI SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.1.2 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PrgjectNo. 02397 —November 19, 2019 Revised December 20, 2012 I E F 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK DIVISION EXTERIOR IMPROVEMENTS 4 PART1- GENERAL 5 1.1 SUMMARY 6 7 8 9 10 12 13 I4 15 16 17 18 19 20 21 22 3201 17 - I PERMANENT ASPHALT PAVING REPAIR Page I of 5 SECTION 32 0117 PERMANENT ASPHALT PAVING REPAIR A. Section includes: 1. Flexible pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any permanent asphalt 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 03 34 16 — Concrete Base Material for Trench Repair 4. Section 32 12 16 — Asphalt Paving 5. Section 32 13 13 — Concrete Paving 6. Section 33 05 10 Utility Trench Excavation, Embedment and Backfill 23 1.2 PRICE AND PAYMENT PROCEDURES 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 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: I ) 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 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 I 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 ASPf IALT PAVING REPAIR Page 2 of 5 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: l) 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 b. Payment CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3201 17 - 3 PERMANENT ASPHALTPAVING REPAIR Page 3 of 5 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price bid per square yard of Extra Width Asphalt Pavement Repair 4 c. The price bid shall include: 5 1) Preparing final surfaces 6 2) Furnishing, loading, unloading, storing, hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing r 9 4) Asphalt, aggregate, and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material 14 1.3 REFERENCES 15 A. Definitions 16 1. H.M.A.C. — Hot Mix Asphalt Concrete 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Permitting 19 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 20 and Public Works Department in conformance with current ordinances. 21 2. The Transportation and Public Works Department will inspect the paving repair 22 after construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 25 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 I2 16. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.12 FIELD CONDITIONS 31 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 32 rising unless otherwise approved. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397— November 19, 2019 Revised December 20, 2012 320117-4 PERMANENT ASPI IALT PAVING REPAIR Page 4 of 5 t 11.13 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' MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 or 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depth: as specified in Drawings 4. Place surface mix in lifts not to exceed 3 inches. 5. Last or top lift shall not be less than 2 inches thick. 3.5 REPAIRIRESTORATION [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] 311 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 WOR7'll MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK 3201 18 - 1 TEMPORARY ASPHALT PAVING REPAIR Page I of 3 SECTION 32 O1 1.8 TEMPORARY ASPHALT PAVING REPAIR PART1- GENERAL 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 11 23 - 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 l 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 h. Removal and/or sweeping excess material CITY OF FORT WORTH MAIN 34, 100, AND D160 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq Project No. 02397 — November 19, 2019 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] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 [NOTUSED] 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 1 1 23. 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3201 19-3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of S 3.1 INSTALLERS [NOT USED] r 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Removal F 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. I-I.M.A.C. placement: in accordance with Section 32 12 16. 2. Type D surface in ix. 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] I 3.8 SYSTEM STARTUP [NOT USED] 3.9 r ADJUSTING [NOT USED] k 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 INTENTIONALLY t�. r i t l f 2 3 4 PART1- GENERAL 5 1.1 SUMMARY SECTION 32 0129 CONCRETE PAVING REPAIR 3201 29 - 1 CONCRETE PAVING REPAIR Page 1 of 4 6 A. Section includes: 7 1. Concrete pavement repair to include, but not limited to: 8 a. Utility cuts (water, sanitary sewer, drainage, etc.) 9 b. Warranty work 10 c. Repairs of damage caused by Contractor 1 1 d. Any other concrete pavement repair needed during the course of 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 Contract 16 2. Division I - General Requirements 17 3. Section 32 01 18 - Temporary Asphalt Paving Repair 18 4. Section 32 12 16 - Asphalt Paving 19 5. Section 32 13 13 - Concrete Paving 20 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Concrete Pavement Repair 24 a. Measurement 25 1) Measurement for this Item shall be by the square yard of Concrete 26 Pavement Repair for various: 27 a) Street types 28 2) Limits of repair will be based on the time of service of the existing 29 pavement. The age of the pavement will need to be determined by the 30 Engineer through coordination with the City. For pavement ages: 31 a) 10 years or less: repair- entire panel 32 b) Greater than 10 years: repair to limits per Drawings 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" shall be paid for at the 36 unit price bid per square yard of Concrete Pavement Repair 37 c. The price bid shall include: 38 1) Shaping and fine grading the placement area 39 2) Furnishing and applying all water required 40 3) Furnishing, loading and unloading, storing, hauling and handling all 41 concrete CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December20, 2012 320129-2 CONCRETE. PAVING REPAIR Page 2 of 4 l 4) Furnishing, loading and unloading, storing, hauling and handling all base 2 material 3 5) Mixing, placing, finishing and curing all concrete 4 6) Furnishing and installing reinforcing steel 5 7) Furnishing all materials and placing longitudinal, warping, expansion and 6 contraction joints, including all steel dowels, dowel caps and load 7 transmission units required, wire and devices for placing, holding and 8 supporting the steel bar, load transmission units, and joint filler in the 9 proper position; for coating steel bars where required by the Drawings l0 8) Sealing joints 11 9) Monolithically poured curb 12 10) Cleanup 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Permitting 16 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 17 and Public Works Department in conformance with current ordinances. Is 2. Transportation and Public Works Department will inspect paving repair after 19 construction. 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 19 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS 28 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. Embedment and Backfill: see Section 33 05 10. 34 B. Base material: Concrete base: see Section 32 13 13. 35 C. Concrete: see Section 32 13 13. 36 1. Concrete paving: Class H or Class HES. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCJMFNTS City Prqject No. 02397 — November 19, 2019 Revised December 20, 2012 3201 29 - 3 CONCRETE PAVING REPAIR I Page 3 of 4 1 2. Replace concrete to the specified thickness. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] I 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 9 of one repair to the edge of a second repair. 10 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 11 traffic. 12 1. Construct a transition of hot -mix or cold -mix asphalt ITorn the top of the steel plate 13 to the existing pavement to create a smooth riding surface. 14 a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. 15 C. Surface Preparation: mark pavement cut repairs for approval by the City. 16 3.4 INSTALLATION 17 A. Sawing 18 1. General 19 a. Saw cut perpendicular to the surface to full pavement depth. 20 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 21 sawing to remove darrraged areas. 22 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 23 2. Sawing equipment 24 a. Power -driven 25 b. Manufactured for the purpose of sawing pavement. 26 c. In good operating condition 27 d. Shall not spall or facture concrete adjacent to the repair area 28 3. Repairs: In true and straight lines to dimensions shown on the Drawings 29 4. Utility Cuts 30 a. In a true and straight line on both sides of the trench 31 b. Minimum of 12 inches outside the trench walls 32 5. Prevent dust and residues from sawing fi•oin entering the atmosphere or drainage 33 facilities. 34 B. Removal 35 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 36 concrete adjacent to the repair area. 37 C. Base: as specified in Drawings 38 D. Concrete Paving 39 1. Concrete placement: in accordance with Section 32 13 13. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3201 29 - 4 CONCRETE PAVING REPAIR Page 4 of 4 1 2. Reinforce concrete replacement: as specified in Drawings 2 3.5 REPA VRESTORATION [NOT USED] 3 3.6 RE -INSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 39 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 END OF SECTION CITY OF FORT WOR 1I MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 SECTION 32 12 16 ASPHALT PAVING PART1- GENERAL 1.1 SUMMARY 32 12 16-1 ASPHALT PAVING Page I of 25 1 A. Section Includes: 1. Constructing a pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder for surface or base courses B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: i 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1 3. Section 32 01 17 - Permanent Asphalt Paving Repair 1.2 PRICE AND PAYMENT PROCEDURES 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: I ) 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 S) 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 WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 20, 2012 32 12 16-2 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 Not 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 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 famished 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: I ) 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20,2012 32 12 16-3 ASPHALT PAVING Page 3 of 25 7) Tack coat 8) Removal and/or sweeping excess material 5. H.M.A.C. Speed Cushion a. Measurement 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion 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 each H.M.A.C. Speed Cushion installed and accepted in its final position. c. The price bid shall include: l ) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including fi-eight 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 1.3 REFERENCES A. Abbreviations and Acronyms 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standards 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. National Institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices 3. ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volu.lnetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 32 12 16-4 ASPIIALT PAVING Page 4 of 25 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) Texas Department of Transportation a. Bituminous Rated Source Quality Catalog(BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of .Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. Lql CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE, AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 l 1.7 CLOSEOUT SUBMITTALS [NOT USED] f 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 32 12 16 - 5 ASPHALT PAVING Page 5 of 25 i A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the i temperatures listed in Table 1. Table 1 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in De tees Fahrenheit Originally Specified High Temperature Binder Grade Subsurface Layers or Night Paving Operations Surface Layers Placed in Daylight Operations P664 or lower 45 50 PG 70 55' 1 60' PG 76 or higher 60' 1 60' '-Contractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand held thermal camera or a hand held infrared thermometer operated in accordance with Tex-244-F to demonstrate to the satisfaction of the City that the uncompacted mat has no more than 10' F of thermal segregation. 2. Unless otherwise shown on the Drawings, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the City. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that rocet the requirements of the Drawings and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source orformulation. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 20, 2012 32 12 16-6 ASPHALT PAVING Page 6 of 25 4. When the Contractor makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. G. The depth of the compacted lift should be at least 2 times the nominal maximum aggregate size. B. Aggregate General a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the Drawings. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the Drawings. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Devaltests. h. Perform all other aggregate quality tests listed in Tablet. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify Contractor test results. k. Stockpile aggregates for each source and type separately and designate forthe City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, PartIl. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE.. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 321216-7 ASPHALT PAVING Page 7 of 25 Table 2 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, percent, rnax Tex-217-F, Part 1 1.5 Decantation, percent, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, percent, max Tex-461-A Note I Los Angeles abrasion, percent, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent, max Tex-41 I -A 30'- Coarse aggregate angularity, 2 crushed faces, percent, min Tex 460-A, Part 1 853 Flat and elongated particles P, 5: 1, percent, max I Tex-280-F 10 Fine Aggregate Linear shrinkage, percent, max I Tex-107-E 3 Combined Aggregate Sand equivalent, percent, rein I Tex-203-F 45 1. Not used I'or acceptance purposes. Used by the City as an indicator ol'thenced for fiuther investiga(ion. 2. Unless otherwise shown on the Drawings. 3. Unless otherwise shown on the Drawings. Only applies to crushedgravel. 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 oftravel lanes, unless otherwise shown on the Drawings. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 1) No RAP permitted for TYPE D KKA.C. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 32 12 16-8 ASPHALT PAVING Pare 8 of'25 2) Use no more than 20 percept RAP on TYPE B H.M.A.C. unless otherwise shown on the Drawings. 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch sieve. 4) RAP from either Contractor or City, including RAP generated during the project, is permitted only when shown on the Drawings. 5) City -owned RAP, if allowed for use, will be available at the location shown on the Drawings. 6) When RAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the Drawings. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the Drawings. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the r plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part 1. 12) Determine the plasticity index using Tex- 106-E if the decantation value exceeds 5 percent. 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle Contractor -owned RAP stockpiles with City -owned RAP stockpiles. 15) Remove unused Contractor -owned RAP material from the project site upon completion of the project. 16) Return unused City -owned RAP to the designated stockpile location. o. Fine Aggregate 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. 6) With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 2, unless otherwise approved. 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgjeef No. 02397 — November 19, 2019 Revised December 20.2012 32 12 16-9 ASPHALT PAVING Page 9 of 25 Table 3 Gradation Requirements for Fine Aggregate Sieve Size percent Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2. Mineral Filler a. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. b. Mineral filler- is allowed unless otherwise shown on the Drawings. c. Do not use more than 2 percent hydrated lime or cement, unless otherwise shown on the Drawings. The Drawings may require or disallow specific mineral fillers. When used, provide mineral fillerthat: 1) Is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2) Does not exceed 3 percent linear shrinkage when tested in accordance with Tex- 107-E; and meets the gradation requirements in Table 4. Table 4 Gradation Requirements for Mineral Filler Sieve Size percent Passing by Weight or Volume #8 100 4200 55-100 3. Baghouse Fines a. Fines collected by the baghouse or other dust -collecting equipment maybe reintroduced into the mixing dr-urn 4. AsphaIt Binder a. Furnish the type and grade of performance -graded (PG) asphalt binder specified as follows: 1) Performance -Graded Binders (PG Binders) a) Must be smooth and homogeneous b) Show no separation when tested in accordance with Tex- 540-C c) Meet Table 5 requirements CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 � oNo ooc N N n N P, v n m o e M E n � 00 cO°v � � n V � E eLC 00 N 00 n N O C} u CC O v M O C'i O [� N V (' >r y cc 00 Q Z N V26, n N F1 F � n 1 z � E 00 tn 00 kn c° n 0000I CNV ri N I } a v 7� v oCL L- Q, cd >� q s•. 00al F_ E cl A. ai p a co N c� ai m CJ G >, ro F� cd > It Q N N i i N 00 00 00 N W 0-4 N N N `0 i N N 45 P4 p N .--• kn N N r co 00 W N DO DO w ` z ••• N � � tom_,,, H oc M O9 EG N DO 00 N N i i U P � a�i as R PL U o m O � wl �� O5 Vl Q s, .. h , cd M G3 to N m co i7. O 'ri F U rL O G) fU 8 L" N C.0 N llrE c�C+i cd � 0- o 0 w •d "tl ¢ u U N VJ l�p un y C., 00 Y C3 p O 0 O' 0. 0 U O p •n a p V m 4,5 >� .�' bA �d U N o 0 bw cn� �o77 - QO X N , N y a G v Q •� � � y •p 3 o bp ed �� a ~ > x C U � T i a� � r 0 c R- � G T fl P E? E 3 �A O ❑. C HA U i, J `�z �a p � Q U 'p C v A 5U n > ON ' G ca ap coZE CL N a 27 � bA N 7 Q C y� gUNQ¢CL r- p Q c bnn cS U �� E- O -0 i v.G p .� Vl © Q �j u T 'x• t is O a a 8card G O E N U 9 LA> 3 D a a� r M 0. O_ v t Cl D r rt� U p p...a a .GC., Vi r Q O N N C G >. U>1 w ." D N ,> �' w 2 CG v ,C G on a� o o❑< Q L c F ti Q 7 na u vJ 6¢ 0 Q .> 321216-12 ASPHALT PAVING Page 12 o1'25 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-]ine sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack C oat 9 a. Unless otherwise shown on the Drawings or approved, furnish CSS-IH,SS-1 H, 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 anti stripping 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 cleans of an in -line -metering device. 38 c. Liquid Asphalt Additive Meters 39 l ) 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 1, to design a mixture lneetingthe 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 1 2 4 5 i i r r 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 32 12 16 - 13 ASPHALT PAVING Page 13 of25 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) 1f the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Pronerties Sieve Size B Fine Base C Coarse Surface D Fine Surface 1-1/2" — — 1" 98.0-100.0 — — 3/4" 84.0-98.0 95.0--100.0 — 1 /2" — — 98.0 100.0 3/8" 60.0-80.0 70.0----85.0 85.0-100.Q #4 40.060.0 43.0-63.0 50.070.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0-28.0 14.028.0 15.0-29.0 450 6.020.0 7.0-21.0 7.0-20.0 #200 2.07.0 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 1 13.0 14.0 1. Voids in Mineral Aggregates. Table 7 Property Test Method Requirement Target laboratory -molded density, percent Tex-207-F 96.0' Tensile strength (dry), psi (molded to 93 percent t 1 percent density) Tex-226-F 852002 Boil test' Tex-530-C — 1. Unless otherwise shown on the Drawings. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the Contractor's option unless otherwise shown on the Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 321216-14 ASPHALT PAVING Page t4of25 1 d. When WMA is not required by Drawings, produce an asphalt mixture within 2 the temperature range of 215 degrees F and 275 degrees F. J 4 2.3 ACCESSORIES INOT 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 L 1 1. Before use, clean all truck beds to ensure mixture is not contaminated. l2 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 volu.lne 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 PORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 32 12 I6 - 15 ASPHALT PAVING Page 15 of25 2) Provide certified scales, scale installations, and measuring equipment meeting the requirements of MIST Handbook 44, except that the required accuracy must be 0.4 percent of the material being weighed or measured. 3) Furnish leak -free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales 1) Furnish platform truck scales capable of weighing the entire truck or truck — trailer combination in a single draft. c. Aggregate Batching Scales 1) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. £ Asphalt Material Meter 1) Provide an asphalt material meter with an automatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters 1) Provide a means to check the accuracy of meter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements below. a. Aggregate Feed System 1) Provide: a) A minimum of I cold aggregate bin for each stockpile of individual materials used to produce the mix b) Bins designed to prevent overflow of material c) Scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials d) A feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer e) An integrated means for moisture compensation f) Belt scales, weigh box, or other approved devices to measurethe weight of the combined aggregate CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 I5 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 3212 16-16 ASPHALT PAVING Page 16 of 25 g) Cold aggregate bin flow indicators that automatically signal interrupted material flow b. Reclaimed Asphalt Pavement (RAP) Feed System 1) Provide a separate system to weigh and feed RAP into the hot mix plant. c. Mineral Filler Feed System 1) Provide a closed system for mineral filler that maintains a constant supply with minimal loss of material through the exhaust system. 2) Interlock the measuring device into the automatic plant controls to automatically adjust the supply of mineral filler to plant production and provide a consistent percentage to the mixture. d. Heating, Drying, and Mixing Systems 1) Provide: 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 blendingdevice and mixer. f. Mixture Storage and Discharge l ) 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) road number or sequential ticket number for the day g. Truck Scales l) Provide standard platform scales at an approved location. 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.13.4 "Drum -Mix Plants," except as required below: a. Screening and Proportioning CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3212 16-17 ASPHALT PAVING Page 17 of25 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 BatchingScales 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 1 I 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 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 i 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 qua] ity. 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 MAIN 34, 100, AND D100 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 02397 --November 19, 2019 Revised December 20, 2012 3212 16 - l8 ASP]fALT 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 l ) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile, typical section, and to placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1/16 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski, mobile string line, ormatching 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. 3I 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 1.6 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 MAIN 34, 100, AND D100 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised December 20, 2012 321216-19 ASPHALT PAVING Page 19 of 25 1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. 11 f. Pressure within the distributor must be capable of forcing the tack coatmaterial 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 fortesting. 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 folIowing: 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 MAIN 34, 100, AND D100 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3212 16-20 ASPI IALT PAVING Page 20 of 25 b. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 350 degrees F. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. D. Placement Operations 1. Place the mixture to meet the typical section requirements and produce a smooth, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. Hand -placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 9, unless otherwise shown on the Drawings or otherwise directed. Table 9 Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum (in.) Maximum in. B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 9. Tack Coat a. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneumatic -tire roller when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. g. The City may suspend paving operations until there is adequate adhesion. h. The tack coat should be placed with enough time to break or set before applying hot mix asphalt layers. i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS SS. 1MPROVEMl;NTS STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS City Project No. 02397 --November 19, 2019 Revised December 20. 2012 S 321216-21 ASPHALT PAVTNG 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 Inix 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 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Table 10 Su2L,ested Minimum Mixture Placement Tem oerature Minimum Placement High -Temperature Temperature Binder Grade (Before Entering Paver PG 64 or lower 260°F PG 70 1 270OF PG 76 280OF PG 82 or higher 290OF F. Compaction 1. Use air void control unless ordinary compaction control is specified on the Drawings. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. 3. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. 4. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 6. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavementmat is less than 1-1 /2 inches. 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. S. The City may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS SS, IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 1 2 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 321216-22 ASPHALT PAVING Page 22 of 25 10. When directed, sprinkle the finished mat with water or litnewater to expedite opening the roadway to traffic. 11. Air Void Control a. General 1) Compact dense -graded hot -mix asphalt to contain from 5 percent to 9 percent in -place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers I ) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the Drawings. 3) Use additional rollers as required to remove any roller marks. e, Air Void Determination 1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at each location selected by the City for in -place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corclok or similar vacuum device to relnove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. d. Air Voids Out of Range 1) If the in -place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in -place air void content within requirements. c. Test Section 1) Construct a test section of 1 lane -width and at most 0.2 miles in length to demonstrate that compaction to between 5 percent and 9 percent in -place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in - place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in -place air void content is placed, resume full production. 12. Ordinary Compaction Control a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least I medium pneumatic -tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the Drawings and specifications. CITY OF FORT WOK711 MAIN 34, 100, AND DIOO DKAINAGF. AREAS SS, IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20,2012 32 12 16 - 23 ASPHALT PAVING Page 23 of 25 1 f. When rolling with the 3-wheel, tandem or vibratory rollers, star by firstrolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement, overlapping on successive trips by 5 at least 1 ft., unless otherwise directed. 6 h, Make alternate trips of the roller slightly different in length. 7 i. On superelevated curves, begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including, but not limited to segregation, rutting, I I raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 12 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify irregularities, and in such cases, the City shall promptly 15 notify the Contractor. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance, the City may require the Contactor to remove and replace (at the 18 Contractor's expense) areas of the pavement that contain the irregularities and areas 19 where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected, the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than 1 day while the Contactor is taking appropriate corrective action. 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City, remove and 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 28 3.5 REPAIR 29 A. See Section 32 0117. 3Q 3.6 QUALITY CONTROL 31 A. Production Testing 32 1. Perform production tests to verify asphalt paving meets the performance standard 33 required in the Drawings and specifications. 34 2. City to measure density of asphalt paving with nuclear gauge. 35 3. City to core asphalt paving from the normal thickness of section once acceptable 36 density achieved. City identifies location of cores. 37 a. Minimum core diameter: 4 inches 38 b. Minitnum spacing: 200feet 39 c. Minimum of 1 core every block 40 d. Alternate lanes between core 41 4. City to use cores to determine pavement thickness and calculate theoretical density. 42 a. City to perform theoretical density test a minimum of 1 per day perstreet. 43 B. Density Test 44 1. The average measured density of asphalt paving must meet specified density. CITY OF FORT WORTH MAIN 34, 100, AND DIM DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 324216 -24 ASP] ]ALT PAVING Page 24 of 25 2. Average of measurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the Contractor's expense as show in Table 1 l . Table 11 Densitv Pavment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75-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 atthe 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 MAIN 34, 100, AND D100 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 { 1 2 3 4 5 6 7 8 9 10 11 12 13 14 is 16 17 321216-25 ASPHALT PAVING Page 25 of25 Table 12 Thickness Deficienev 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. 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 CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS SS. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — Novcniher 19, 2019 Revised December 20.2012 THIS PAGE INTENTIONALLY LEFT BLAND I PART1- GENERAL 1.1 SUMMARY SECTION 32 13 13 CONCRETE PAVING 32 13 13- 1 CONCRETE PAVING Pale I of20 t A. Section includes: 1. Finished pavement constructed of portland cement concrete including monolithically poured curb on the prepared subgrade or other base course. 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 I 2. Division 1 - General Requirements I 3. Section 32 01 29 - Concrete Paving Repair 4. Section 32 13 73 - Concrete Paving Joint Sealants i 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement 1. Measurement a. Measurement for this Item shall be by the square yard of completed and accepted Concrete Pavement in its final position as measured from back of curb r for various: k 1) Classes 2) Thicknesses 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per square yard of Concrete Pavement. 3. The price bid shall include: a. Shaping and fine grading the placement area b. Furnishing and applying all wafter required c. Furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved d. Mixing, placing, finishing and curing all concrete e. Furnishing and installing all reinforcing steel f. Furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the Drawings g. Sealing joints h. Monolithically poured curb i. Cleanup CITY OF FORT WOR H MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19. 2019 Revised December 20, 2012 3213 13-2 CONCRETE PAVING Page 2 of 20 1.3 REFERENCES A. 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. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Malting and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete £ C94/C94M, Standard Specifications for Ready -Mixed Concrete g. C 150, Portland Cement h. C 156, Water Retention by Concrete Curing Materials i. C 172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORT11 MAIN 34, 100, AND D100 DRAINAGU AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --- November 19, 2019 Revised December 20, 2012 321313-3 CONCRETE PAVING i Page 3 of 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] F 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C 1064 at point of placement. 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. ` b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cementitious Material: ASTM C 150. 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. Fly 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 MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 20.2012 32 13 13 -4 CONCRETE PAVING Page 4 of20 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 Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Rarnset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Foxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tic SpecPoxy 300OFS SpecChem b. Epoxy Use., Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions forthe application of the material and all safety informationand 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November M 2019 Revised December 20, 2012 32 13 13 - 5 CONCRETE PAVING Page 5 of20 d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support -the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shal I show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. 1. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the Drawings; the width shall be not less than that shown on the Drawings, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. CITY OF FORT WORTII MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3213 13 -6 CONCRETE PAVING Page 6 of20 K. Curing Materials 1. Membrane -Forming Compounds. a. Conform to the requirements ofASTM C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound shall produce a firm, continuous uniform moisture -impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of dainp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in l hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious film without running off or appreciably sagging. e. It shall not disintegrate, check, peel or crack during the required curingperiod. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. g. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. h. When tested in accordance with ASTM Cl 56 Water Retention by Concrete Curing Materials, the liquid membranc-form ing compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0. 0 1 -oz.-per-2 inches of surface. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Mix Design Concrete Mix Design and Control a. At least 10 calendar days prior to the start of concrete paving operations, the Contractor shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall produce a quality concrete complyingwith these specifications and shall include the following information: 1) Design Requirements and Design Summary 2) Material source 3) Dry weight of cement/cubic yard and type 4) Dry weight of fly ash/cubic yard and type, if used 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6) Design water/cubic yard 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8) Current strength tests or strength tests in accordance with ACI 318 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests 10) Fineness modulus of fine aggregate 11) Specific Gravity and Absorption Values of fine and coarse aggregates 12) L.A. Abrasion of coarse aggregates c. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. CITY 01: FORT WORTH MAIN 34, 100, AND D100 DRAINAGE ,AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 321313-7 CONCRETE PAVING Page 7 or20 d. No concrete maybe placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete a. Consistency 1) In general, the consistency of concrete mixtures shall be such that: a) Mortar shall cling to the coarse aggregate b) Aggregate shall not segregate in concrete when it is transported to the place of deposit c) Concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free water when removed from the mixer c) Concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal f) Surface of the finished concrete shall be free fi-om a surface film or laitance 2) When field conditions are such that additional moisture is needed forthe final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, or the Contractor may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The Contractor is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class 1) Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table: CITY OF PORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised December 20, 2012 32 13 13-8 CONCRETE PAVING Page 8 of 70 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 P 517 3600 0.49 1-1./2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the 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 Strength' 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 SlUI11p 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — Novembcr 19, 2019 Revised December 20, 2012 3213 13 - 9 CONCRETE PAVING Page 9 of20 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. 1-Iand-Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials, b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised December 20, 2012 3213 13 - l0 CONCRETE. PAVING Page 10 ol'20 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 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: I ) 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. S. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPLCIFICAI'1ON DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 321313-11 CONCRETE PAVING Page I I of20 9. The Contractor shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the Contractor shall maintain the subgrade moisture and density in accordance with this Section. 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D. Placing and Removing Forms Placing Forms a. Forms for machine-Iaid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) if the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of]-] /2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood fonns shall be used. 3) All forms showing a deviation of 1 /8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgiect No. 02397 — November 19, 2019 Revised December 20, 2012 3213 13 - 12 CONCRETE PAVING Page 12 of 20 d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 1. General a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the Drawings. b. All reinforcing steel shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the Drawings. c. Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and load - transmission unit intersected. d. All bars shall be installed in their required position as shown on the Drawings. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for Inininium lap of spliced bars where not specified on the Drawings. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the Drawings. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the .Drawings and shall be approved by the City prior to extensive fabrication. c. After the reinforcing steel is securely installed above the subgrade as specified in Drawings and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. 4. Installation of Dowel Bars a. Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps 1) Install cap to allow the bar to move not less than I - t/4 inch in either direction. 5. Tie Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. CITY OF FORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS-S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PrQiect No. 02397 —November 19, 2019 Revised December 20, 2012 321313 -13 CONCRETE PAVING Page 13 of20 b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surroundingoperations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting thetie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2, The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1 /2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1 /8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and tothe centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OI' FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 321313-14 CONCRLTE PAVING Page 14 of20 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of I/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the Drawings. f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. g. If sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized_ i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius, e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. S. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the type shown on the Drawings. 9. Joint Filler a. Joint filler shall be as specified in 2.2.1 of the size and shape shown on the Drawings. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1 /2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the Drawings. h. After the removal of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details and as specified in Section 32 13 73. Materials shall genet -ally be handled and applied according to the manufacturer's recommendations as specified in Section 32 13 73. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 02397 —November 19, 2019 Revised December 20, 2012 32 13 13 - 15 CONCRETE PAVING Page 15 of20 G. Placing Concrete 1. Unless otherwise specified in the Drawings, the finished pavement shall be constructed monolithically and constructed by machined laid method unless impractical. 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the required depth and for the entire width of the pavement by shovel ing or other approved methods. 3. Any concrete not placed as herein prescribed within the time limits in the following table will be rejected. Time begins when the water is added to the mixer. Temperature — Time Requirements Concrete Temperature Max Time — minutes (at point ofplacement) no retarding agent) Max Time — minutes (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90'F Time may be reduced by City 75 Above 75°F thru 90OF 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to preventhoneycolrlbing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for reiection of the section of slab in which the defect occurs. H. Finishing Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1 /8 inch. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 321313 -16 CONCRF..,TF PAVING Page 16 of 20 4) Any surface not within the tolerance limits shall be reworked and. refinished. b. Edging 1) The edges of slabs and all joints requiring edging shall be carefully tooled with an edger of the radius required by the Drawings at the time the concrete begins to take its "set" and becomes non -workable. 2) All such work shall be left smooth and true to lines. 2. Hand a. Hand finishing permitted only in intersections and areas inaccessible to finishing machine. b. When the hand method of striking off and consolidating is permitted, the concrete, as soon as placed, shall be approximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown on the Drawings. c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein, I. Curing 1. The curing of concrete pavement shall be thorough and continuous throughout the entire curing period. 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the Contractor. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film, 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. S. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10, When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11. Contractor shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs CITY"OF FORT wowru MAIN 34, 100, AND DI00 DRAINAGE ARRAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFiCATiON DOCUMLN7'S City Project No. 02397 — November 19, 2019 Revised December 20.2012 32 13 13 - 17 CONCRETE PAVING Page 17 of20 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after beingmixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the Drawings, and with the following additional provisions: a. Alley paving shall be constructed to the typical cross sections shown on the Drawings. b. Transverse expansion joints of the type shown on the Drawings shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the Drawings. d. Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts . Pavement leaveouts as necessary to maintain and provide for local traffic shall be provided at location indicated on the Drawings or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. 3.5 REPAIR A. Repair of concrete pavement concrete shall be consistent with the Drawings and as specified in Section 32 01 29. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Concrete Placement Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DIWNAGF AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 02397 — November 19, 2019 Revised December 20, 2012 321313 -18 CONCRETE PAVING Page 18 of 20 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the Contractor's expense at the same rate charged by the commercial laboratories. 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified orequivalent. C. Pavement Thickness Test I. 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. 10. Deficiency in Thickness Detemiined by Cores Proportional Part Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.4 l — 0.50 60 percent 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. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. Any area of pavement found deficient in thickness by more than 0.75 inch or more than I/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. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D. Pavement Strength Test CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 321313-19 CONCRETE PAVING Page 19 of 20 I . During the progress of the work the City shall provide trained technicians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. 2. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. 3. In each set, .1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 28 days, and l cylinder shall be held or tested at 56 days, if necessary. 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100 percent of the minimum specified strength, with no individual core resulting in less than 90 percent of design strength, to override the results of the cylinder tests. 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the Contractor's expense as show in the following table. Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent -Not More Than I5 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 7. The amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the Drawings and/or specifications. E. Cracked Concrete Acceptance Policy I . If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 321313 -20 CONCRETE PAVING Page 20 of 20 If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials orworkmanship, the Contractor shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 4. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the Contractor will perform that work at the agreed -upon price if the City elects to do so. 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50 percent of the proposed costs of the geotechnical contract with the City. The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties. 6. If the geotechnical engineer determites that the primary cause of the cracking is the Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 7. If the geotechnical engineer determines that the primary cause of the cracking isnot the Contractor's deficient material or workmanship, the City will return the escrowed finds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed -upon price as directed by the City. 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 32 1320- 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page I of SECTION 32 13 20 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS r PARTI- GENERAL Ll SUMMARY A. Section Includes: 1. Concrete sidewalks 2. Driveways c 3. Barrier free ramps B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position forvarious: a) Thicknesses b) Types b. Payment I) 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 Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) a. Measurement 1) Measurement for this Item shall be by the linear foot of completed and accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb height at back of walk 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 linear foot of Concrete Curb at the Back of Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 5.2018 321320-2 CONCRETE SIDEWALKS, DRIVF,WAYS AND BARRIER FREE, RAMPS Page 2 of G 2) Furnishing and placing all materials, including concrete and reinforcing steel 3) Excavation in back of "retaining" curb 4) Furnishing, placing, and compacting backfill 3. Concrete Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its final position forvarious: a) Thicknesses b) Types 2) Dimensions will betaken from the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Drawings. 3) Sidewalk portion of drive will be included in driveway measurement. 4) Curb on drive will be included in the driveway measurement. 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 Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 4. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) 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 each "Barrier Free Ramp" installed. c. The price bid shall include: I ) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 1.3 REFERENCES A. Abbreviations and Acronyms 1, TAS — Texas Accessibility Standards TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised ,lone 5, 2018 32 13 20 - 3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A.Mix Design: submit for approval. Section 32 13 13. B.Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOTUSED] 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A.Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13, 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be 43 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. 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. CITY OF FORT WORT1-1 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 5, 2018 321320-4 CONCRETE SIDEWALK8, DRIVEWAYS AND BARRIER 1'REE. RAMPS Page 4 of 6 b. Pre -molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in Drawings. d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 2.3 ACCESSORIES [NOT USE, 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation l . Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgradc to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 ofoptimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 3.4 INSTALLATION A.Gencral 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS {no separate pay}. B.Forms: Forms shall be securely staked to line and grade and maintained in atrue position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. CITY OF FORT WORTH MAIN 34, 100, AND D100 DIWNAGE AREAS S.S. iMPROVFMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmjecl No. 02397 —November 19, 2019 Revised June 5, 2018 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, fonnations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1 /2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishingtool. 6. Sidewalks shall be (narked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised June 5, 2018 321320-6 CONCRETE, SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 3.5 REPAHURESTORATION [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 CITY Ol: PORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 5, 201 S 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification i 1. None. C. Related Specification Sections include, but are not necessarily limited to: j 1. Division a - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES i A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 1 and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. 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. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTS 1 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 32 13 73 - 2 CONCRETE PAVING .IO1NT SEALANTS Page 2 of 4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a lninimuln 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 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] 1.1.1 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion -type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight sea[. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur betweenthem. 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] CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 321373-3 CONCRETE PAVING .JOINT SEALANTS Page 3 or4 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment I. Provide all necessary equipment and keep equipment in a satisfactory working Condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sandblast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of I to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or othercontarnination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgiect No. 02397 — November 19, 2019 Revised December 20, 2012 32 13 73 -4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not sea] joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing ofjoints. 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 seal ing operation commences. 3.5 REPAUVRESTORATION [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 CITY OF FORT WORTH ' MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPEC] VICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 SECTION 32 14 16 BRICK UNIT PAVING PART1- GENERAL 1.1 SUMMARY A. Section Includes.- 321416-1 BRICK UNIT PAVING Page 1 of9 1, All labor, materials and equipment necessary to install brick pavers, set in mortar on reinforced concrete base for: a. New brick paving b. Brick paving repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimitedto: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Brick Paving a. Measurement 1) Measurement for this Item shall be by the square yard of Brick Paving. 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 Brick Paving completed and accepted in its final position per Drawings. c. The price bid shall include: 1) Sample panels 2) Shaping and fine grading the roadbed 3) Furnishing and applying all water required Q) Furnishing, loading and unloading, storing, hauling, handling, mixing, placing, finishing and curing all concrete ingredients for concrete base material 5) .Furnishing and installing all reinforcing steel for concrete base 6) Furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint filler and high bond mortar mix 7) Furnishing and setting all brick unit pavers 8) Sea.ling joints 2. Brick Paving Repair a. Measurement 1) Measurement for this Item shall be by the square yard of Brick Paving Repaired. b. Payment CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 32 14 16 - 2 BRICK UNIT PAVING Page 2 of 9 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 Brick Paving Repair completed and accepted in its final position per Drawings. The price bid shall include: 1) Sample panels 2) Shaping and fine grading the roadbed 3) Furnishing and applying all water required 4) Furnishing, loading and unloading, storing, hauling, handling, mixing, placing, finishing and curing all concrete ingredients for concrete base material 5) Furnishing and installing all reinforcing steel for concrete base 6) Furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint filler and high bond mortar mix 7) Furnishing and setting all brick unit pavers 8) Sealing joints 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. C67, Test Methods of Sampling and Testing Brick and Structural Clay Tile b. C 144, Aggregate for Masonry Mortar c. C150, Portland Cement d. C207, Specification for Hydrated Lime for Masonry Purposes e. C902, Specification for Pedestrian and Fight Traffic Paving Brick f C 1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete 3. The Brick Industry Association, Technical Notes a. No. 1, Cold and Hot Weather Construction 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 currentordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's technical data for each manufactured product, including certification that each product complies with specified requirements. B. Samples 1. For material verification purposes submit the following: a. Manufacturer's testing certification conforming to ASTM C67 testing methods for: CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S,S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised December 20, 2012 321416-3 BRICK UNIT PAVTNG Page 3 org 1) Compressive strength, pounds per square inch 2) Absorption, 5 hour submersion in cold water 3) Absorption, 24 hour submersion in cold water 4) Maximum saturation coefficient 5) Initial rate of absorption (suction) 6) Abrasion index 7) Freeze -thaw 8) Efflorescence b. Masonry paving unit samples for each type of masonry paving required. Include in each set the full range of exposed color and texture to be expected in the completed work. 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. Installer: Brick paver and any subcontractors shall have experience in brick paving and their previous work will be reviewed by the City prior to start of work. B. Sample Panel: Prior to installation of masonry paving work, fabricate sample panel using materials, pattern and joint treatment indicated for project work, including special features for expansion joints and contiguous work. l . Include color range, size, texture, bond, expansion jointing, pattern, finish, and workmanship. 2, Make 6 feet x 6 feet minimum. 3. Provide range of color, texture and workmanship to be expected in the completed work. 4. Sample panel shall be inspected by the City. If the sample is not acceptable, construct additional panels at no cost to the City until an acceptable panel is constructed. 5. Obtain City's acceptance of visual qualities of the panel before start of masonry paving work. 6, Maintain the sample panel as the standard of minimal quality for approval of all proposed brick pavement work required for the project. Locate sample panel near the pavement work to facilitate comparison 7. Do not change source of brands for masonry units, setting materials, or groutduring progress of work. 8. Remove sample panel from the site at completion ofprcject. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery: Brick pavers and associated installation materials shall be delivered to the job adequately protected from damage during transit. 1. Brick pavers shall be carefully packed by the supplier for shipment with name of manufacturer and identification of contents. 2. Pavers damaged in any manner will be rejected and replaced with new materials at no additional cost to the City. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 321416-4 BRICK UNIT PAVING Page 4 of 9 B. Storage: Protect grout and mortar materials during storage and construction against wetting by rain, snow or ground water and against soilage or intermixture with earth or other types of materials. 1. Protect grout and mortar materials from deterioration by moisture and temperature. 2. Store in a dry location or in waterproof container. 3. Keep containers tightly closed and away from open flame. Protect liquid components from freezing. 1.11 FIELD CONDITIONS A. Ambient Conditions 1. Normal construction: temperatures between 40 degrees and 100 degrees. 2. Cold Weather Construction: temperatures below 40 degrees a. Comply with requirements for masonry construction in cold weather from the BIA Technical Notes on Brick Construction, No. 1, Cold and Hot Weather Construction, Table No. l as summarized in the following table: CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqiect No. 02397 — November 19, 2019 Revised December 20, 2012 321416-5 BRICK UNIT PAVING Page 5 of9 Preparation Construction Protection Requirements Temperature' Requirements Requirements (After Masonry is (Prior to Work) (Work in Progress) Placed Do not lay masonry units having either a temperature Heat mixing water or sand to below 20 degrees F or produce mortar between 40 containingie, frozen moisture, degrees F and 120 degrees visible ice, or snow on (heir F, surface. Completely cover newly 40 degrees F to Remove visible ice and Do not heat water or constructed masonry with a weather -resistive 32 degrees F snow from top surface of aggregates used in mortar or grout above 140 degrees F. membrane for 24 hr after existing foundations and construction. masonry to receive new Heat grout materials when construction. Heat these their temperature is below 32 surfaces above freezing, degrees F. using methods that do not result in damage. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in 32 degrees F to Comply with cold weather masonry. Comply with cold weather requirements 25 degrees F requirements above. Heat grout materials so grout above. is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 degrees F. Comply with cold weather Completely cover newly requirements above. constructed masonry Heat masonry surfaces under with weather -resistive insulating blankets or construction to 40 degrees F equal protection for 24 hr 25 degrees F to Comply with cold weather and use wind breaks or after completion work. 20 degrees F requirements above. enclosures when the wind Extend time perioddto 43 velocity exceeds 15 mph. hr for grouted masonry, Heat masonry to a minimum unless the only cement in the grout is Type III of 40 degrees F prior to Portland cement. routin . Maintain newly constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using healed 20 degrees F and Comply with cold weather Comply with cold weather enclosures, electric heating blankets, infrared below requirements above. requirements above. lamps, or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean dailytemperatures. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 - November 19, 2019 Revised December 20, 2012 32 14 16 - 6 BRICK UNIT PAVING Page 6 of 9 3. Hot Weather Construction: temperatures above 100 degrees a. Comply with requirements for masonry construction in hot weather from the BIA Technical Notes on Brick Construction, No I., Cold and Hot Weather Construction, Table No. 1 as summarized in the followingtable: Temperature' Preparation Requirements (Prior to Work) Construction Requirements (Work in Progress) Protection Requirements (After Masonry is Placed Above 115 Use cool mixing water for degrees F or Shade materials and mixing mortar and grout. Ice must be 105 degrees F equipment from direct melted or removed before with a wind sunlight. water is added to other mortar Comply with hot weather velocity over 8 or grout materials, requirements below. mph Comply with hot weather requirements below. Comply with hot weather requirements below. Maintain mortar and grout at a temperature below 120 degrees F. Provide necessary conditions and equipment to Flush mixer, mortar transport Above 100 produce mortar having a container, and mortar boards Fog spray newly degrees F or temperature below 120 with cool water before they constructed masonry until 90 degrees F with degrees F. come into contact with mortar damp, at least 3 times a 8 mph wind ingredients or mortar. day until the masonry is 3 Maintain sand piles in a Maintain mortar consistency by days old. damp, loose condition. retempering with cool water. Use mortar within 2 hr of initial mixing. 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean daily temperatures. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Rigid Concrete Base: See Section 32 13 13. B. Reinforcing Steel: Section 32 13 13 C. Paving Brick for Heavy Vehicular Traffic: Standard Solid (uncored) Paving Brick of modular size, 2-1/4 inches x 3-5/9 inches x 7-5/8 inches except as indicated, as per ASTM C1272, Type R, Application PX. D. Setting Materials 1. The mortar setting bed shall consist of: a. 1 part Portland cement - ASTM C 150, Type I b. 1/4 part hydrated limc by volume - ASTM C207, Type 5 CITY OF FORT W0RTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 321416-7 BRICK UNIT PAVING Page 7 of 9 c. 3 parts damp sand - ASTM CI44 (for high -bond mortar, gradation in accordance with additive manufacturer's recommendations). I d. Add water to obtain stiff mix - ASTM C 1602. 2. The wet mortar joint filler shall consist of: a. 1 part Portland cement - ASTM C150, Type b. 3 parts dry sand - ASTM C 144. c. Add water to obtain a wet mix - ASTM C 1602 3. High bond mortar mix shall consist of: a. 1 sack Portland cement - ASTM C 150, Type 1 b. 50 pounds workability additive - "A" Marble Dust by Armco Steel Corporation, Piqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote Corporation, or Micro Fill No. 2 by Pure Stone Company, Marble Falls, Texas or approved equal c. 3-1/4 cubic feet of sand - ASTM C144 d. 4 gallons of high bond additive-Sarabond Liquid Mortar Additive by the Dow E Chemical Corporation or approved equal e. Mix with water in accordance with High Bond Additive manufacturer's recommendations. s 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] L 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place 8-inch reinforced concrete base under proposed brick pavement. I . Concrete base: See Section 32 13 13. a. Design concrete mix design for a m inilnum compressive strength of 3,000 pounds per square inch at the age of 2 days for either type 1 or type III cement 2. Reinforcing Steel: Section 32 13 13 ' a. No. 4 bars at 18 inches on center both directions 3. Keep concrete surfaces to receive pavers dry, clean, free of oily or waxy films and level. 4. Verify gradients and elevations of base are as indicated on Drawings. B. Protect adjacent finished surfaces from soiling, staining, and other damage during construction. Clean and restore any damage or stains to adjacent surfaces to equal or better than original condition. C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an amount that can be covered with pavers before initial set. D. Set pavers in the patterns shown in the field with uniform tight joints (1/4-inch). CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20. 2012 321416-8 BRICK UNIT PAVING Page 8 of 9 E. Do not use pavers with chips, cracks, or voids. F. Set paver in 1-inch layer of neat cement paste over setting bed. G. Tolerances: Tolerances shall be checked continuously as work progresses so that nonconforming areas can be corrected before mortar sets. I . Alignment tolerances: maximum 1/4 inch in 20 feet; 1/2 inch in 40 feet 2. Surface tolerance: maximum plus or minus 1/8 inch in 8 feet noncumulative 3. Alignment and surface tolerances will be checked and enforced. The Contractor shall make provisions that brick pavers can meet these tolerances as they are supplied. Imperfections in the brick dimensions and surfaces will not constitute as reasons to accept inferior paving and the work will berejected. H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large areas of pavers for later leveling, 1. After pavers are set and cleaned free of mortar, fill joints with mortar, completely filling voids. J. Remove excess dry joint filler mixture and fog surface with fine waterspray. K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed broken edges will not be allowed. L. A 7 day damp cure is required. Employ barricades to restrict traffic during the 7 day cure period. After the 7 day damp cure period, clean the surface with stiff brush and brick manufacturer's recommended cleaning solution in increments not exceeding 100 square feet, leaving surface clean and free of mortar and groutstains. M. At the end of each day, spray paved areas with a fine mist of water. Fill joints within 3 days after the pavers are set. Spray paved areas until the joints are filled. N. Sweep and keep brick surfaces clean at all times in order to avoid penetration of cement into the brick surface. 3.5 REPATR A. General 1. Remove and replace masonry paving units as directed by the City that are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. 2. Provide new units to match adjoining units and install in sauce manner as original units, with same joint treatment to eliminate evidence of replacement. 3. Pointing: during tooling of joints, enlarge voids or holes and completely fill with mortar or grout. Point -up joints at sealant type joints to provide a neat, uniform appearance, properly prepared to application of sealant. 4. Cleaning: Remove excess mortar/grout from exposed brick surfaces, wash and scrub clean. 5. Protect masonry paving installations from deterioration, discoloration or damage during subsequent constructions and until acceptance of work, in compliance with recommendations of installer and paving unit manufacturer. B. Trench Repair 1. Preparation CITY OF FORT WORT1-1 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPFC]FICATION DOCUMENTS City Project No, 02397 — November 19. 2019 Revised December 20, 2012 l 32 14 16-9 BRICK UNIT PAVING Page 9 of 9 a. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. b. Surface Preparation: (nark pavement cut repairs for approval by the CITY. 2. Removal 1) Use care in removing brick pavers to be repaired to prevent damage to brick pavers adjacent to the repair area. 3. Installation: See Article 3.4. ' 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 CITY OF FORT WORTIi MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY 8 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 6 SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS PART1- GENERAL 1.1 SUMMARY 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 1.2 PRICE AND PAYMENT PROCEDURES 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 —November 19, 2019 Revised October 05, 20M 32 16 13 -2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 c. The price bid shall include: l) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 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 concrete 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 FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised October 05.2016 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 c. histall the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. 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. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms l . Extend forms the full depth of concrete. 2. Wood forns: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel l . Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement l . Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand -Laid Concrete — Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised October 05, 2016 32 1613 -4 CONCRETE CURB AND GUTTERS AND VALLEY GLITTERS Page 4 of 6 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the finished curb, unless otherwise approved. Machine -Laid Concrete Curb and Gutter a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion orslipfonning. 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 1.3 13, 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.1 FIELD QUALITY CONTROL A. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised October 05, 2016 321613-5 CONCRETE- CURB AND 6UTTERS AND VALLEY GUTI'L:RS Pape 5 of 6 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to ASTM C 172 with the following requirements: 1. Testing Frequency: Obtain I fresh concrete sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 150 cubic yard, plus 1 set for each additional 150 cubic yard or fraction thereof. 2. Slump: ASTM C 143; 1 test at point of placement for each concrete sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; I test for each sample, but not less than I test for each day's pour of each concrete inixture. 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39; a. Test I cylinder at 7 days. b. Test 2 cylinders at 28 days. 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete tester and inspector, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 8. Additional Tests: Additional tests of concrete shall be made when test results indicate that slump, air entrainment, compressive strengths, or other City specification requirements have not been met. The Lab Services division may conduct or request tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by the Project Manager. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Project Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Project Engineer shall be provided by the Contractor without cost to the city. 9. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 10. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. 3.8 SYSTEM STARTUP [NOT USED] CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised October 05, 2016 321613-6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 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 CITY OF FORT wotimi MAIN 34, 100, AND DIOO DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised October 05, 2016 0 I 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 32 1723- 1 PAVEMENT MARKINGS Page 1 of 11 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavementmarkings 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 limitedto: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division I — 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 "Pvrnt 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 MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 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 I 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. RaisedMarkers 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: l) 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 WORfII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised November 22, 2013 32 17 23 - 3 PAVEMENTMARKINGS Page 3 of I I 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. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each "Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot of "Remove Legend" performed for: 26 a) Various types 27 b) Various applications 28 c. Tlie 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 ofthis 35 Specification, unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices MUTCD 2011 Edition 37 a. Part 3, Markings 38 3. American Association of State Highway and Transportation Officials AASI-ITO 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Highway Administration (FHWA) 41 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 42 5. Texas Department of Transportation (TxDQT) 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 WORT14 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22, 2013 321723-4 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 Hand I ing Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 01 60 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 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 from pavement under normal weather conditions nor exhibit atacky 36 exposed surface. CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 f) Applied at a uniform rate 33 g} Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings, AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic, hot applied, extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway, the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit atacky 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 MAIN 34, 100, AND DI00 DRAINAGF AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 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 48 49 32 1723 -6 PAVEMENT MARKINGS Page 6 of 11 7) The thickness shall be uniform throughout the length and width of the markings. 8) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 9) The minimum thickness of the marking, as measured above the plane formed by the pavement surface, shall not be less than 1/8 inch in the center ofthe marking and 3/32 inch at a distance of/z inch from the edge. 10) Maximum thickness shall be 3/16 inch. 11) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 12) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 13) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 14) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching c) Water white in color f) Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings,AASHTO Designation: M 247-09. c. Preformed Polymer Tape 1) Material shall meet or exceed the Specifications for S WARCO Director 35, 3M High Performance Tape Series 3801 ES, or approved equal. d. Preformed Heat -Activated Thermoplastic Tape 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 mil preformed thermoplastic or approved equal. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) round ceramic markers and shall meet or exceed the TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification DMS-4200 for high -volume retroreflective raised markers and be available in the following types: 1) Type 1-C, white body, 1 face reflects white 2) Type II -A -A, yellow body, 2 faces reflect amber 3) Type 11-C-R, white body, I face reflects white, the other red CITY OF FORT WORTl1 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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. I 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 calendardays. 19 20 21 22 23 24 25 26 Posted Speed m h 30 35 — 50 ? 55 2-lane roads with centerline markings only 1 n/a 100 250 All other roads 2 n/a 50 100 (1) Measured at standard 30-m geometry in units ol-mcd/m`llux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute fora longitudinal line; minimum pavement marking retroreflectivity levels are not applicableas long as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible,minimum 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 iarkings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmjcct No. 02397 — November 19, 2019 Revised November 22, 2013 321723-9 PAVFMFNT MARKINGS Page 8ofII 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. General 1. The materials shall be applied according to the manufacturer's recommendations. 2. Markings and markers shall be applied within temperature limits recommended by the material manufacturer, and shall be applied on clean, dry pavement having a surface temperature above 50 degrees Fahrenheit, 3. Markings that are not properly applied due to faulty application methods or being placed in the wrong position or alignment shall be removed and replaced by the Contractor at the Contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists, it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within 5 days of written notification. 4. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 1. Thermoplastic, hot applied, spray a. This method shall be used to install and replace long lines centerlines, lane lines, edge lines, turn lanes, and dots. b. Markings shall be applied at a 1 10 rail thickness. c. Markings shall be applied at a 90 mil thickness when placed over existing markings. d. A sealer shall be used if concrete or asphalt is older than three (3) years. e. Typical setting time shall be between 4 minutes and 10 minutes depending upon the roadway surface temperature and the humidity factor. f. Retroreflective raised markers shall be used to supplement the centerlines, lane lines, and turn lanes. Refer to City Standard Detail Drawings forplacement. g. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2.4.A. l of this Specification. 2. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop -fines. b. Markings shall be applied at a 125 mil thickness. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 3. Preformed Polymer Tape a. This method shall be used to install and replace crosswalks, stop -lines, and legends. Crl'Y OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 Revised November 22, 2013 321723-9 PAVEMENT MARKINGS Page 9 of I I b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends, straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat -Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop -lines, and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends, straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line, chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment, unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 10. The markings must exhibit uniform retroreflective characteristics. 39 11, Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE, AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22, 2013 1 2 3 4 5 6 7 8 9 10 1] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 321723 -10 PAVF.MFNT MARKINGS Page Ill of 1 I b. if the roadway is being damaged during the marker removal, Work shall be halted until consultation with the City. c. Removals shall be done in such a matter that color and texture contrast of the pavement surface will be held to a minimum. d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than %4 inch in depth resulting from the removal of pavement markings and markers. Driveway patch asphalt emulsion may be broom applied to reseal damage to asphaltic surfaces. e. Dispose of markers in accordance with federal, state, and local regulations. f. Use any of the following methods unless otherwise shown on the Drawings. 1) Surface Treatment Method a) Apply surface treatment at rates shown on the Drawings or as directed. Place a surface treatment a minimum of 2 feet wide to coverthe existing marking. b) Place a surface treatment, thin overlay, or microsurfacing a minimum of 1 lane in width in areas where directional changes of traffic are involved or in other areas as directed by the City. 2) Burn Method a) Use an approved burning method. b) For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. c) When using heat, avoid sparring pavement surfaces. d) Sweeping or light blast cleaning may be used to remove minor residue. 3) Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water -injected abrasive blasting, or brush blasting as approved. b) Remove pavement markings on concrete surfaces by a blasting method only. 4) Mechanical Method a) Use any mechanical method except grinding. b) Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 2. If a location is to be paved over, no additional compensation will be allowed for marking or marker removal. 37 3.5 REPAIR / RESTORATION [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges, square ends, and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout theirthickness. 42 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 43 shall be free of blisters. CITY OF FORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised November 22, 2013 321723-11 PAVEMENT MARKINGS Page 11 of 11 1 3.8 SYSTEM STARTUP [NOT USED] j 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 1 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.13. PROTECTION [NOT USED] S 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION CITY OF FORT WORTl1 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22, 2013 THIS PAGE INTENTIONALLY lmmmma�MWIM SECTION 32 3113 CHAIN LINK FENCE AND GATES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 3231 13 - 1 CHAIN LINK FENCE AND GATES Page 1 of 7 1. Galvanized coated chain link (non -security) fencing and accessories in accordance with the City's Zoning Ordinance. 2. Wrought iron fencing and accessories 3. Steel tube fencing and accessories 4. On utility projects: a. When existing fence is within the project Site (i.e. parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench, the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 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. Chain Link Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Chain Link Fence 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 Chain Link Fence installed forvarious: a) Heights b) Fabric materials c. The price bid shall include: 1) Furnishing and instal ling all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling 2. Wrought Iron Fence CITY OF FORTWORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December20, 2012 3231 13 -2 CHAIN LINK FENCE AND GATES Page 2 of 7 a. Measurement 1) Measurement for this Item shall be by the linear foot of Wrought Iron Fence 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 Wrought Iron Fence installed for various heights. c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling 3. Steel Tube Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 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 Steel Tube Fence installed for various heights. c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling 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 for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric d. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes e. F 626, Standard Specification for Fence Fittings f. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS A. Shop drawings CITY OF FORT WORTH, MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3231 13 - 3 CHAIN LINK FENCE AND GATES Page 3 of 7 r 1. Layout offences and gates with dimensions, details, and finishes ofcomponents, accessories and post foundations if requested by the City. B. Product data 1. Manufacturer's catalog cuts indicating material compliance and specified options. I 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 [NOTUSED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MANUFACTURED UNITS / MATERIALS A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvanized coated chain link fenciIlg. 2. Approved Manufacturer or equal: ` a. Allied Fence, Inc. b. American Fence Corp. c. Anchor Fence, Inc. d. Master HaIco, Inc. B. Materials 1. Chain Link Fence a. General 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. 2) Gate hinges, post caps, barbed wire supporting arras, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3) Post tops, rail end, ties and clips may be of aluminum. 4) Use only new material, or salvaged/existing material if approved by City or noted on Drawings. b. Steel Fabric 1) Fabric a) No, 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled (2) Furnish 1-piece fabric widths. 2) Fabric Finish: Galvanized, ASTM A 392, Class 1, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric CITY OF FORT WORTH MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20. 2012 323113-4 CI IA1N 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 l-piece fabric widths. d. Steel Framing l ) 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 ozlftz of coated surface area 2) Steel pipe - Type a) ASTM .F 1043, Group IC b) Minimum yield strength: 50,000 psi r 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 ozlftz minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Miniinum 0.9 oz/ftz 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 11 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 ozlftz 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 ozlftz 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 I 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 WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Rev i sed December 20, 2012 323113-5 CHAIN LINK FENCE AND GATES Page 5 of 7 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing b) Pressed steel per ASTM F626 c) For connection of rail and brace to terminal posts 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts b) Double wrap 13 gauge for rails and braces. c) Hog ring ties of 12-I/2 gauge for attachment 6) Brace and tension (stretcher bar) bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment c) At square post provide tension bar clips. 7) Tension (stretcher) bars: a) 1 piece lengths equal to 2 inches less than full height of fabric b) Minimum cross-section of 3/] 6 ilach x 3/4 inch c) Provide tension (stretcher) bars where chain link fabric meets term ilia] posts. 8) Tension wire a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b) Tensile strength: 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 pounds 10) Nuts and bolts are galvanized. 2. Wrought Iron Fence: specified per Drawings. 3. Steel Tube Fence: specified per Drawings. 4. Setting Materials a. Concrete 1) Minimum 28 day compressive strength of 3,000 psi 2) Sagged concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steel 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL jNOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397— November 19, 2019 Revised December X 2012 3231 13-6 CHAIN LINK FENCE AND GATES Page 0 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Chain Link Fence Framing I . Locate tenninal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in fine, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 5. Bracing a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rai I a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. S. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons andclothing. b. Fasteners: Install nuts on side offence opposite fabric side for added security. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVE1vIFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 323E 13-7 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 REPAHMESTORATION [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 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK SECTION 32 3129 WOOD FENCE AND GATES PART1- GENERAL 1.1 SUMMARY 3231 29 - 1 WOOD FENCE AND GATFS Page 1 or4 A. Section Includes I . Construction of wood fences and gates along boundaries, property lines in accordance with the City's Zoning Ordinance. 2. On utility projects: i a. When existing fence is within the project Site (i.e. parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench, the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract i 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Wood Fence installed, including gates. 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 Wood Fence installed for by height. 3. The price bid shall include: a. Furnishing all materials for fence and gates b. All preparation, erection and installation ofniaterials 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 for Testing and Materials (ASTM): CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proicct No. 02397 — November 19, 2019 Revised December 20, 2012 32 31 29 - 2 WOOD FENCE AND GATES Page 2 of 4 a. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products b. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes c. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework d. F 1083, Standard Specification for Pipe, Steel, Not -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures 1.4 ADMINISTRATI.VE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of components, accessories and post foundations B. Product data: Manufacturer's catalog cuts indicating material compliance and specified options C. Building Permit. All fences over 6 feet 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 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. General 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal. 2. Post tops may be of aluminum. B. Slats: Redwood or cedar free from all major decay or defects which would weaken or otherwise cause them to be unsuitable for fence slats. C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. D. Corner, Gate, End, or Line Posts l . Wood Posts a. Minimum size: 4-inch x 4-inch cedar wood post or match existing b. Free from all decay, splits, multiple cracks, or any other defect which would weaken the posts or otherwise cause them to be structurally unsuitable for the purpose intended 2. Steel Posts a. Steel pipe - Type CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECTFTCATTON DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 323129-3 WOOD PENCE AND GATES Page 3 of 1) ASTM F 1083 2) Standard weight schedule 40 3) Minimum yield strength: 30,000 psi 4) Sizes as indicated on Drawings 5) Hot -dipped galvanized with minimum average 1.8 oz/W of coated surface area. b. Steel pipe - Type 11 1) ASTM F 1043, Group IC 2) Minimum yield strength: 50,000 psi 3) Sizes as indicated on Drawings 4) Protective coating per ASTM F 1043 5) External coating Type B a) Zinc with organic overcoat b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film 6) Internal coating Type B a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils c. Formed steel ("C") sections 1) Roll formed steel shapes complying with ASTM F 1043, Group 11 2) Minimum yield strength: 45,000 psi (310 MPa) 3) Sizes as indicated on Drawings 4) External coating per ASTM F 1043, Type A a) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 d. Steel square sections 1) ASTM A 500, Grade B 2) Minimum yield strength: 40,000 psi 3) Sizes as indicated 4) Hot -dipped galvanized with minimum I.8 oz/ft2 of coated surface area 3. Accessories a. Post caps 1) Formed steel or cast malleable iron weatber tight closure cap for tubular Posts. 2) Provide one cap for each post. 3) Cap to have provision for barbed wire when necessary. 4) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. 5) Where top rail is used, provide tops to permit passage of top rail. 4. Setting Materials a. Concrete 1) Minimum 28 day compressive strength of 31,000 psi 2) Bagged concrete allowed. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 323129-4 WOOD FENCE AND GATES Page 4 o1'4 3.2 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Wood Fence Framing 1. Steel Posts are required for all required screening fences. 2. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 3. Space line posts uniformly at 10 feet on center. 4. Set all posts in concrete. a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post (minimum 12 inches). c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. f. Trowel finish around post. Slope to direct water away from posts. 5. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. B. Slats 1, Place slats approximately 1 inch above the ground, and on a straight grade between posts by excavating high points of the ground. 2. Fasten slats to top and bottom railings with 2 galvanized screws designed for wood fence construction at both the top and bottom rail. 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] 3.1.3 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December20.2012 323213-1 CAST -IN -PLACE CONCRETE. RETAINING WALLS Page I of 6 SECTION 32 32 13 CAST -IN -PLACE CONCRETE RETAINING WALLS PARTI- GENERAL 1.1 SUMMARY A. Section Includes 1. Construction of cast -in -place concrete retaining wall adjacent to concrete sidewalk (3 foot inaximum height) of the size and shape detailed on the Drawings and at the location shown on the Drawings. 2. Construction of TxDOT standard cast -in -place, spread foot concrete retaining wall of the size and shape detailed on the Drawings and at the Iocation shown on the Drawings. } B. Deviations from this City of Fort Worth Standard Specification 1. None. r 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 3123 16 -- Unclassified Excavation r 5. Section 31 23 23 - Borrow 6. Section 31 24 00 - Embankments 7. Section 32 13 20 - Concrete Sidewalks, Driveways and Barrier Free Ramps 8. Section 33 46 00 - Subdrainage 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1, Concrete Retaining Wall Adjacent to Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of the fi-ont surface of the wall (face) from the top of the adjacent sidewalk to the top of the wall. 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 Adjacent to Sidewalk constructed. c. The price bid shall include: I ) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing, placing, and compacting backfiIl (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 CITY OF FORT WORT] I MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 5, 2018 323213-2 CAST-TN-PI,ACE CONCRETE RETAINING WALLS Page 2 of 6 6) Fabricating, curing, and finishing wall including special coatings when specified 2. Concrete Sidewalk Adjacent to Retaining Wall a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk Adjacent to Retaining Wall in its final position. Measurement shall be taken from face of wall to edge of concrete sidewalk. b. Payment 1) The work perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk Adjacent to Retaining Wall installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 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 1.3 REFERENCES 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 ofGeotextiles CITY 01" FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 5, 2018 B 323213-3 CAST -IN -PLACE CONCRETE, RETAINING WALLS Page 3 or6 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles d. D475I, Standard Test Method for Determining Apparent Opening Size of a Geotextile 2. Texas Department of Transportation (TXDOT), Standard Specifications for Construction and Maintenance of Highways and Bridges: a. 110, Excavation b. 132, Embankment c. 400, Excavation and BackfiII for Structures d. 420, Concrete Structures e. 421, Hydraulic Cement Concrete r f. 423, Retaining Walls g. 440, Reinforcing Steel h. 445, Galvanizing i. 458, Waterproofing Membranes for Structures j. 556, Pipe Underdrains 3. TxDOT Standard — Spread Footing Walls a. RW I (L) A — Low Footing Pressure, Design A Retaining Walls b. RW l (L) B — Low Footing Pressure, Design B Retaining Walls c. RW 1 (L) C Low Footing Pressure, Design C Retaining Walls d. RW I (H) A — High Footing Pressure, Design A Retaining Walls e. RW I (H) B High Footing Pressure, Design B Retaining Walls f, RW I (H) C — High Footing Pressure, Design C Retaining Walls g. RW 2 Retaining Wall Miscellaneous Details 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: a. Tex-616-J, Construction Fabrics 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] l F 1.5 SUBMITTALS A. See Section 03 30 00. 1.6 ACTION SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. See Section 03 30 00. 1.10 DELIVERY, STORAGE, AND HANDLING A. See Section 03 30 00. 1.11 SITE CONDITIONS A. Ambient Conditions: See Section 03 30 00. CITY OP PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 5.2018 3232 13 -4 CAST -IN -PLACE CONCRETE RETAINING WALLS Pagc 4 o f 6 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Concrete and Reinforcing Steel 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. 2. TxDOT Standard --- Spread footing Walls a. 420, Concrete Structures b. 421, Hydraulic Cement Concrete e. 440, Reinforcing Steel d. 445, Galvanizing e. 458, Waterproofing Membranes for Structures B. Backfill 1. Concrete Retaining Wall with Sidewalk a. Section 31 23 23 2. TxDOT Standard Spread Footing Walls a. 132, Embankments C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00 2. TxDOT Standard — Spread Footing Walls a. 556, Pipe Underdrains D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as UV -resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random throughout the fabric. e. The fabric is mildew resistant and rot -proof, and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fabric must conform to the requirements listed ill Table 1 when tested in accordance with the test methods specified. Table 1 Filter Fabric Requirements Physical Properties Test Method Value Fabric Weight, oil an ambient Tex-616-J 4 oz/yard temperature air-dried, tension free sample Permittivity, llsec ASTM D4491 1.0, min CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised .tune 5, 2018 u 3232 13 - 5 CAST -IN -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 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. Construct retaining walls in accordance with the Drawings and to the pertinent requirements of the following Sections: l . Concrete Retaining Wall with Sidewalk a. Section 03 30 00 b. Section 3123 16 c. Section 31 23 23 d. Section 3124 00 e. Section 33 46 00 2. TxDOT Standard — Spread Footing Walls a. 110, Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 423, Retaining Walls e. 420, Concrete Structures f. 458, Water proofing Membranes for Structures g. 556, Pipe Underdrains 3.5 REPAIR A. See Section 03 30 00. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. See Section 03 30 00. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised June 5, 2018 32 32 13 - 6 CAST -TN -PLACE CONCRETE RETAINING WALLS Page 6 o f 6 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 CITY OF FORT WOR"1'11 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 5, 2019 i 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page l of 3 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and place topsoil to the depths and on the areas 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 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Measurement a. Measurement for this Item shall be by cubic yard of Topsoil in place. 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 cubic yard of Topsoil, b. AlI excavation required by this Item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the ! provision that excavation will be measured and paid for once, regardless of the 31 manipulations involved. 3. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1,5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 4 3291 19 -2 TOPSOIL PLACEMENT AND F1N1SHINU OF PARKWAYS Page 2 of 3 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOTUSED] 2.2 MATERIALS A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material including subsoil, weeds, clay lumps, non - soil materials, roots, stumps or stones larger than 1.5 inches b. Has a high resistance to erosion c. is able to support plant growth 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less 6. Plasticity Index: 20 or less 7. Gradation: maximum of 10 percent passing No. 200 sieve B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation 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. Finishing of Parkways 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2, Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways 6 inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot b. Maximum:4:1 c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade from the parkway extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down atmaximum slope of 4:1. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No, 02397 — November 19, 2019 Revised Dewmber20, 2012 x 3291 19-3 TOPSOIL PLACEMENT AND FINISIIING OF PARKWAYS Page 3 or 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 froln all flatwork. 4. Tamp the topsoil with alight roller or other suitable equipment. 3.5 REPAIRIRESTORATION] [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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK r I 329213-1 HYDROMULCI I1NG, SEEDING AND SODDING Page 1 of S F SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, or as directed. 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 32 91 19 — Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1 1. Block Sod Placement a. Measurement 1) Measurement for this Item shall be by the square yard of Block Sod placed. 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 Block Sod placed. c. The price bid shall include: 1) Furnishing and placing all sod 2) Rolling and tamping 3) Watering (until established) 4) Disposal of surplus materials 2. Seeding a. Measurement 1) Measurement for this Item shall be by the square yard of Seed spread. 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 Seed placed for various installation methods. c. The price bid shall include: 1) Furnishing and placing all Seed 2) Furnishing and applying water for seed fertilizer 3) Slurry and hydraulic mulching 4) Fertilizer 5) Watering and mowing (until established) 6) Disposal of surplus materials 3. Mowing a. Measurement CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 329213-2 HYDROMU1.CHING, SEEDING AND SODDING Page 2 of 8 ) 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 containerfor acceptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. 1A1 FIELD [SITE] CONDITIONS [NOT USED] 1 J2 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS ]NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised Decemher 20, 2012 329213-3 HYDROMUt.CHIN(3, SEEDING AND SODDING Page 3 of 8 Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass) 2) "Cynodon dactylon" (Common Bermudagrass) 3) "Buchloc da.ctyloides" (Buffalograss) 4) an approved hybrid of Common Bermudagrass 5) or an approved Zoysiagrass b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch c. Maximum grass height: 2 inches f. Acceptable growing beds 1) St. Augustine grass sod: clay or clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils g. Dimensions 1) Machine cut to uniform soil thickness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability maybe permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) Not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnsongrass (2) Nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) Cynodon dactylon 85 90 75 Bermuda (hulled) Cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY 01: FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgiect No. 02397 — November 19, 2019 Revised December 20, 2012 3292 13 - 4 HYDROMl1LCH1N6, SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium multiflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLSIAcre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparitan 17.0 Buffalograss Buchloe dac tyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestein Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis d. Wildflower Seed 1) Punt between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLSIAcre 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 bipinnatiftda 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Ph3Jsostegia interntedia 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). e. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. CITY 01: FORT WORTH MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised Decemher20, 2012 329213-5 1IYDROMIA,CHING, SEEDING AND SODDING Page 5 of f. Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable condition for distribution b. Applied uniformly over the planted area c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding 2) Newly established seeding areas - 100 pounds of nitrogen per acre 3) Established seeding areas - 150 pounds of nitrogen per acre 5. Topsoil: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soil Retention Blanket a. "Curler I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation: clear surface of all material including: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding ormaintenance. B. Tilling 1. Compacted areas: till 1 inch deep 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do not till deeper than 1/2 .inch inside "drip line" of trees. 3.4 INSTALLATION A. Block Sodding 1. General a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last freeze date in the spring and 6 weeks prior tothe average first freeze in the fall. 2. Installation CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 a. Plant sod specified after the area has been completed to the lines and grades shown on the Drawings with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the fine earth in areas that may slide due to the height or slope of the surface or nature of the soil. Watering and Finishing a. Furnish water as an ancillary cost to Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. 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. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake 1 ightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Unifonnly 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. Dri 11 on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. £ Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to forma homogenous slurry. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE ARLAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 — November 19, 2019 Revised December 20, 2012 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of S 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. 5. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus 1 /2 inch per week should be applied until accepted. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] r 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 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b, Vegetation is free from bare areas 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow cycle performed by the Contractor prior to consideration of acceptance by the City. C. Rejection CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 329213-8 HYDROMUI,CHING, SEEDING AND SODDING Page 8 of 8 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH iMAIN 34, 100, AND DI00 DRAINAGF AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 329343-1 TREES AND SHRUBS Page I of 8 SECTION 32 93 43 TREES AND SHRUBS PART1- GENERAL 1.1 SUMMARY A. Section Includes: i 1. Tree and shrub planting and maintenance within street right-of-way and easements. 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 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 31 10 00 —Site Clearing 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 5. Section 32 91 19 - Topsoil Placement and Finishing ofParkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Plant Tree a. Measurement I) Measurement for this Item shall be per each by caliper inch. 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 tree to be Planted by caliper inch. c. The price bid shall include: 1) Furnishing and installing trees 2) Hauling 3) Grading and backfilling 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 1.3 REFERENCES A. 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 National Standards Institute (ANSI): a. ANSI Z60.1, American Standard for Nursery Stock 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York. CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 329343-2 TREES AND SHRUBS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certification from supplier that each. type of tree conforms to specification requirements. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shrubs. B. Qualifications 1. Landscaper specialized in landscape and planting work C. Substitutions 1. Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non -availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELIVERY, STORAGE, AND HANDLING A. Do not remove container grown stock from containers before time ofplanting. B. Delivery and Acceptance Requirements 1. Ship trees with Certificates of Inspection as required by governing authorities. 2. LabeI each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showingweight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Warranty Period: 12 months after job acceptance B. Warrant trees against defects including: 1. Death CITY OP PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19.2019 Revised December 20.2012 32 93 43 - 3 TREES ARID SHRUBS Page 3 of 8 2. Unsatisfactory growth 3. Loss of shape due to improper pruning, maintenance, or weather conditions C. Plumb leaning trees during warranty period. D. Remove and replace trees found to be dead during warranty period. E. Remove and replace trees which are in doubtful condition at end of warranty period, or when approved by City, extend warranty period for trees for full growing season. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least 2 years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus Third. c. Al I plants are to be grown and harvested in accordance with the American Standard for Nur sere Stock d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a I -inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. c. Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI 760.1 for type and species specified. d. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nurser); Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nailsand heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. e. Where clump is specified, furnish plant having minimum of three steins originating from common base at ground line. £ Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root bal I. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 32 93 43 -4 TREES AND SHRUBS Page 4 of 8 b) Indicated calipers on Drawings are minimum c) Averaging of plant caliber: not permitted g. Trees shall conform to following requirements: 1) Healthy 2) Vigorous stock 3) Grown in recognized nursery 4) Free of: a) Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun -scald (3) In_juries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Feat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic treechains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap 1) First quality 2) Bituminous impregnated tape 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation b. Twine 1) Lightly tarred, medium -coarse sisal (lath) yarn 2) Do not use nails or staples to fasten wrapping c. Seal: Commercially available tree wound dressing specifically produced foruse in sealing tree cuts and wounds 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting may be inspected. B. Plant material will be inspected for compliance with following requirements. 1. Genus, species, variety, size and quality CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 Revised December 20, 2012 32 93 43 - 5 'rREES AND SHRUBS Page 5 of 8 2. Size and condition of balls and root systems, insects, injuries and latent defects PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1, Schedule work so that planting can proceed rapidly as portions of sitebecome available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance'with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on 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. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for properdrainage. 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. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 02397 — November 19, 2019 Revised December 20.2012 32 93 43 -6 TREES AND SHRUBS Page 6 of 8 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. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after reinovingthe container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top ofbacklill to a]low for mulching. 15. Mulch pits, trenches and planted areas. a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders, watersprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 1/4 of the branching structure be removed. Retain the normal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall beclean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20. 2012 32 93 43 - 7 TREES AND SHRUBS Page 7 of 8 20, Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress of work. B. Remove rejected trees immediately from site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. An inspection to determine final acceptance will be conducted by City at end of 12 month maintenance period. E. Warranty periods provided for in paragraph 1.12A. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be permitted. 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period shall be 12 months after final acceptance. B. During the maintenance period if a work schedule and frequency are not shown on the Drawings, perform the minimum requirements shown below: 1. Water trees to frill depth a minimum of once each week or as required to maintain healthy, vigorous growth. CITY OF FORTWORTIi MAIN 34, 100, AND D100 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02397 — November 19, 2019 Revised December 20, 2012 329343-8 IREES AND SHRUBS Page 8 of 8 2. Prune, cultivate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace 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 A. See attached Exhibit A for City of Fort Worth Parks and Recreation Department regulations regarding damage to City trees during construction of the project. END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised December 20, 2012 DAMAGE TO CITY TREES NO PRUNING OF ANY CITY TREE SHALL BE PERMITTED, UNLESS SPECIFIED OTHERWISE IN THESE SPECIFICATIONS. Severe damage to trees will result in replacement or compensation of trees by the COMPANY. Failure to replace damaged trees shall be considered a breach of contract and COMPANY shall be assessed for damages. Slight or moderate to trees will result in assessment of damages. ASSESSMENT OF DAMAGES TO TREES: NO PRUNING OF ANY CITY TREE SHALL BE PERMITTED, UNLESS SPECIFIED OTHERWISE IN THESE SPECIFICATIONS. Severe damage to trees will result in replacement or compensation of trees by the Contractor. Failure to replace damaged trees shall be considered a breach of contract and Contractor shall be assessed for damages. Slight or moderate damage to trees will result in assessment of damages. ASSESSMENT OF DAMAGES TO TREES 1.1.The Contractor will check trees in the contract area before contract work begins, any damage will be noted and reported to the Contract Administrator. 1.2.The Contract Administrator will conduct random checks of the trees during the contract period. 1.&A check of all trees may be made at the end of the contract period. City Forester, Contract Administrator, and Contractor will attend the inspection. 1.4.Damages shall be documented by memo to the City Forester with copy to contract file and the Contractor. 1.5.Contractor may have the option of replacement or payment for severely damaged trees at a location to be designated by PARR. Replacement shall be made on caliper inch per caliper inch basis with a minimum size of replacement tree of 2" in caliper for trees damaged or removed less than 30" dbh and 2" per inch on trees 30" DBH or greater. The contractor shall be responsible for the planting watering, mulching and maintenance of replacement trees for a period of not less than 2 years. Any tree that does not survive the 2 year establishment period shall be compensated for by the contractor to PARD tree fund at a rate of $200 per caliper inch. 6.Slight Damage shall be defined as damage, in the opinion of the City Forester that may heal. Examples include but are not limited to; scaring of the trunk into the cambial layer 1/2" to 2" in width but less than 1/3 trunk circumference or breaking of limbs less than 2" in diameter or limbs less than 1/3 trunk caliper, whichever is less. Slight damage shall also include removal or lying down of protective tree fencing prior to end of construction, storing equipment or supplies within the critical root zone (CRZ), or disposing of paint or concrete within the CRZ but not closer to the trunk than 50% radius of the CRZ. Slight damage to trees shall be assessed at a rate of $100.00 for each instance. Each day tree fencing is not properly placed, equipment or supplies are stored within CRZ or fill is stored within the CRZ shall be considered one instance. 1.7.Moderate damage shall be defined as damage, in the opinion of the City Forester, that contributes to the poor health and reduced longevity of the tree, examples include but are not limited to scaring of the trunk into the cambial layer greater than 2" but less than 1/3 the trunk circumference or breaking of limbs more than 2" in diameter but less than 1/3 trunk caliper. Moderate damage shall also include compaction of soil, grading or filling in 20% of the CRZ on one of four sides but outside the 50% radius of the CRZ, disposing of paint or concrete within 50% radius of the CRZ. Moderate damages shall be calculated at a rate of the assessed value of the tree per each instance of damage. 1.8.Severe damage or removal of trees is subject to penalty of $200 per diameter inch of trees removed or damaged for trees less than 30" DBH, $400 per diameter inch of trees 30" DBH or greater. Severe damage or removal shall include but is not limited to scaring of the trunk to the cambial layer greater than 113 the trunk circumference, uprooting or causing a tree to lean, damage to a scaffolding branch or branch greater than 1/3 of trunk caliper. Severe damage shall also include compaction of soil, grading or filling more than 20% of the CRZ, or within 50% radius of the CRZ or on more than one of 4 sides. Cutting 1/3 of the buttress roots within 3 times the distance of the DBH of the trunk, or cutting 4 roots 4" or greater in diameter within 4' of the trunk shall also be considered severe damage. 1.9.Branches shall be measured at the point of attachment or at the lateral to which the branch would be pruned back to according to ANSI standards. Trees caliper shall be measured according to accepted industry standards. Trees greater than 6" in caliper shall be measured using diameter at breast height (DBH). Trees that must be removed due to damage caused by the contractor shall be removed by the Forestry Section Tree Removal Contractor at the Contractor's expense. 1.10. All damages shall be paid to the City Tree Fund. Failure to replace or pay for damaged trees shall result in a breach of contract and the Contractor will be automatically assessed damages. Damages as described herein shall be deducted from payments otherwise due to the Contractor. VOLUME 2 OF 2 CONFORMED 0 f"•*re'��l+fir d'f r Pdl ovember , 2019 FORTWORTH 0-I'RACT FOR THE CONSTRUCTION OF 1N1A1N .34. 100, AND D-101 DRAINAGE AR�A PART i C-iiy Project No. 0 397 Betsy pmx David Cooke Mayor City 11rSanagur Directov. Wafer Dci75rt"lul'l N v id Magana, P. E C i tvtry incer, Tran s porta i 1011 and Public: Works DepartmenI Prepared for TN1t. clt%, of Fort Worth Water Department Sewer. Prc�ico N timbm 56016-0700430-00 397-CO1783 Wa l r PT-,, j ec i N Lin11je r 50016-06043 ()-C 0.23.97-CO 17 8 3 w William J. Schultz, Inc. dba Circle C Construction Cam an Contractor PO Box 40328 Street Address Fort Worth, TX 76140 City & State 817-293-1863 Telephone Teresa S. Skelly, Vice President Contact Person CONTRACT DOCUMENTS MAIN 34, 100 AND D100 DRAINAGE AREAS SANITARY SEWER IMPROVEMENTS PART 1 City Project No. 02397 X-26057 CITY OF FORT WORTH TARRANT COUNTY, TEXAS RJN GROUP, INC. FORT WORTH, TEXAS November 2019 CONFORMED FEB. 2020 CONTRACT DOCUMENTS MAIN 34, 100 AND D100 DRAINAGE AREAS SANITARY SEWER IMPROVEMENTS PART 1. City Project No. 02397 X-26057 November 2019 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer ender the laws of the State of Texas. OF o CHMS EHIC I3 O" OttS ,. .....67697: Its /01VA! Chris Eric Brooks Date: November t9,2019 Registration No. 67697 CONFORMED FEB. 2020 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0032 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Cornpensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements Adopted September 2011 00 00 00 -1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project• hard copies are included in the Pro'ect'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 3000 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 31 - Earthwork 3125 00 Erosion and Sediment Control Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 1.6 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 3231 13 Chain Fences and Gates 32 31 29 Wood Fences and Gates 3232 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding 3293 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 0430 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 0450 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 3305 13 Frame, Cover and Grade Rings -Cast Iron 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 17 Concrete Collars 33 0520 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 0523 Hand Tunneling 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 BoIts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 33 1260 Standard Blow -off Valve Assembly 3331 12 Cured in Place Pipe (CIPP) 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 46 01 Slotted Storm Drains 3349 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets Division 34 - Transportation 3471 13 Traffic Control Special Specifications SS-1 Manhole Grouting SS-2 Cernentitious Manhole Coating SS-3 Tree Damage Assessment Forms Post Installation Manhole Adhesion Test Form Post Installation Manhole Holiday/Spark Detection Test Form Post Installation Manhole Liner Inspection Form Post Installation Manhole Vacuum Test Form CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ]'reject No. 02397 — November 19, 2019 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Standard Details (General) Standard Details (Water) Standard Details (Sanitary Sewer) Standard Details (Storm Drain) Standard Details (Paving) Standard Details (Traffic) Appendix GC-4.02 Subsurface and Physical Conditions (City of Fort Worth TIP W Soil Lah Services — Street 'Pest Bole Report - 411112015) GC-4.04 Underground Facilities GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6,07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements MISC-01 City of Fort Worth T/PW Typical Traffic Control Plans Technical Specifications listed below are included for this Pro'ect by reference and can be viewed/downloaded from the Ci 's Buzzsaw site at: htPs://praieci oint.b��client/fortEvol-thgo\,/Resources/02%20- %20Construction%2ODocumeiits/S ecificatiotis Division 26 - Electrical 2605 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 31 2323 Borrow 31 2400 Embankments Division 32 - Exterior Improvements 32 12 73 Asphalt Paving Crack Sealants 32 1725 Curb Address Painting 32 31 26 Wire Fences and Gates CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 2.2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4of5 Division 33 - Utilities 33 05 16 Concrete Water Vaults 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 3122 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 3930 Fiberglass Manholes 3341 11 High Density Polyethylene (HDPE) Pipe For Storm Drain 3341 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 02 Trench Drains 33 49 40 Storm Drainage Headwalls and Wingwalls Appendix GC-4.01 Availability of Lands GC-4.06 Hazardous Environmental Condition at Site GC-6.24 Nondiscrimination END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 2, 2016 THIS PAGE LEFT BLANK DIVISION 33 330130-1 SEWER AND MANHOLE TESTING Page I of 7 SECTION 33 0130 SEWER AND MANHOLE TESTING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 4. Pipe testing will include low pressure air test of joints for 27-inch or largerpipe. 5. Pipe testing will include deflection (mandrel) test forpipe. 6. Hydrostatic testing is not allowed. 7. Manhole testing will include vacuum test. 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 80 00 —Modifications to Existing Concrete Structures 4, Section 33 04 50 Cleaning of Sewer Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) complete in place, and no other compensation will be allowed. 2. Manhole Testing a. Measurement I) Measurement for testing manholes shall be per each vacuum test. b. Payment CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 20, 2012 3301 30 - 2 SEWER AND MANHOLE TESTTNG Page 2 o1'7 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuum test completed. The price bid shall include: l) Mobilization 2) Plugs 3) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] Il(��.Yi1130 110 F.1 &I 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 [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Test and Evaluation Reports 1. All test reports generated during testing (pass and fail) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Mandrel Equipment a. If requested by City, provide Quality Assurance certification that theequipment used has been designed and manufactured in accordance to the required specifications. 2. Joint Testing a. Testing Service - Engage a qualified independent testing agency to perform joint evaluation tests b. Equipment - If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3301 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 7 ` 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Low Pressure Air Test (Pipe 60 inch and smaller) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 1. Clean the sewer main before testing, as outlined in Section 33 0450, 2. Assemble individual joint tester over each joint from within the pipe. C. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior totesting. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs minim urn b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter(OD) f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. g) Mandrel equipment shall be suitable for the pipe material to prevent damage to the pipe. Consult manufacturer for appropriate mandrel equipment. D. Vacuum test (Manhole) 1. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 20, 2012 3301 30 - 4 SFWFR AND MANI IOLE T STING Page 4 of 7 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 3.4 INSTALLATION A. Low pressure air test (Pipe 60" Inch and Smaller) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stopwatch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: T = (0.0850*D*K) Q Where: T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig K = 0.000419*D*L, but not less than 1.0 D = nominal pipe diameter, inches L = length of pipe being tested (by pipe size), feet Q = 0.0015, cubic feet per minute per square foot of internal surface 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. UNI-13-6, Table 1 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe indicated for q = 0. 00 15 1 2 3 4 Specific ion't-ime for Length (Li Shown nim sec) Pipe Afnimum I3mCHtininnim Lengrh for _ Time fer _ _ Diameter Lcnucr 100fl ]SOtI 20011 250R 3ODft 350I1 400f1 450ft On.) (min, "time (fq Length (sec) sec} 4__ 46 597 -386 L 3,46 3.46 3 46 3:46 3 40 3:46 3:46 3;46 6 5,40 398 954 L 540 5,40 540 5:40 _ 5:40 5:40 5.42 624 8 7..14 298 1,51_01. 734 714 734 7,34 736 8:52 10:08 1124 10 9,26 -39 2-374L 9t26 9.26 926 9:53 11.52 13:51 IS`49 17:48 12 1 120 199 3.4I8 L _ t 1-20 11,20 1 1:24 14 15 17,05 19:56 22:47 25.38-00 15 14:10 159 5 342 L 14:10 1410 17.48 22_ Is 28:42:00 3 1:09:00 35_336:00 40:04:00 IS 17:00 133 7 692 L 17.00 19-11 25-38:00 32 03:00 3B?7-00 44.52:00 51: 1600 57.41 M 21 19:5o _ 114 10.470 L 19:50 26' M00 34:54 00 43 37 00 52^ 1'00 61 00-00 69 48:00 78,31 -00 24 22,40 99 13.04 L 2247 34'. 11:00 45:34 0D 565800 69 22'00 79.4600 91.1000 10233 00 27 25:30 00 88 17. 3061, 29:51 00 43 1600 57,41 00 72:07 00 9632:00 100:57:00 115:22:00 129,48:00 30 28:20:00 80 21 366 L 35:3700 53 21 00 71 1300 890200 106.50-00 12438:00 142.26:00 160tr,15 00 33 31: 10 GO 2 25. 8521. 43:OS:00 64.38.00 96. 10:00 107,43-A0 129. 1600 150,43,00 172:21:00 193:53:00 36 34:I10:00 66 30-768L 51.17:00 7655:00 10234.00 1281200 15375000 17929'00 205-U7t00 230,46-00 42 19:49 GO 57 41, 8631.. WAR 00 10442,00 139 37:00 174, 3U:OO 2024,00 _ 244'. 19'. OO 277; 13:U0 3140700 48 45:34:00 50 54 705 L 91.1000 1,16:45:00 182.21 OD 2275500 273331-00 311) U6:00 36442,00 41017 00 54 51:02'. 00 44 69 236 1, 115:24:00 173,0500 230:47:00 2N 29:00 34611:00 403'. 53, 00 4(, LAM 5141G:00 60 56:40:U0 40 85476 L 14218:00 2134100 294:55:00 356:09:00 4272300 498:37'DC 569-50'00 641.04-00 CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPF,CIFICATION DOCUMENTS City Project No. 02397 -November 19, 2019 Revised December 20, 2012 33 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 or7 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Low pressure joint air test (27 inch or larger pipe) 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM C1103 as follows: 2. Equipment shall be the product of manufacturers having more than five years of regular production of successful joint testers. Joint tester shall be as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the pressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 D. Vacuum test (Manhole) 1. Test manhole prior to coating with epoxy or other material. 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 3. With the valve closed, read the level vacuum level after the required testtime. 4. Minimum time required for vacuum drop of I inch of mercury is as follows: CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 01 30-6 SEWER AND MANHOLE TESTING Page 6 of 7 Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 1 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) 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 3,5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Nan -Conforming Work 1. Low pressure air test (Pipe 60 Inch and smaller) a. Should the air test fail, find and repair leak(s) and retest. Low pressure joint air test (Pipe 27 inch or larger) a. 100 percent of all joints shall be field tested, prior to the placement of backfill over the spring line of the pipe, after the pipe has been substantially locked into place by embedment. if the pipe does not pass the field air test, the joint will be pulled and refitted or rejected and removed from the project. After full placement of backflll and proper compaction,100% of all joints will be tested again, as the installation progresses. At no time shall pipe installation exceed 300 feet beyond the last joint tested. b. No more than 2 percent of the total number of joints failing to meet the requirements of this test shall be field repaired by joint grout injection, or band clamps, or other method. Any joints over 2% requiring field repairs shall be rejected and removed from the project site. Rejected pipe shall be removed from the project. Installation shall be stopped until defective joints are repaired orreplaced. 3. Should Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 4. Vacuum test (Manhole) CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3301 30 - 7 SEWER AND MANHOLE TESTING Page 7 of 7 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 CITY OP PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20. 2012 INTENTIONALLY LEFT BLANK POST INSTALLATION MANHOLE VACUUM TEST FORM F u% Company Name: Address: ` Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Contractor: r Owner: Indicate Pass/Fail- Location of Structure: [ Manhole Pour or Placement Date: 4 Project #: MANHOLE INP0RMA11ON Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLOW DIV BOX S' DI MH TYPE B FLOW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SIPHON ENTRY BOX METERING STATION Vacuum Test Results Inspection Date: I Inspection Company: I Inspector Name: Repair Date: Repair Location: Type of Repair: Repair Materials: Repair Locations 330131-I CLOSED CIRCUIT TELF;VISION (CCTV) INSPECTION Page I of 7 SECTION 33 0131 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer or storm sewermains 1 2. For sanitary sewer projects all (existing: Pre -CCTV, proposed: Past -CCTV) main shall be inspected. B. Deviations from this City of Port Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 03 10 Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 — Cleaning of Sewer Mains 5, Section 01 32 16 —Construction Progress Schedule 1.2 PRICE AND PAYMENT PROCEDURES A. Pre -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Are -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 Revised March 3, 2016 330131-2 CLOSED CiRC1JIT TELEVISION (CCrv) INSPECTION Page 2 of 7 a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Post -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file 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. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). The CCTV Manual is available for download on Buzzsaw. Location: Resources170 — Inspection Tools\Standard Construction b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for download on Buzzsaw. Location: Resources170 — Inspection Tools\Standard Construction. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Sanitary Sewer Lines a. Meet with City of Fort Worth Water Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. 2. Storm Sewer Lines a. Meet with City of Fort Worth Transportation/Public Works Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. B. Schedule 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule per Section 01 32 16. 2. Include time for City review (2 weeks minimum —Notification needs to be send out to Project Manager & Field Operation). 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City per Part 1.4 A. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide video data per the CCTV Manual. Provide additional copy of video in Windows .Media Audio/Video (.wmv) format for City Inspection review. CITY OF FORT WORTH' MAIN 34, 100, AND D100 DRAINAOE AREAS S,S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised March 3, 2016 3301 31 -3 CLOSED CIRCUIT TELEVISION (CC'I'V) INSPECTION Page 3 of 7 D. If inspected with other software provide video data in Windows Media Audio/Video (.wmv) format. Provide CCTV log in EXCEL spread sheet format The CCTV spread sheet log can be found on Buzzsaw. Location: Resources170 — Inspection Tools\Standard Construction. E. Inspection Report shall include: I. Asset a. Date b. City c. Address and/or Project Name d. Main Number — GIS ID (If Available) e. Upstream Manhole GIS ID (If Available) f Downstream Manhole GIS ID (If Available) g. Pipe Diameter h. Material i. Pipe Length j. Mapsco Location Number k. Date Constructed 1. Pipe Wall Thickness 2. Inspection a. Inspection Number (i.e. 1 s',2i°,etc...) b. Crew Number c. Operator Name d. Operator Comments e. Reason for Inspection f. Equipment Number g. Camera Travel Direction (Upstream/Downstream) h. Inspected Length (feet) i. Work Order Number (if required) j. City Project Number (if required) k. City Contract Name ' I. DOE/TPW Number (if required) m. Consultant Company Name n. Consultant Contact Name i o. Consultant Contact Phone Number p. Contractor Company Name q. Contractor Contact Name r. Contractor Contact Phone Number 1.6 INFORMATIONAL SUBMITTALS A. Pre -CCTV submittals 1. 2 copies of CCTV video results on USB drive 2. 2 hard copies of Inspection Report and one pdf copy on USB drive B. Additional information that may be requested by the City 1. Listing of cleaning equipment and procedures 2. Listing of flow diversion procedures if required 3. Listing of CCTV equipment 4. Listing of backup and standby equipment CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 02397 — November 19, 2019 Revised March 3, 2016 33 01 31 -4 CLOSED CIRCUIT TELEVISION (CCTV) 1NSPF...CT10N Page 4 of 7 5. Listing of safety precautions and traffic control measures 1.7 CLOSEOUT SUBMITTALS A. Post -CCTV submittals l . 2 copies of CCTV video results on USB drive 2. 2 Hard copies of .Inspection Report. A pdf copy on U S B drive shall be submitted to the City Inspector for review prior to scheduling a project final walk through. 3. CCTV spreadsheet log in EXCEL format — A blank copy of the CCTV spread sheet log can be found on Buzzsaw. Location: Resources170 — Inspection Tools\Standard Construction 4. Construction Plans identifying the line segments that were videoed. Include cover sheet, overall line layout sheet(s), and plan and profile sheet(s). 1.8 MAINTENANCE MATERIAL SUBMITTALS {NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOTUSED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS A. Equipment — 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. 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 mcdia to .MP4 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised March 3, 2016 33 0131 -5 CLOSED CIRCUIT TELEVISION (CCTV) TNSPECTION Page 5 of 7 b. The system shall be capable of printing pipeline inspection reports with captured images of defects or other related significant visual information on a standard color printer. c. The system shall store digitized color picture images and be saved in digital format on a USB drive. d. The system shall be able to produce data reports to include, at a minimum, all observation points and pertinent data. All data reports shall match the defect severity codes outlined in the City's CCTV manual. e. Camera footage, date & manhole numbers shall be maintained in real time and shall be displayed on the video monitor as well as the video character generators illuminated footage display at the control console. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USEDI 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Prior to inspection obtain pipe and manhole asset identification numbers from the plans or City to be used during inspections. Inspections performed using identification numbers other than the plans or from assigned numbers fi•otn the City will be rejected. 2. Inspection shall not commence until the sewer section to be televised has been completely cleaned in conformance with Section 33 04 50. (Sewer system should be connected to existing sewer system and should be active) 3. Inspection of newly installed sewers (not yet in service) shall not begin priorto completion of the following: a. Pipe testing b. All manhole work is complete c. Installation of all lateral services d. Vacuum test of manholes 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. B. Storm Sewer Lines 1. Coordinate with City of Fort Worth Transportation/Public Works Department for CCTV equipment and cleaning requirements. 3.4 INSPECTION (CCTV) A. General l . Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stoppingwhen necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised March 3, 2016 330131-6 CLOSED CIRCUIT fELEV1SION (CCTV) INSPECTION Page 6 of 7 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes, Include condition of manhole in its entirety and interior corrosion protection (if applicable) (Camera should pan the entire manhole from top as well as while lowering into manhole, also show complete view of invert) b. Service connections, Pan the Camera to get a complete overview of service connection including zooming into service connection Include location (i.e. 3 o'clock, 9 o'clock, etc...) c. Joints, Include comment on condition, signs of damage, etc... d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris (show as % of pipe diameter). If debris has been found in the pipe during the post -CCTV inspection, additional cleaning is required and pipe shall be re -televised. e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe cond itions h. Note locations where camera is underwater and level as a % of pipe diaracter. 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest I/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than I USB drive. b. A single segment is defined from manhole to manhole. B. Are -Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be perfonned from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20, Section 33 31 21 and Section 33 3122, C. Post -installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 0450. D. Documentation of CCTV Inspection Sanitary Sewer Lines a. Follow the CCTV Manual (CCTV standard manual supplied by City upon request) for the inspection video, data logging and reporting or Part 1.5 E of this section. 2. Storm Sewer Lines a. Provided documentation for video, data logging, and reporting in accordance with City of Port Worth Transportation/Public Works Department requirements. CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised March 3, 2016 3301 31 -7 CLOSED CIRCUITTELEVISION (CCTV) INSPECTION Page 7 of 7 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 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE ARLAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised March 3, 2016 THIS PAGE INTENTIONALLY LEFT BLANK i 3303 10- 1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page I of 5 SECTION 33 03 10 I BYPASS PUMPING OF EXISTING SEWER SYSTEMS PART1- GENERAL 1,1 SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer t 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 I General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Measurement a. Measurement for this Item will be by Jump 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 f. 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 FORTWORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19. 2019 Revised December 20, 2012 330310-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 l . 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 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.5 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. Purnp 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 bead curves b. Sewer plugging methods 7. Size, length, material, joint type, and method for installation of suction and discharge piping 8. Method of noise control for cacti 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 contactsby 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 Or FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 023 97 — November 19, 2019 Revised December 20, 2012 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 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 [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER -FURNISHED ]OR] OWNER -SUPPLIED PRODUCTS [NOTUSED] 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. Foot -valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to accountfor 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. S. if multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. G. 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330310-4 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 eitherscrvice. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised Deccniber 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 lox] 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 duringtests. 3.8 SYSTEM STARTUP INOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING INOT 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 INOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE. AREAS S.S. IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK 330430- 1 TEMPORARY WATER SERVICES Page 1 of SECTION 33 04 30 TEMPORARY WATER SERVICES FV.VPAifl "DQIDIMR1, 1,1 SUMMARY 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 Backfill 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10 — Water Services 1-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 surn or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit price bid for "Temporary Water Service" of the type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops f. Temporary asphalt for crossings g. Traffic Control h. Disinfection i. Removal of temporary services CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proicct No. 02397 —November 19, 2019 Revised July 1, 2011 330430-2 TEMPORARY WATER SERVICES Page 2 of 4 1.3 REFERENCES A. Reference Standards l . 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] 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 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 I 1 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 l . 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 F 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [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 3/4-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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 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] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 02397 —November 19.2019 Revised July 1, 2011 330440-1 CLEANING AND ACCEPTANCE TESTFNG OF WATER MAINS Page I of 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 JAC) 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. D.ivision 0 — Bidding Requirements, Contract Fonns, and Conditions of the Contract 2. Division I 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 latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C30], 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 MAIN 34. 100, AND D100 DRAINAGE'- AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICA ION DOCUMENTS City Project No. 02397 —November 19. 2019 Revised 1,ebnlary 6, 2013 330440-2 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 [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED lox] OWNER -SUPPLIED PRODUCTS [NOTUSED] 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised Fchruai)? 6, 2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 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 REPAUVRESTORATION [NOTUSED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] SITE QUALITY CONTROL [NOTUSED] 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. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method 1. If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and Iabor to satisfactorily expose clea.ningwye, 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 apig. 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 MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 6, 2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 3) Plug and place blocking at other openings. 4) Backfi ll 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method 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. 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 pipe]ine 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 beat 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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. I ) 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 snake 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= SD1P 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 1. 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 WORTII MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised Febmary h, 2013 330440-6 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 dc-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 made 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. 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 WORTIIMAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 6, 2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 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. Dechlorination 1. 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 fi•om 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) forfish 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 ofsarnples. 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 treatedwith sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least I 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 I 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. f. Obtain samples from water that has stood in the new main for at least I6 hours after formal flushing. 3. Repetition of Sampling CITY OF FORT WOWHI MAIN 34. 100, AND D100 DRAINAGEAREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 6, 2013 330440-9 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page & 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECTFTCATTON DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 6, 2013 330450-1 CLEANING OF SEWER MAINS Page 1 of SECTION 33 04 50 CLEANING OF SEWER MAINS f PART]- GENERAL 1.1 SUMMARY A. General 1. Before any television inspection, any sewer main shall be cleaned to remove ail debris, solids, sand, grease, grit, etc, from the sewer and manholes. t B. Deviations from this City of Fort Worth Standard Specification I, None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection t 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 he allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOTUSED] 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] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTii MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330450-2 CLEANING OF SEWER MAINS Page 2 of PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED [oR] 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 REPAUVRESTORATION [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 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 wastematerials, debris, and rubbish. 3. Keep the work and surrounding premises within work limits free ofaccumulations 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 MAIN 341, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised December 20, 2012 330450-3 CLEANING OF SEWER MAINS Page 3 of 4 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 waterjet. 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 I 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, darn, 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 Hydraulic Cleaning a. Hydraulic -propelled devices which require a head of water to operate must utilize a collapsible darn. b. The dam must be easily collapsible to prevent damage to the sewer main, property, etc. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 04 50 - 5 C'LEANfNG OF SEWER MAINS Page 4 of 4 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 bigh 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. 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 powermachines. 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgjeet No. 02397 — November 19, 2019 Revised December 20, 2012 3305 10-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 01,19 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f Concrete encasement for utility lines g. Backfill h. Compaction B. Deviations from this City of Fort Worth Standard Specification I . Contractor shall not use Controlled Low Strength Material (CLSM) on this project per the 2019 T/PW utility construction policy which is applicable to this project. If there are conflicts between this specification and the 2019 utility construction policy, a joint determination statement will be produced by T/PW and the Water Department to resolve those issues as they arise. 2. All references to CSS in this specification shall also include that the material shall be compacted to a minimum of 90 percent Standard Proctor density during installation. C. Related Specification Sections include, but are not necessarily limitedto: l . Division 0 Bidding Requirements, Contract Forins, and Conditions of the Contract 2. Division I — General Requirements 3. Section 02 41 13 Selective Site Demolition 4. Section 02 41 15 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 30 00 — Cast -in -place Concrete 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 8. Section 31 10 00 — Site Clearing 9. Section 31 25 00 —Erosion and Sediment Control 10. Section 33 05 26 — Utility Markers/Locators CITY Ol' FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 19 11. Section 34 71 1.3 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 Baekfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment l) 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 item 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 embedment/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 Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 19 b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water 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. 1.3 REFERENCES A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: J %r. 1 � UNPAVED AREAS 1 NTFIAL BACKf1LL w m SPRINGLIK - Li i1 � � r: i HAUNCi-IK BEDDING 4 FOUNDATIONNO ♦ i,X,�� FKAVATED IRENCH WDTN r CITY OF FORT W STANDARD CONS i xuL. i juij 3rnuiriun i wig lives uivicry 1 a Revised December 12, 2016 J J L Y 4 Z z � w S.S. IMPROVEMLNTS c,ny rroject ivo. u1s37 — November 19, 2019 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 19 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine £ ASTM D588 — Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P -Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S,S, IMPROVF,MINTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised December 12, 2016 33 05 10 - 5 UTILITY TRENCH EXCAVATION; EMBEDMENT, AND 13ACKFILL Page 5 of 19 b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTMD698 prior to commencement of construction activities. 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 construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 3, Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND IIANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location, b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGF AREAS S.S. IMPROVEMENTS STANDARD CONSTRUC11ON SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 12, 2016 330510-6 UTILITY TRENCH EXCAVATION. EMBEDMENT, AND BACKFILL Page 6 of 19 d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1,11 FIELD [SITE] CONDITIONS A. Existing Conditions Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER -SUPPLIED PRODUCTS 2.2 MATERIALS 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 '/4" 0-5 #4 0-10 916 0-20 450 20-70 # 100 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 131 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S,S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November [9, 2019 Revised December 12, 2016 330510-7 UTILITY TRENCII EXCAVATION, EMBEDMENT. AND BACKFILL Page 7 of 19 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free froln significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM Cl 31 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. 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 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. 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 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II portland cement CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 12.2016 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILI. Page 8 of 19 c. Water 1) Potable water, free of soils, acids, alkalis, organic hatter or other deleterious substances, meeting requirements ofASTMC94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM. D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will betaken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D 1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. CITY OF FORT WORTI I MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — Navcmber 19, 2019 Revised December 12, 2016 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 19 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed. utility. 3.3 PREPARATION A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not Iicensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction casements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a. manner such that there is no damage to the tree canopy. c. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning ortrimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 12.2016 3305 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 19 a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal Poles, Mast Arens, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 flours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be fine and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall .not advance beyond the pipe placement so that the trench may be ba.ckfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12. 2016 3305 10-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 I of 19 8. Rock —No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. if soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours afterplacement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) if in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 19 e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all groundwater control equipment not called to be incorporated into the work. h. Water Disposal I ) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wail to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b.. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVFMF.NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 3305 10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 or 19 £ Place evenly spread bedding material on a firm trench bottom. g. Provide firn, uniform bedding. 1) Additional bedding maybe required if groundwater is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) t3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) if additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) t I inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment liftshall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve n ut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698, CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 3305 10-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 19 m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding maybe required if groundwater is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within �L0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recoinmendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. I. Density test may be performed by City to verify that the compaction of embedment meets requirements. in. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. Stone Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 3305 10-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 19 h. The pipe line shall be within +0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within �L0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor AS rm D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfIll to 95 percent Standard Proctor ASTM D698. 8, Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if groundwater is present inthe trench. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 3305 10-16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 19 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet l) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depth from 0 to] 5 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. Required Compaction and Density a. Final backfill (depths less than 15 feet) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 3305 10-17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 19 2) CSS or CLSM requires no compaction. c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If in situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified ill Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in. writing with sufficient tune for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 12, 2016 330510-IS UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pape 19 of 19 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 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: I ) 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. 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 facilitateall test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 12, 2016 3305 10 - 19 UTILITY TRENCH EXCAVATION_ EMBEDMENT, AND BACKFILL Page 19 of 19 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing Iab 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. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j, Test reports shall include: i ) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. 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 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 12, 2016 INTENTIONALLY LEFT BLANK r.:Y 330513-1 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 1 of 5 i SECTION 33 05 13 FRAME, COVER, AND GRADE RINGS — CAST IRON PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 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 containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation will be allowed. 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. ASTM Ad$ — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 —Standard Specification for Drainage, Sewer, Utility and Related Castings 1.4 ADMINISTRATIVE REQULREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised January 22, 2016 33 05 13 -2 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 2 of 5 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 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 Joe] 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 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. Castings 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOC1JMFNTS City Project No. 02397 _ November 19, 2019 Revised January 22, 2016 330513-3 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 3 of 5 a. Size to set flush with the frame with no larger than a 1 /8 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 22 1 /2 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non -traffic areas concrete or HDPE can be used. D. Joint Sealant 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependent on a chemical action for its adhesive properties or cohesive strength. CITY OF PORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPF.CIFICATTON DOCUMENTS City Prqject No. 02397 — November 19, 2019 Revised January 22, 2016 3305 13 -4 FRAME, COVER, AND GRADE RINGS -CAST IRON 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 [NOT USED] 3.4 INSTALLATION A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Sea] each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised January 22, 2016 330513-5 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 5 of 5 3.5 REPAIR I 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] 313 MAINTENANCE [NOT USE, 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised January 22, 2016 THIS IMAGE INTENTIONALLY LEFT BLANK 3305 14- 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page I of 7 SECTION 33 05 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 1.1 SUMMARY A. Section Includes: 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test ' stations and other miscellaneous structures to a new grade B. Deviations from this City of Fort Worth Standard Specification 1. None. r 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 01 17 — Permanent Asphalt paving Repair 4. Section 32 01 29 -- Concrete Paving Repair 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 8. Section 33 39 20 Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 10. Section 33 12 21 —AWWA Rubber -Seated Butterfly Valve 11. Section 33 04 11 — Corrosion Control Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 1.2. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to 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, Minor" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF PORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTI IER STRUC URES 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, Major" 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 Twit price bid per each "Manhole Adjustment, Major wl 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3305 14 - 3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet 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 "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, pennanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment 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 "Valve Box Adjustment" completed. �. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clea.n-up 6. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified OD the Drawings. b. Payment 1) The work performed and the materials fiirnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 330514-4 ADJUSTING MANHOLES. INLETS, VALVE BOXES, AND OTHER STRUCTURESTO GRADE Page 4 of 7 5) Adjustment device 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 l) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment l) 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: l ) 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 a. Measurement 1) Measurement for this Item shall be per each adjustment requiringstructural modifications to said structure to a grade specified on the Drawings. b. Payment l) The work performed and the materials furnished in accordance with this Item will be paid for at 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 1.3 REFERENCES A. Definitions 1. Minor Adjustment CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised December 20, 2012 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE, Page 5 of a. Refers to a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing manhole which requires structural modification or when a 24-inch ring is changed to a 30-inch ring. 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. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.55 — Manholes and Related Structures. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY 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 MATERIALS 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 I. See Section 33 05 10. CITY OF FORT WORTH MAIN 34. 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 3305 14 - 6 ADJUSTING MANHOLES, TNI.FTS, VALVE BOXES, AND OTHER STRUCTURESTO GRADE Page 6 of 7 F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 3 3 04 11. H. Cast -in -Place Concrete Manholes 1. See Section 33 39 10. 1. Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Exam ine existing structure to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification 1. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not, coordinate with City to verify final grade before beginning adjustment. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adj ustments. a. Do not use any more than a 2-piece bottom. 3. Use the least number of grade rings necessary to meet required grade. a. For example, if a I -foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. b. The maximum height of adjustment shall be no more than 12 inches for any combination of grade rings. If 12 inches is required, use 3 4 inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE; AREAS S.S. 1MPROVL•'.MENI'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20.2012 330514-7 ADJUSTING MANHOLES, INLETS, VALVEBOXES, S, AND OTHER STRUCTURES TO GRADE Page 7 of 7 C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 33 05 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 [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 CITY OF FORT WORT11 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE 330517-1 CONCRETE COLLARS Page I of 3 SECTION 33 05 17 CONCRETE COLLARS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Collars for Manholes 2. This Item is intended for use in asphalt streets and unimproved areas — not for use in concrete streets. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: l . 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 13 — Frame, Cover, and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole 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 Collar" installed. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction ofbackfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330517-2 CONCRETE COLLARS Page 2 of 3 1.3 REFERENCES A. Reference Standards l . 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. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USE, 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOTUSED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 21 00. 3. Frame and Cover -- Conform to Section 33 05 13. 4. Grade Ring — Conform to Section 33 05 13. 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. CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 330517-3 CONCRETE COLLARS Page 3 of 3 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Final Rim Elevation 1. Install concrete grade rings for height adjustment. r a. Construct grade ring on load hearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. r 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the l final surface elevation of the manhole frame. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] f 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] t 3.14 ATTACHMENTS [NOT USED] 1 END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December20.2012 THIS PAGE INTENTIONALLY DEFT BLANK 33 05 20 - 1 AUGER BORING Page 1 of 7 i t SECTION 33 05 20 AUGER BORING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. 1 C. Related Specification Sections include, but are not necessarily limitedto: 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 22 — Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. 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. i 2. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS I A. Pre -installation 1. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF PORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December20, 2012 33 05 20 - 2 AUGER BORING Page 2 of 7 B. All submittals shall be approved by the City prior to delivery. 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. Qualifications 1. Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor maybe required to submit details of referenced project including owner's name, contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED joR] OWNER-SUPPLIEDPRODUCTS [NOTUSED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE, AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 05 20 - 3 AUGER BORING Page 3 of 7 I ) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe I ) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. 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. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and IOCation of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.4 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. CITY OF FORT WORT]I MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 05 20 - 4 AUGER BORING Page 4 of 7 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5, Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work, 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners / operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designedtunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for augerboring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. CITY OF FORT WORTH MAIN 341. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 330520-5 AUGER BORING P.Ve 5 oi' 7 3. The location of the pit shall meet the approval of the City. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. 1) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade I. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. CITY OF FORTWORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 OS 20 - 6 AUGER BORING Pale 6 of 7 3.5 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe, pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during and following all boring operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. CITY OF FORT WOWl"14 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330520-7 AUGER BORING Page 7 of 7 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringentrequirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. 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 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY SECTION 33 05 21 TUNNEL LINER PLATE PART 1 - GENERAL 1.1 SUMMARY 33 05 21 -1 TUNNEL LINER PLATE Page I of 5 A. Section Includes: 1, Minimum requirements for manufacturing, furnishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at j the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. I 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 23 — Hand Tunneling 4. Section 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. Measurement 1) Measured horizontally along the surface for the length of Tunnel Liner Plate 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 Iten1 and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: I ) Furnishing and installing Tunnel Liner Plate 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 ofbackfill CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02397 — November 19, 2019 Revised December 20.2012 330521 -2 TUNNEL LINER PLATE Page 2 o1'5 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. American Association of State Highway and Transportation Officials (AASHTO) a. LRPD, Bridge Design Manual, Section 12.13 b. MI90, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. American Society of Testing and Materials (ASTM): a. A 123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron and Steel Products. b. A 153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. c. A 1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Los -Alloy with Improved Formability, and Ultra -High Strength. 1.4 ADMFNISTRATIVE 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 1. Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating a. Material data b. Field touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 3. Grout coupling location and spacing CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330521-3 TUNNEL LINER PLATE 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 A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS jNOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED loRl OWNER -SUPPLIED PRODUCTS [NOT USED] 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, and/or as specified herein. a. The manufacturer must comply with this Specification and related Sections. b. Manufactured by Conteeb Construction Products, Inc., American Commercial Inc., or approved equal. 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. Design Criteria a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. c. Allow a maximum deflection of 3 percent. d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength and resistance to deflection. C. Materials Tunnel Liner Plate a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A 101 1. 1) Potable and Reclaimed Water carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b) Coated (1) Plate to be coated with a bituminous coating meetingthe performance requirements of AASHTO M190 CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330521 -4 TUNNEL LINER PLATE Page 4 of 5 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 inches, measured on crests of corrugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A] 23 with the following exception: (a) Zinc slial I be applied at a rate of 2.0 ounces per square foot on each side. Tunnel Liner Plates and fasteners shal l comply with the requirements of AASHTO LRFD, Bridge Design Manual, Section 12.13. 1) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 2) Bolts and nuts shall be galvanized to conform to ASTM A 153. 3) Where groundwater is encountered gasketed liner plates shall be used. 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: Tunnel Diameter inches 2-Flanged Liner Plate Thickness (gauge) 4-Flanged Liner Plate Thickness (gauge) Bury Depth: 8 feet —16 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 12 8 Greater than 72 Project Specific Design Project Specific Design *The information in the above table is based on the following assumptions: AASHTO Section 16: "Steel Tunnel Liner Plates", H2O loading angle of 0 and bury depth of 8 feet to 16 feet. For projects not meeting these assumptions, a specific design should be performed to determine the appropriate thickness for the liner plate. 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 33 05 24. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330521-5 TUNNEL LINER PLATE Page 5 of 5 I 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. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 33 0523. ' B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in accordance with Section 33 05 23. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397—Novernber 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK SECTION 33 05 22 STEEL CASING PIPE PART1- GENERAL 1.1 SUMMARY 33 05 22 - 1 STEEL CASING PIPE Page I of 6 A. Section Includes: 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 limitedto: l . 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 I. 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 8) Furnishing, placement, and compaction ofbackfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S,S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December20, 2012 330522-2 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 filmished 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 ofbackfill 10) Clean-up 1.3 REFERENCES A. Reference Standards l . 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 (A W W A): 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 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 05 22 - 3 sTEEL CASING PIPE Page 3 or 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 thefollowing: 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 handling 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 [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER -FURNISHED loa] 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 thefollowing: CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 330522-4 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 theminimuln steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter (inches) Minimum Wall Thickness (inches) 14 --18 .3125 (5/16) 20 — 24 .375 (3/8) 26 32 .5 (1/2) 34 — 42 .625 (5/8) 4448 .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 are 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 grout/lubricant 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 ofearrier 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, GradeB. 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02397 — November 19, 2019 Revised December 20, 2012 330522-5 STEEL CASING PIPE Page 5 of6 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 Iess, 5) Maximum allowable straightness deviation of 1/8 inch in any I0-foot length. 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 ± 2'/2 degrees and with a width of root face 1/16 inch ± 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. I . 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 -flit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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] 311 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUM.L'NTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 SECTION 33 05 23 HAND TUNNELING PART1- GENERAL 1.1 SUMMARY A. Section .includes: 330523-1 HAND TUNNELING Page i of 10 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casingpipe at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. If the Contractor uses the Wood Box/Timber Box for the Tunnel wall, the Contractor's method shall ensure full bearing of the soil against the wood box without settlement or movement of the surrounding soil. 2. Contractor shall submit a shop drawing including the calculations signed and sealed by a Licensed Professional Engineer in the State of Texas for the wood box tunnel(s) design. 3. The Contractor may use a ring beam and lagging tunneling option. Design calculations signed and sealed by a Licensed Professional Engineer in the State of Texas will be required as a submittal for the review and approval of the owner. 4. Submittal for the wood box tunnel or the ring beam and lagging option shall meet Section 01 33 00 of these specifications and shall also include, but not limited to the following: a. Material submittal b. Signed and sealed engineering calculations for the design of the tunnel(s) c. Design assumptions and safety factors d. Field Quality Control Plan to maintain grade and slope e. Grouting Plan £ Tunneling Schedule (Production) g. Carrier pipe supports, anti -floatation anchors h. Safety Plan i. Site management and materials disposal plan 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 21 Tunnel Liner Plate 4. Section 33 05 22 — Steel Casing Pipe 5. American Wood Council — Wood Design Package reference doculrlents: a. ANSI/AWC NDS-2018 National Design Specification (NDS) for Wood Construction -- with Commentary b. NDS Supplement — Design Values for Wood Construction, 2018 Edition c. ANSI/AWC SDPWS-2015 — Special Design Provisions for Wind and Seismic (SDPWS) — with Commentary CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November W, 2019 Revised December 20, 2012 330523-2 HAND TUNNELING Page 2 of 10 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe installation. 2. Payment a. The work perfonned and materials furnished in accordance with this Item are considered subsidiary the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner plate or Steel Casing, or Wood Box Tunnel to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. 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 Association of State Highway and Transportation Officials (AASHTO): a. HB-I 7, Standard Specifications for Highway Bridges. 3. Occupational Safety and Health Adhninistration (OSI-IA) a. OSHARegulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpar P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation 1. The Contractor shall provide written notice to the City at least 72 hours in advance of the planned launch of tunneling operations. 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. Shop Drawings Submit the following, when required by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified c. Shaft layout drawings 1) Detailing dimensions and locations of all equipment, including overall work area boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or containers, fences, and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable construction areas shown on the Drawings CITY OFFORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 05 23 - 3 HAND TUNNELING d. Schedule in accordance with Division independent items: 1) Mobilization 2) Shaft excavation and support 3) Water control at shafts 4) Working slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft backfil l S) Site restoration 9) Cleanup 10) Demobilization Page 3 of 10 I to include the following activities as 2. For all projects, provide the following for Contact Grouting: a. Contact Grouting (outside of casing) Work Plan and Methods including: I) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials 4) Grout mix details including: a) Proportions b) Admixtures including: (1) Manufacturer's literature (2) Laboratory test data verifying the strength of the proposed grout mix (3) Proposed grout densities (4) Viscosity (5) Initial set time of grout (a) Data for these requirements shall be derived from trial batches from an approved testing laboratory. 5) Submit a minimum of 3 other similar projects where the proposed grout mix design was used. 6) Submit anticipated volumes of grout to be pumped for each application and reach grouted. B. Daily Records 1, Submit samples of the tunneling Iogs or records to be used at least 7 days prior to beginning Hand Tunneling. 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data or records were taken. Daily records shall include: a. Date b. Time c. Name of operator d. Tunnel drive identification e. Installed liner ring and corresponding tunnel length f. Time required to tunnel each ring g. Time required to set subsequent ring CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 330523-4 HAND TUNNELING Page 4 of 10 h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each muck cart) i. Grout volumes and pressures j. Soil conditions, including occurrences of unstable soils and estimated groundwater inflow rates, if any k. Line and grade offsets 1. Any movement of the guidance system in. Problems encountered during tunneling n. Durations and reasons for delays o. Manually recorded observations made: 1) At intervals of not less than 2 every 5 feet 2) As conditions change 3) As directed by the City and/or Engineer 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Failure to meet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. 2. Contractor a. All tunneling work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 projects of similar diameter in similar ground conditions. 3. All Work by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City'sabsence. 4. The Contractor shall allow access to the City and/or Engineer and shall furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection including, but not limited to, thefolIowing: a. The City and/or Engineer shall have access to the tunneling system prior to, during and following all tunnel ing operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and following all tunneling operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. e. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to, during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 05 23 - 5 HAND TUNNELING Page 5 of 10 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOTUSED] 2.2 MATERIALS A. Description 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21. 2. Casing Pipe shall be in accordance with Section 33 0522. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports 2. Tolerance a. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate or wood box wall. b. Maintain a maximum of/z inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter (O.D.) or wood box wall dimensions. 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities and facilities. b. Repair any damage caused by ground movements at no cost to the City. 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. Tunneling shall not begin until the following have been completed: 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20. 2012 33 05 23 - 6 HAND TUNNELING Page 6 of 10 the requirements of the Specifications. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. a. Provide the Engineer and Owner with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 5. All specified settlement monitoring points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability I . Confirm that the ground will remain stable without movement of soil or waterwhile the entry/exit location shoring is removed and while the tunnel is launched or received into a shaft. 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: a. Prevent the inflow of weak, running or flowing soils. b. Prevent the inflow of loose rock. c. Prevent and control groundwater inflows. 3.4 INSTALLATION A. Tunnel Methods 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where not allowed on the Drawings or permits. 2. The Contractor shall be fully responsible to: a. Ensure the methods used are adequate for the protection of workers, pipe, property and the public b. Provide a finished product as required. B. General 1. The Contractor shall immediately notify the City, in writing, if and when any problems are encountered with equipment or materials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of Specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 4. Promptly clean up. Remove and dispose of any spoil or slurry spillage. 5. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. C. Installation with Steel Casing Pipe 1. Jack the pipe from the low or downstream end, unless specified otherwise. a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. l) When operating jacks, apply pressure evenly. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 330523-7 HAND TUNNELING Page 7 of 10 b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or back stop. d. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. f. In general, excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embankment with jacks into the space excavated. 2. The excavation for the underside of the pipe, for at least 113 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 1) This clearance shall be tapered off to 0 at the point where the excavation conforms to the Contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end ofthe pipe. 3. if desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. 4. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. a. Remove and replace any pipe damaged in the jacking operations. b. The Contractor shall absorb the entire expense. D. InstaIlation with Tunnel Liner Plate or Wood Box l . Install the tunnel liner plates or wood box walls to the limits indicated on the Drawings and as specified in AASHTO H13-17, Section II-26, Construction of Tunnels Using Steel Tunnel Liner Plates or applicable ASTM testing standards for wood box tunnel construction. a. Assemble liner plates into circumferential rings. b. Liner plates and hardwood shall be of the type to permit segments to be installed completely from inside the tunnel. 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate or wood box walls. a. Maintain a maximum of'/h inch tolerance between the outside of the casing/liner plate or wood box wall and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 3. Liner plate installation shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. c. Casing/Tunnel liner plate or wood box tunnel shall not be allowed to deflect vertically during installation. 4. Tunneling operations shall control surface settlement and heave above the pipeline CITY OF FORT WORTH MAIN 34, 100, AND DI Of) DRAINAGE AREAS S.S. 1MPROVF.MFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330523-8 HAND TUNNELING Page 8 of 10 to prevent damage to existing utilities, facilities and improvements. a. In no case shall ground movements cause damage to adjacent structures, roadways, or utilities. b. The Contractor shall repair any damage resulting from construction activities, at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting l . Pressure grout any voids caused by or encountered during the tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space between the outside of the casing/tunnel liner/wood box and the excavation. a. For tunnel liner plate or wood box tunnel, install pressure grout mix at the end of each work day or more often, as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate or wood box tunnel 48- inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. 4. Install pressure grout from the low end for all crossings where grout fittings are not used. a. Seal the low end and pressure grout until grout is extruded from the opposite end. F. Control of Line and Grade l . Confirm that a.11 established benchmarks and control points provided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a laser or theodolite guidance system. c. Submit to the City copies of field notes used to establish a]I lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. c. The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 2. The casing/tunnel liner/wood box shall be installed in accordance with the following tolerances: a. Variations from design line or grade: f 2 inches maximum 1) If the installation is off line or grade, make the necessary corrections and return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 4. If the pipe installation does not meet the specified tolerances, correct the CITY OF FORT WORTH MAIN 34, 100, AND DU}0 DRAINAGL AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330523-9 HAND TUNNELING Page 9 of 10 installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. 2. Correct the condition and remove, clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstruction by methods submitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris, reinforced concrete, rocks, whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which.- 1) Cannot be broken up by the cutting tools with diligent effort, and 2) Are located partially or wholly within the cross -sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon. b. Payment will be negotiated with the Contractor on a case -by -case basis. c. The City and/or Engineer shall be provided an opportunity to view obstruction prior to removal. 1) Any removal process that does not allow direct inspection of the nature and position of the obstruction will not be considered for payment. d. No additional compensation will be allowed for removing, clearing or otherwise making it possible for the shield to advance past objects consisting of cobbles, boulders, wood, reinforced concrete, and other objects or debris with maximum lateral dimensions less than 50 percent of the outer diameter of the shield. 3.5 CLEANUP AND RESTORATION A. After completion of the tunneling, all construction debris, spoils, oil, grease and other materials shall be removed from the tunneling pipe, shafts and al I work areas. 1. Cleaning shall be incidental to the construction. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. l . Restore and repair any damage resulting from surface settlement caused by shaft excavation or tunneling. 2. Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to construction. 3. Restoration shall be completed no later than 30 days after tunneling is complete, or earlier if required as part of a permit or easernent agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Safety CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 05 23 - 10 HAND TUNNELING Page 10 of 10 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. 2. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flamtnable gasses in all underground workareas. 3. Perform a]I Work in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 4. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings r 8 B. Deviations from this City of Port Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 1 1 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 0130 — Sewer and Manhole Testing 15 4. Section 33 11 13 - Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 19 a. Measurement 20 1) Measured horizontally along the surface from centerline to centerline of the 21 beginning of the casing/liner to the end of the casing/liner 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 for "Sewer Carrier Pipe" complete in place for: 26 a) Various Sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 29 Liner Plate as specified by the Drawings 30 2) Mobilization 31 3) Grout 32 4) Casing Spacers 33 5) End seals 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Clean-up 38 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 39 a. Measurement 40 1) Measured horizontally along the surface from centerline to centerline of the 41 beginning of the casing/liner to the end of the casing/liner Payment CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 19, 2013 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL. LINER PLATE Page 2 of 10 1 b. Payment 2 l) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" shall be paid for at the 4 unit price bid per linear foot for "Water Carrier Pipe" complete in place for: 5 a) Various Sizes 6 c. The price bid shall include: 7 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 8 as specified by the Drawings 9 2) Mobilization 10 3) Grout 11 4) Joint restraint 12 5) Casing Spacers 13 6) End seals 14 7) Excavation 15 8) Hauling 16 9) Disposal of excess material 17 10) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 21 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 22 ground and provides a stable underground excavation for installation of the carrier 23 pipe 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Society of Testing and Materials (ASTM) 29 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 32 Mortars (Using 2-in or [50 mm] Cube Specimens). 33 c. D638, Standard Test Method for Tensile Properties of Plastics. 34 3. International Organization for Standardization (ISO): 35 a. 9001, Quality Management Systems -Requirements. 36 4. Occupational Safety and Health Administration (OSHA) 37 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 38 1926, Subpart S, Underground Construction and Subpart P, Excavation. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the City prior to delivery. CITY OF PORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 19, 2013 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1 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 PIan 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 (I) Data for these requirements shall be derived from trial batches from 40 an approved testing .laboratory. 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. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 19, 2013 330524-4 INSTALLATION CIF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1) Calculations scaled by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of annular space, if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 I S09001:2000. 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED lox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Manufacturers 17 l . Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 01 60 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 01 25 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 23 regularly engaged in the manufacturing of casing spacers/isolators. 24 B. Design Criteria and Materials 25 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 26 indicated in PART 3 of this Specification, incorporating all support/insulator 27 dimensions reauircd. Diameter Specification inches Material Reference Water Line 6-12 DIP Restrained 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and..greater AWWA C301 Restrained 33 11 15 Sanitary DIP (with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 20 DIP (with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 33 31 13 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPF,CIFICATION DOCUMENTS City Prgjeel No, 02397--November 19, 20t9 Revised June 19. 2013 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 1) Fill all voids between the carrier pipe and the casing or liner with grout. 4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 5 shall be in contact with the grout. 6 b. For water line installation: 7 1) No annular space fill will be used. 8 3. Grout Mixes 9 a. Low Density Cellular Grout (LDCC) 10 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be I 1 LDCC. 12 2) The LDCC shall be portland cement based grout mix with the addition of a 13 foaming agent designed for this application. 14 3) Develop 1 or more grout mixes designed to completely fill the annular 15 space based on the following requirements: 16 a) Provide adequate retardation to completely fill the annular space in 1 17 monolithic pour. 18 b) Provide less than I percent shrinkage by volume. 19 c) Compressive Strength 20 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 21 d) Design grout mix with the proper density and use proper methods to 22 prevent floating of the carrier pipe. 23 e) Proportion grout to flow and to completely fill all voids between the 24 carrier pipe and the casing or liner. 25 4. End Seals 26 a. Provide end seals at each end of the casing or liner to contain the grout backfill 27 or to close the casing/liner ends to prevent the inflow of water or soil. 28 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 29 PL Link Seal as manufactured by the Thunderline Corporation or approved 30 equal. 31 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, 32 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 33 Insulator, Inc. or approved equal. 34 3) For sewer piping, no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. 36 b. Design end seals to withstand the anticipated soil or grouting pressure and be 37 watertight to prevent groundwater from entering the casing. 38 5. Casing Spacers/Insulators 39 a. Provide casing spacers/insulators to support the carrier pipe during installation 40 and grouting (where grout is used). 41 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 42 spacers/isolators. 43 2) Mortar bands shall be in accordance with Section 33 11 13. 44 b. Casing Spacers/Isolators material and properties: 45 1) Shall be minimum 14 gage 46 2) For water pipe, utilize Stainless Steel. 47 3) For sewer pipe, utilize Coated Steel. 48 4) Suitable for supporting weight of carrier pipe without deformation or 49 collapse during installation CITY OF FORT WORTH MAIN 347 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS s'rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised .Tune 19, 2013 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL T,1NER PLATE. Page 6 of 10 1 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 2 operations and prevent floating or movement. 3 d. Provide dielectric strength sufficient to electrically isolate each component 4 from one another and from the casing. 5 c. Design risers for appropriate loads, and, as a minimum: 6 1) Provide 10 gage steel risers 7 a) Provide stainless steel bands and risers for water installations. 8 f. Band material and criteria 9 1) Provide polyvinyl chloride inner liner with: 10 a) Minimum thickness of 0.09 inches 11 b) Durometer "A" of 85-90 hardness 12 c) Minimum dielectric strength of 58,000 volts 13 g. Runner material and criteria 14 1) Provide pressure -molded glass reinforced polymer or UHMW with: 15 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 16 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 17 steel studs. 18 3) Runner studs and nuts shall be recessed well below the wearing surface of 19 the runner 20 a) Fill recess with a corrosion inhibiting filler. 21 h. Riser height 22 1) Provide sufficient height with attached runner allow a minimum clearance 23 of 2 inches between the outside of carrier pipe bells or couplings and the 24 inside of the casing liner surface. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. General 33 1. Carrier pipe installation shall not begin until the following tasks have been 34 completed: 35 a. All required submittals have been provided, reviewed and accepted. 36 b. All casing/liner joints are watertight and no water is entering casing or liner 37 from any sources. 38 c. All contact grouting is complete. 39 d. Casing/liner alignment record drawings have been submitted and accepted by 40 City to document deviations due to casing/liner installation. 41 e. Site safety representative has prepared a code of safe practices and an 42 emergency plan in accordance with applicable requirements. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 19, 2013 33 05 24 - 7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 1 2. The carrier pipe shall be installed within the casings or liners between the limits 2 indicated on the Drawings, to the specified lines and grades and utilizing methods 3 which include due regard for safety of workers, adjacent structures and 4 improvements, utilities and the public. 5 B. Control of Line and Grade 6 1. Install Carrier pipe inside the steel casing within the following tolerances: 7 a. Horizontal 8 1) f 2 inches from design line 9 b. Vertical 10 1) ± 1 inch from design grade 11 2. Check line and grade set up prior to beginning carrier pipe installation. 12 3. Perform survey checks of line -and -grade of carrier pipe during installation 13 operations. 14 4. The Contractor is fully responsible for the accuracy of the installation and the 15 correction of it, as required. 16 a. Where the carrier pipe installation does not satisfy the specified tolerances, 17 correct the installation, including if necessary, redesign of the pipe or structures 18 at no additional cost to City. 19 C. Installation of Carrier Pipe 20 1. Pipe Installation 21 a. Remove all loose soil from casing or liner. 22 b. Grind smooth all rough welds at casing joints. 23 2. Installation of Casing Spacers 24 a. Provide casing spacers, insulators or other approved devices to prevent 25 flotation, movement or damage to the pipe during installation and grout backfill 26 placement. ?7 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 28 casings or tunnels. 29 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 30 insulators and pipe insertion. 31 d. Install spacers in accordance with manufacturer's recommendations. 32 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 33 and the casing. 34 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 35 the casing/liner in a manner that could damage the pipe or coatings. 36 1) If guide rails are allowed, place cement mortar on both sides of the rails. 37 g. Coat the casing spacer runners with a noel-corl'osive/environmentally safe 38 lubricant to minimize friction when installing the carrier pipe. 39 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 40 casing. 41 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 42 firm, uniform and continuous support for the pipe. If the trench requires some 43 backfill to establish the final trench bottom grade, place the backfill material in 44 6-inch lifts and compact each layer. 45 j. After the casing or tunnel liner has been placed, pump dry and maintain dry 46 until the casing spacers and end seals are installed. 47 3. Insulator Spacing CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised .Tune 19, 2013 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 a. Maximum distance between spacers is to be 6 feet. 2 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 3 1) Install 2 spacers within 1 foot on each side of the bell or flange. 4 2) Remaining 2 spacers shall be spaced equally. 5 c. If the casing or pipe is angled or bent, reduce the spacing. 6 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 7 of size of casing and pipe or type of spacer used. 8 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 9 spigot into the bell. 10 4, After installation of the carrier pipe: I I a. Mortar inside and outside of the joints, as applicable 12 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 13 1) If continuity exists, remedy the short, by all means necessary including 14 removing and reinstalling the carrier pipe, prior to applying cellular grout. 15 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 16 casing. 17 d. If steel pipe is used and not welded prior to installation in casi.ng/liner, welding 18 of pipe will only be allowed after grouting of annular space is complete. 19 D. Installation of End Seals 20 1. For Water Pipes 21 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 22 b. Place pull -on synthetic rubber end seals on the pipe and pullover the end of the 23 casing. Securely fasten with stainless steel bands. 24 2. For Sewer Pipes 25 a. Grout annular space between carrier pipe and casing as indicated in this 26 Specification. 27 E. Annular Space Grouting (For Sewer Only) 28 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 29 operation as necessary. 30 2. Mixing of Grout 31 a. Mix material in equipment of sufficient size to provide the desired amount of 32 grout material foi- each stage in a single operation. 33 l) The equipment shall be capable of mixing the grout at the required densities 34 for the approved procedure and shall be capable of changing the densities 35 as required by field conditions. 36 3. Backfill Annular Space with Grout 37 a. Prior to filling of the annular space, test the carrier pipe in accordance with 38 Section 33 01 30. 39 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 40 do not exceed this pressure. 41 c. After the installation of the carrier pipe, the remaining space (all voids) between 42 the casing/liner and the carrier shall be filled with LDCC grout. 43 l ) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 44 be in contact with the grout. 45 2) Grout shall be pumped through a pipe or hose. 46 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 47 pipe during grouting. CITY OF FORT WORT11 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS City Project No. 02397 — November 19, 2019 Revised June 19.2013 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 1 4. Injection of LDCC Grout 2 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 3 approved recommendations or 5 psi (whichever is lower). 4 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 5 velocity and pressure compatible with the size/volume of the annular space. 6 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 7 grouting procedures require multiple stages. 8 d. Grout placements shall not be terminated until the estimated annular volume of 9 grout has been injected. 10 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 11 6. Protect and preserve the interior surfaces of the casing from damage. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION INOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Reports and Records required for pipe installations greater than 48-inches and longer 16 than 350 feet 17 1. Maintain and submit daily logs of grouting operations. 18 a. Include: 19 1) Grouting locations 20 2) Pressures 21 3) Volumes 22 4) Grout mix pumped 23 5) Time of pumping 24 2. Note any problems or unusual observations on logs. 25 B. Grout Strength Tests 26 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 27 cylinder molds or grout cubes obtained during grouting operations. 28 2. City will perform field sampling during annular space grouting. 29 a. City will collect at least I set of 4 cylinder molds or grout cubes for each 100 30 cubic yards of grout injected but not less than 1 set for each grouting shift. 31 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 32 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 33 c. Remaining samples shall be tested as directed by City. 34 C. Safety 35 1. The Contractor is responsible for safety on the job site. 36 a. Perform all Work in accordance with the current applicable regulations of the 37 Federal, State and local agencies. 38 b. In the event of conflict, comply with the more restrictive applicable 39 requirement. 40 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 41 shafts/pits. 42 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 43 applicable local, State and Federal regulations. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 19, 2013 330524 -10 INSTALLATION OF CARRIER PIPE, IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 3. Methods of construction shall be such as to ensure the safety of the Work, 2 Contractor's and other eroployces on site and the public. 3 4. Furnish and operate a temporary ventilation system in accordance with applicable 4 safety requirements when personnel are underground. 5 a. Perform all required air and gas monitoring. 6 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 7 atmosphere free of toxic or flarnmable gasses in all underground work areas. 8 5. Perform all Work in accordance with all current applicable regulations and safety 9 requirements of the federal, state and local agencies. 10 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 11 Underground Construction and Subpart P, Excavations. 12 b. In the event of conflict, comply with the more stringent requirements. 13 6. If personnel will enter the pipe during construction, the Contractor shall develop an 14 emergency response plan for rescuing personnel trapped underground in a shaft 15 excavation or pipe. 16 a. Keep on -site all equipment required for emergency response in accordance with 17 the agency having jurisdiction 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised June 19, 2013 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 4 A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 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 "Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction ofbackfill h. Clean-up 1.3 REFERENCES A. 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 Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 Revised December 20, 2012 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 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 ]NOTUSED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers I. 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 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged inthe 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 aluminium 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 OFFORT WORTH ' MAIN 34, 100, AND DI 00 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330526-3 UTILITY MARKERSILOCATORS Page 3 of 4 (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, orequal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color— Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility andmarker. b. Bury to a depth of 3 feet or as close to the grade as is practical foroptimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 330525-4 UTTLITY MARKERS/LOCATORS Pagc 4 of 4 a. Buried Features l) 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) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valvevault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR 1 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02397 — November 19, 2019 Revised December 20, 2012 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of 4 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES 1 PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation 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 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided Linder "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction ofbackfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTFI MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of4 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 "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction ofbackfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards l . 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 Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavationprior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 — November 19, 2019 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 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] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation I 1, Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 05 30 - 4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of thefindings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / 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] 314 ATTACHMENTS [NOT USED] END OF SECTION CITY OI, FORT WORTH ' ' MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 SECTION 33 1105 BOLTS, NUTS, AND GASKETS 1IMMIA NFM" *2104:7:\.0 331105-1 BOLTS, NUTS, AND GASKETS Page 1 of 7 1.1 SUMMARY i A. Section Includes: 1. All nuts, bolts and gaskets associated with pressurized water utility linesincluding: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets c. 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 1 — 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 Itern 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 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 11 05 -2 BOLTS, NUT'S, 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. A 193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A] 94, 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. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers American Water Works Association (AWWA): a. C 1 1 1 /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 min). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. M11, 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. 8. 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 CITYOF FORT WORTH ' MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. iMPROVEMF.NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Rcvised December 20.2012 33 11 05-3 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 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 [NOTUSED] 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 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 01 25 00. B. Regulatory Requirements 1. All 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 20, 2012 331105-4 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 AWWA/ANSI Cl 1 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 C2O7 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 l . 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 I . Conforming to the physical and marking requirements specified in ANSI/AWWA CI I I/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. 5. 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 l , Conforming to the physical and marking requirements specified it] ANSI/AWWA CIII/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 defectsthat make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTI I MAIN 34, 100, AND D100 DRAINAGE ARLAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. 02397—Nowinber 19, 2019 Revised December 20, 2012 33 11 05-5 BOLTS. NUTS, AND GASKETS Page 5 of 7 a. Full face b. Manufactured true to shape froth 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 Cl I1/A21.11 e. 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. Hydrocarbon Resistant Gaskets Furnish VitonO (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 B117, "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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19.2019 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 ANSI/AWWA Cl l l/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/2-inch from the nuts. C. Flanged Joints with Isolation Kit 1, Flange Isolation Kits shall be installed in accordance with Section 33 0410. 2. City will verify Isolation in accordance with Section 33 0410. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual MI 1. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME ACC-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/z-inch from the nuts. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONS'I'RUC'I ION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3311 05-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System E 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a 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 hiller 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 I inch. a. For severely corrosive environments, an overlap of 55 percent isrecommended. 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 [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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK SECTION 33 11 10 DUCTILE IRON PIPE F PART1- GENERAL 1.1 SUMMARY 33 11 10- 1 DUCTILE IRON PIPE Page 1 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 I —General Requirements i 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 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 1105 — 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 f 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 ofbackfill c) Various linings yd) 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised December 20, 2012 33 11 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 ofbackfill 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 I. 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. B 16.1, 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 hron 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 oil Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH MAIN 341, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 11 10 -3 DUCTILE ]RON 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 (A W WA/ANSI): a. C 104/A21 A, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C1 1 I/A21.1 1, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe andFittings. d, C115/A21.I5, Flanged Ductile -Iron Pipe with Ductile -Iron orGray-Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. f. C 151 /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. S. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOTUSEDI 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. Interior lining a. if it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21 A, 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 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 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 I . 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 A W WA/ANSI C 151 /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 l) Manufactured in accordance with AWWA/ANSI C1.51/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 stared and handled in accordance with the guidelines as stated in A W W A M41. CITY OP FORT WORTH MAIN 34, 100, AND D100 DRAINAGE: AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 - November 19, 2019 Revised December 20, 2012 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 2. Secure and maintain a location to store the material in accordance with Section 01 1 6600. I 1.11 FIELD ]SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 •- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOTUSED] 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 C1 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 Iay 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 thefollowing: Diameter (inches) Min Pressure Class si 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements ofAWWA/ANSI C 151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressureclass specified in the Drawings. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgicct No. 02397 -- November 19.2019 Revised December 20.2012 3311 10-6 DUCTILE [RON PIPE Page 6 oi' 13 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWA/ANSI C15.1/A21.51, and AWWA M41 for trench construction, using the following parameters: i) Unit Weight of fill (w) = 1.30 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,v+ 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 (Da) = 3 percent 9) Restrained Joint Safety Factor (Sr) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. 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: l ) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (R) 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 thefollowing: 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 thatground water is expected, account for reduced soil density. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE: AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20.2012 3311 10-7 DUCTILE IRON PIPE Page 7 of 13 8. Joints a. General —Comply with AWWA/ANSI Cl l 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. e. Flanged Joints — AWWA/ANSI C 115/A21.15, ASME Bl 6.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME 1316.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 I 1 05. 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 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 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 I 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 S 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 AWWA/ANSI C I05/A21.5 and ASTM A674. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3311 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) AWWA/ANSI C105IA21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning Corrosion Protection -- Repair Any Damage £ 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 polyetbylene wrap, g. Minimum widths Po[ eth lene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter (inches) Min. Width — Flat Tube (inches) Min. Width — Sheet (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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 11 10 -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 Lip 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 be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2, 6) Test the interior lining of all pipe 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December20, 2012 33 11 10-10 DUCTILE IRON PIPE Page 10 of 13 3. Lay pipe to the lives 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 l . 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 da.lnagethe 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 CI I I/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 themanufacturer. 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 withal] 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 3311 10-11 DUCTILE IRON PIPE Page l 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. I ) 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 backf-rlling 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. c. 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 1 foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, 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 I foot; snake 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 I -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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 hole at joints to facilitate installation ofpolyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe -shaped appurtenances 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. 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 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised December 20, 2012 33 11 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 JOR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains I a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water i main as specified in Section 33 04 40. t 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] 1 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE LEFT BLANK SECTION 33 1111 DUCTILE IRON FITTINGS 1 6A.1 IN If M" 0hr_00Xf J 1.1 SUMMARY A. Section Includes: 33 11 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 usingrestrained 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 limitedto: 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 11 05 — 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 Cl I O/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 C l I O/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI Cl I O/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI CI53/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 MAIN 34, 100, AND D100 DRAINAGE ARL-AS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 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 ofbackfill 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 CI 53/A21.53. 3) The fitting weights listed in AWWAIANSI Cl l0/A21.10 are only allowed for specials where an AW WA/ANSI C 1.53/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI Cl 10/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu ofAWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron 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 ofbackfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 33 11 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 of ANSI/AWWA C I I O/A2 L l 0. 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. A 193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. Al94, 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 Pipefor Water or Other Liquids. e. B117, 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 theirAppurtenanees. c. M41, Ductile -Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C1 lO/A21.10, Ductile -Iron and Gray -Iron Fittings. d. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. C 115/A21.15, FIanged Ductile -Iron Pipe with Ductile -Iron orGray-Iron Threaded Flanges. f. Cl 51/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. C153/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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 33 11 11 -4 DUCTILE- IRON FITTINGS Page 4 of 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] L9aml'ilYI19111 w V\ W 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 AWWAIANSI CI04/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 S. Gaskets a. Provide Gaskets in accordance with Section 33 1 1 05, 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 11 05. b. Flanged Ends l) M:eet requirements of A W WA C 1 15. a) Provide bolts and nuts in accordance with Section 33 1105. 8. 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 1105. 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 AW WA/ANSI Cl I O/A21.10 or AWWA/ANSI C153/A21.53. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTMB117. CITY OF FORT WORT'II MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 — November 19, 2019 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 perfonned under the control of the manufacturer. b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI C1 IO/A21.10 or AWWA/ANSI CI53/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 loR] OWNER -SUPPLIED PRODUCTS [NOTUSED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers . 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 01 25 00. B. Ductile Iron Fittings I . Ductile iron Fittings shall be in accordance with AWWA/ANSI CI IO/A21.I0, AWWA/ANSI CI53/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 MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CON STRUC TION SPEC] FICATION DOCU M ENTS City Project No. 02397 — November 19. 2019 Revised DcceinberX 2012 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI CI I l/A21.1 1 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) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch --- 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minitxlutn 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 Offnuts. 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 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipeline 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 thedrawings 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 CITY OF FORT WORTH MAIN 34. 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 pipeline c. Flanged Joints 1) AWWA/ANSIC115/A21.15,ASMEB16.1,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. BoIts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends l) Meet requirements of AWWA Cl 15. a) Provide bolts and nuts in accordance with Section 33 1105. 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 1105. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 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 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI CI05/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 C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection Repair Any Damage £ 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 MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — Novenber 19, 2019 Revised December 20, 2012 33 11 11 -8 DUCTILE [RON 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 (inches) Min. Width — Flat Tube (inches) Min. Width — Sheet (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/ANSI C 104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings l ) 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 01 60 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 11 11 -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 lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron 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 EXAMINATION [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 AWWA/ANSI C111/A21.11. c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December20.2012 33111t-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. 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 uniforin 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 I 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 C60O 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. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, inud, 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 po lyethylene 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. £ Secure overlap in place. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS,S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised Dacember 20, 2012 3311 I1-I1 DUCTILE IRON FITTINOS Page I l 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 I 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 I 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 circulnferentially 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 ofpolyethylene. 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 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 secure in place. S. 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 11 11 -12 DUCTILE ]RON FITTINGS Page 12 of 13 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 1 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 lou] 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 I MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3311 11 -13 DUCTILE IRON FITTINGS Page 13 of 13 i 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFTBLANK 33 11 12- 1 POLYVINYL CIILORIDE (PVC) PRESSURE PIPE iPage I of 8 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- 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 1 — General Requirements 3. 33 01 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 Cleaning and Acceptance Testing of Water Mains 5. 33 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 ofbackfill 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 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 ofbackfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up in. 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. D1784, 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 Flastomeric 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 60 IN, 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 [NOTUSEDI 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 1. 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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. WaII 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 c. Transitions f. 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 maybe 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 WOK771 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 Requiremcnts 1. Store and handle in accordance with the guidelines as stated in AWWAM23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1JI FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [os] 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 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 D 1784, 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 inch(psi) Min Pressure Class 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 MAIN 34, 100, AND D100 DRAINAGE ARFA'S S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 02397 — November 19, 2019 Revised November 16, 2018 33 11 12-5 POLYVTNYL 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 pef 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 (P,,.) = 150 psi g. Surge Allowance (P,) = 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 0160 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) Calculate 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 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 6000. 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 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 AW WA C600, AW WA 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 rejector 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 seat 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 - MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 02397 — November 19, 2019 Revised November 16, 2018 i 3311 12-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 f 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 lilies 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 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoH] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing ofwater 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 USE, 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] CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 16, 2018 33 11 12-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page R of 8 END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE, ARFAS'S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised November 16, 2018 33 12 10-1 WATER SERVICES I-1NC1I TO 2-INCH Page I of 16 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 l . 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: I a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revises] February 14, 2017 33 1210-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 16 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 1 l) 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: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to 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 conneetion, excluding grass (seeding, sodding or hydra -mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2017 33 12 10-3 WATER SERVICES I -INCH TO 2-INCH Page 3 of 16 I ) 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: I) 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 I) 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 8) Pavement removal and replacement 9) Excavation 10) Hauling 1 1) Disposal of excess material CITY OF PORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised February 14, 2017 33 12 10-4 WATER SERVICES 1-1NCH TO2-INCH Page 4 of 16 12) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 13) Clean -tip 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 trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service 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. 111-380). 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. f. C 150, Standard Specification for Portland Cement. 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE.. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2017 3. 9 1 5 6. 33 12 10-5 WATER SERVICES I -INCH TO2-INCH Page 5 of 16 i. D883, Standard Terminology Relating to Plastics. j. D 1693, Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics American Water Works Association (AWWA): a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. Reduction of Lead in Drinking Water Act a. Public Law 11 1-380 (P.L. 111-380) 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data, if applicable: l . 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 furnished 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 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2017 33 12 10-6 WATER SERVICES 1-1NCH T02-1NCII Page 6 of 16 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AW WA 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 are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 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 01 25 00, 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 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. 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. 1MPROVEMF,NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised February 14, 2017 33 1210-7 WATER SERVICES I -INCH TO 2-INCH Page 7 of 16 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. 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 3/ 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 charnfer 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 I %z -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) Cylindertype 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 CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised February 14, 2017 331210-8 WATER SERVICES 1-INCH TO2-1NCH Page 8 of 16 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch ± 9.32 for 1-inch diameter Cylindrical Plug Type 1) Provide 0-ring sea] 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 0-ring seal shall surround the outlet port of the curb stop and act to effectively sea] 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 0-ring sea] 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 ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double 0-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. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-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 C800 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 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. c. Machine inside and outside of tailpiece. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised February 14, 2017 33 12 10 - 9 WATER SERVICES I -INCH TO 2-INCH Page 9 of 16 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 l) 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 I inch on one side. 5) Straps shall be threaded 5/8 inch (1 I-NC-2A) for a distance such that'/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 (1 I-NC-2B) d. Gaskets I) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For I '/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 0-ring sea] 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 0-ring seat or a uniform flat drop -in flange gasket surface. 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. CITY OF FORT WORTH MAIN 34. 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14.2017 33 12 10 - 10 WATER SERVICES 1-INCH TO2-INCH Page 10 of 16 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 `/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 1.1 Portland cement, in accordance with ASTM C 150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C 131 (2) Minimum 28 day compressive strength of 3,000 psi CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 ---November 19, 2019 Revised February 14, 2017 33I210-11 WATER SERVICES I -INCH TO 2-INCH Page I 1 of 16 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-incli 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) l) 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 Iess 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 I ) 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 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 duality free from strength defects and distortions. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14.2017 33 12 10 - 12 WATER SERVICES I-INCI1 TO2-INCI Page 12 of 16 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 f5 percent from drawing weight per industry standards. c. Plastic(Composite) l) 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 Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) I -lave 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) Smootli 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. I 88-inch x .938-inch x. 150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (I 1) Have "Water Meter" molded into the lid- Font shall be standard Fadal CNC font with ]-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/2-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) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. CrrY OF TORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14.2017 3312I0-13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 16 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) Bulllicad 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 145/8-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 1/2-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 l . 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 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 MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February I4, 2017 33 12 10 - 14 WATERSERVICES 1-1NC11TO2-INCl1 Page 14 of 16 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 as 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 (I) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiecl No. 02397 —November 19, 2019 Revised February 14,2017 33 12 10 - 15 WATER SERVICES I -INCH TO 2-INCH Page 15 of 16 (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies I ) 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'/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. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2017 331210-16 WATER SERVICES I -INCH TO 2-INCH Page 16 of 16 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] 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] 3.1.2 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 310.EZf] QM DOW V 0]►I CITY'OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised February 14, 2017 I 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 9 1 1.1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART2- GENERAL 4 2.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Foil Worth Standard Specification 10 1. None, 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 11 05 — Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 — Ductile Iron Pipe 17 2.2 PRICE AND PAYMENT PROCEDURES is A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 1 1) Excavation 40 12) Hauling 41 13) Disposal of excess material CITY OF FORT WORTH MAIN 34, 100, AND D100 DRA[NAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 331220-2 RESILIENT SEATED (WEDGE) GATE, VALVE Page 2 of 9 1 14) Furnishing, placement and compaction of embedment 2 15) Furnishing, placement and compaction of backfill 3 16) Clean-up 4 17) Cleaning 5 18) Disinfection 6 19) Testing 7 2. Cut -in Gate Valve 8 a. Measurement 9 1) Measurement for this Item shall be per each. 10 b. Payment 11 1) The work performed and the materials furnished in accordance with this 12 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 13 installed for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing Gate Valves with connections as specified in the 17 Drawings 18 2) System dewatering 19 3) Connections to existing pipe materials 20 4) Valve box 21 5) Extension 22 6) Extensions for valves in vaults 23 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 24 8) Petrolatum tape for connections to steel flanges 25 9) 2-inch risers (for 16-inch and larger gate valves) 26 10) Isolation kits when installed with flanged connections 27 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 28 12) Polyethylene encasement 29 13) Pavement removal 30 14) Excavation 31 15) Hauling 32 16) Disposal of excess material 33 17) Furnishing, placement and compaction of embedment 34 18) Furnishing, placement and compaction of backfill 35 19) Clean-up 36 20) Cleaning 37 21) Disinfection 38 22) Testing 39 2.3 REFERENCES 40 A. Abbreviations and Acronyms 41 1. NRS—Non Rising Stem 42 2. OS&Y — Outside Screw and Yoke 43 B. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. rMPROVEMFNTS STANDARD CONSTRUCTION SPEC[F]CATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 0 331220-3 RESILIENT SEATED (WED(3E) GATE VALVE Page 3 of 9 1 2, American Association of State Highway and Transportation Officials (AASHTO). 2 3. American Society of Mechanical Engineers (ASME): 3 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4 4. American Iron and Steel Institute (AISI). 5 5. ASTM International (ASTM): 6 a. A48, Standard Specification for Gray Iron Castings. 7 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 8 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 9 Tensile Strength. 10 d. A536, Standard Specification for Ductile Iron Castings. 1 1 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 12 f. B633, Standard Specification for EIectrodeposited Coatings of Zinc on Iron and 13 Steel. 14 6. American Water Works Association (AWWA): 15 a. C509, Resilient -Seated Gate Valves for Water Supply Service. 16 b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. 17 c. C550, Protective Interior Coatings for Valves and Hydrants. 18 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 19 through 12 IN, for Water Transmission and Distribution. 20 7. American Water Works Association/American National Standards Institute 21 (AWWA/ANSI): 22 a. C I 05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 23 b. C1 1 I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 24 Fittings. 25 c. C1 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 26 Threaded Flanges. 27 8. NSF International (NSF): 28 a. 61, Drinking Water System Components - Health Effects. 29 2.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 2.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 2.6 ACTION SUBMITTALSI NFORMATIONAL SUBMITTALS 34 A. Product Data 35 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 36 supplied, including: 37 a- Dimensions, weights, material list, and detailed drawings 38 b. Joint type 39 c. Maximum torque recommended by the manufacturer for the valve size 40 2. Polyethylene encasement and tape 41 a. Whether the film is linear low density or high density cross Iinked polyethylene 42 b. The thickness of the film provided 43 3. Thrust Restraint, if required by contract Documents CITY OF FORT WORT14 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 1220 -4 RESILIENT SEATED (WEDGE-) GATE VALVE Page 4 of 9 1 a. Retainer glands 2 b. Thrust harnesses 3 c. Any other means 4 4. Instructions for field repair of fusion bonded epoxy coating 5 5. Gaskets 6 B. Certificates 7 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 8 the provisions of this Section, each valve meets Specifications, all inspections have 9 been made and that all tests have been performed in accordance with AWWA C509 10 or AWWA C515. 11 2. Furnish a certificate stating that buried bolts and nuts confonn to ASTM B 117. 12 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 13 years experience manufacturing Resilient Seated Gate Valves of similar service and 14 size with experience record. 15 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 16 controls any foreign factory/foundry that supplies valve casings and can certify that 17 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 18 control at the foreign factory/foundry. 19 2.7 CLOSEOUT SUBMITTALS [NOT USED] 20 2.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 2.9 QUALITY ASSURANCE 22 A. Qualifications 23 1. Manufacturers 24 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 25 project. 26 1) Change orders, specials and field changes maybe provided by a different 27 manufacturer upon City approval. 28 b. For valves less than 16-inch, valves of each size shall be the product of 1 29 manufacturer, unless approved by the City. 30 1) Change orders, specials and field changes may be provided by a different 31 manufacturer upon City approval. 32 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 33 d. For valves equipped with a bypass, the bypass valve must be of the same 34 manufacturer as the main valve. 35 e. Resilient Seated Gate Valves shall be new. 36 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 37 successful experience manufacturing of Resilient Seated Gate Valves of similar 38 service and size, and indicated or demonstrate an experience record that is 39 satisfactory to the Engineer and City. This experience record will be thoroughly 40 investigated by the Engineer, and acceptance will be at the sole discretion of the 41 Engineer and City. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 Revised Dceember20, 2012 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE. Page 5 of 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 4 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 2.10 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. r 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 2.11 FIELD [SITE] CONDITIONS [NOT USED] 21 2.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division J. 24 PART 3 - PRODUCTS 25 3.1 OWNER -FURNISHED IOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 3.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 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 WORTlI MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 —November 19, 2019 Revised Deccnther 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 331220-6 RESILIENTSEATED (WEDGE) GATE VALVE Page 6 of 9 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI CI05/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 prig cold water working pressure b. The wedge (gate) for all valve sizes shall be I piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required_ 1) Orient the bypass on the salve side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate perASTM B633, SC3 for non -buried service (4-inch through 12-inch valves) or as specified in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non -buried service) 5. Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends I) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWA/ANSI Cl 15/A21.15, ASME 1316.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete pressure pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Documents. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 ;-1Y 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 9 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. ]-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per 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. 1 I f. Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 e. 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 11 05. 20 3.3 ACCESSORIES 21 A. All gate valves sball have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of I square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 '/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20, 2012 33 1220-8 RESILIENT SEATED (WEDGE) GATE, VALVE Page 8 or9 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 3.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 4 - EXECUTION 4 4.1 INSTALLERS [NOT USED] 5 4.2 EXAMINATION [NOT USED] 6 4.3 PREPARATION [NOT USED] 7 4.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 4.5 REPAIRIRESTORATION {NOT USED] 14 4.6 RE -INSTALLATION [NOT USED] 15 4.7 FIELD [oR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. if access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 02397 — November 19, 2019 Revised December 20, 2012 33 12 20 - 9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 9 ] i 4.8 SYSTEM STARTUP [NOT USED] 2 4.9 ADJUSTING [NOT USED] i 3 4.10 CLEANING [NOT USED] 4 4.11 CLOSEOUT ACTIVITIES [NOT USED] 5 4.12 PROTECTION [NOT USED] 6 4.13 MAINTENANCE [NOT USED] 7 4.14 ATTACHMENTS [NOT USED] 8 9 END OF SECTION CITY OF FORT WOR7'1I MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised December 20, 2012 THIS PAGE IN'I'ENTIONALLY 33 1225- 1 CONNECTION TO EXISTING WATER MAINS Page I of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 Port 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 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 11 05 — 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 ofservice a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 6, 2013 33 12 2) - 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: I ) 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 WORT11 MAIN 34, 100, AND D100 DRAINAGE ARRAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 6, 2013 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of R 199= R DI lY DI 9 D1►rQ Wy 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.I, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A 193, 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 (AW WA/ANSI): a. C 105/A2I.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 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 MAIN 34, 100, AND DIOO DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised February 0, 2013 33 12 25 - 4 CONNECTION TO EXISTFNG WATER MAFNS Page 4of8 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. S. 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 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, 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 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 ' MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19. 2019 Revised FebWary 6, 2013 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 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] i 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 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 atthe 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 [NOTUSED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED IoH] 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 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. Description 1. Regulatory Requirements CITY OP PORT WORTH MAIN 34. 100, AND DI 00 DRAINAGE AREAS S.S, IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 6, 2013 331225-6 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 tothe 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 eneasementin 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 AWWAC207 and ASME B 16.1 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 1 1 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 [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. 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 33 05 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPEC IF]CATION DOCUMENTS City Prqiect No. 02397 — November 19, 2019 Revised February 6, 2013 { 1 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] i 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. 8. 1n 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 accordancewith 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 0440. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] SITE QUALITY CONTROL ]NOT USED] 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] CITY OF PORT WORTH MAIN 34, 100, AND 13100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 6, 2013 331225-8 CONNECTION TO EXISTING 'WA ER MAINS 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 Page 8 of 8 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 — November 19, 2019 33 12 40 - 1 FIRE HYDRANTS Page 1 of 7 SECTION 33 12 40 FIRE HYDRANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: { 1. Dry -barrel fire hydrants with 5'/4-inch main valve for use with potable watermains B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40 --- Cleaning and Acceptance Testing of Water Mains 5. Section 33 11 10 —Ductile Iron Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 14 — Buried Steel Pipe and Fittings 8. Section 33 12 20 Resilient Seated (Wedge) Gate Valve 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work perfornied and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry -Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Adjusting hydrant to the appropriate height e. Painting f. Pavement Removal g, Excavation h. Freight, loading, unloading and handling i. Disposal of excess material j. Furnish, placement and compaction of embedment k. Furnish, placement and compaction ofbackfilI 1. Blocking, Braces and Rest m. Clean up CITY OF FORT WORTII MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised January 3, 2014 331240-2 FIRE; HYDRANTS Page 2 of 7 n. Disinfection o. Testing 09=13.0Iam.9D112[aD.Il A. Definitions 1. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specif cation, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry -Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17) Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components —Health Effects 4. National Fire Protection Association (NFPA) a. 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire -Protection Service 6. Factory Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 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 construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data. 1. Dry -Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 1,7 CLOSEOUT SUBMITTALS [NOT USED] 1,$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised January 3, 2014 33 12 40 - 3 FIRE HYDRANTS Page 3 of 7 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2, Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AW WA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period atthe site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the .material in accordance with Section 01 6600. 1.11 FIELD 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 lola] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers I . 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 01 25 00. 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar service and size. B, Description 1. Regulatory Requirements a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 Revised January 3, 2014 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of N SF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater Design Criteria a. Operating nut l ) Uniformly tapered square nut measuring: a) 1 inch at the base b) '/s inch at the top 2) Open by turning the operating nut to the right (clackwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 5'/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 2'/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stern a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. .Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials l . Furnish materials in accordance with AWWA C502. 2. Dry -Barrel Fire Hydrant Assembly a. Internal parts 1) Threads CITY OF FORT WORTH MAIN 341, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 Revised January 3, 2014 331240-5 FIRE, HYDRANTS Page 5 of 7 a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. t (a) Grades per AWWA C502 b) Where needed, stein shall be grooved and sealed with Owings. 3. Provide crushed rock for placement around base confonning to Section 33 05 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry -Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry -Barrel hire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment I. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA C502, B. Markings 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised January 3.2014 331240-6 FIRE HYDRANTS Page 6 of 7 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfall trenches in accordance with 33 05 10. 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M 17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings maybe used along fire lead line to ensure minimum and maxiirrum cover requirements are met. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD CONTROL A. Field Inspections I. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. B. Non -Conforming Work 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not meet the criteria of the AWWA Manual of Water Supply Practice M17, the Contractor will remedy the situation criteria, at the Contractor's expense. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGV AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised January 3, 2014 331240-7 FIRE HYDRANTS Page 7 of 7 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 3.14 ATTACHMENTS END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised January 3, 2014 I 'g' LEFT BLANK 33 1260- 1 STANDARD BLOW -OFF ASSEMBLY Page I of 4 SECTION 33 12 60 STANDARD BLOW -OFF ASSEMBLY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Standard Blow -off Assembly (6-inch thru 12-inch) B. Products Installed but Not Furnished Under This Section 1. None C. Deviations from this City of Fort Worth Standard Specification 1. None, D. Related Specification Sections include, but are not necessarily limitedto: l . 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 Backfll 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 11 10 — Ductile Iron Pipe 8. Section 33 11 11 -- Ductile Iron Fittings 9. Section 33 11 13 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 10. Section 33 11 14 —Buried Steel Pipe and Fittings 11. Section 33 12 20 — Resilient Seated Gate Valve 12. Section 33 39 10 Cast -in -Place Concrete Manholes 13. Section 33 39 20 — Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes gate valves, piping, appurtenances, manhole and cast -in - place concrete bases. 1) Tee or outlet from water main is measured and paid for separately. 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 "Blow Off Valve" installed for: 1) Various sizes 3. The price bid shall include: CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNlo. 02397 —November 19, 2019 Revised June 19, 2013 331260-2 STANDARD BLOW -OFF ASSEMBLY Page 2 of 4 a. Excavation b. Pre -cast or cast -in -place concrete manhole and appurtenances c. Cast -in -place concrete gate valve bases d. Crushed rock foundation e. Hinged frame and cover f. Piping, valves and appurtenances g. Fittings (excluding tee or outlet on watermain) h. Horizontal thrust blocking i. Backfill j. Pavement removal k. Hauling 1. Disposal of excess material m. Placement and compaction of backfill n. Clean-up o. Surface restoration associated with blow -off valve manhole and piping 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. All 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Piping 3. Isolation Valves 4. Frame and Cover 5. Concrete mix design for gate valve bases 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 [NOTUSED] 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 WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised June 19, 2013 r 33 12 60 - 3 STANDARD BLOW -OFF ASSEMBLY Page 3 of 4 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOTUSED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials l . Cast -in -Place or Precast Concrete Manholes — Conform to Sections 33 39 10 or 33 3920 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, Hinged Frame and Cover — Conform to Section 33 05 13 6. Concrete Mix Design — Conform to Section 03 30 00 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 i A. Install blow -off assembly in accordance with respective manufacturer's recommendations. B. Pipe Penetrations 1. Conform to Section 03 80 00. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S, IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised nine 19.2013 33 1260-4 STANDARD BLOW -OFF ASSEMBLY 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 [NOTUSED] 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. '02397 —November 19, 2019 Revised June 19, 2013 SECTION 33 31 12 CURED IN PLACE PIPE (CIPP) PART1- GENERAL 1.1 SUMMARY 3331 12 - 1 CURED IN PLACE PIPE (CIPP) Page I of 7 A. Section Includes: 1. Cured in Place Pipe (CIPP) 6-inch through 60-inch for gravity sanitary sewer rehabilitation B. Deviations from this City of Fort Worth Standard Specif cation 1. None. C. Related Specification Sections include, but are not necessarily limited to: l . Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0130 Sewer and Manhole Testing 4. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 5. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 6. Section 33 04 50 Cleaning of Sewer Mains 7. Section. 33 31 50 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Cured in Place Pipe (CIPP) a. Measurement 1) Measured horizontally along the surface from center line to center line of the 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 "CIPP" installed for: a) Various sizes c. The price bid shall include: I ) Mobilization 2) Furnishing and installing CIPP as specified by the Drawings 3) Hauling 4) Disposal of excess material 5) Clean-up 6) Cleaning 7) Testing 2. Service Reconnection, CIPP a. Measurement 1) Measurement for this Item shall be per each service reconnected. b. Payment CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised December 20, 2012 3331 12 - 2 CURED IN PLACE PIPE (CIPP) Page 2 of 7 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 "Service Reconnection, CIPP". The price bid shall include: 1) Mobilization 2) Furnishing and installing CIPP as specified by the Drawings 3) Hauling 4) Disposal of excess material 5) Clean-up 6) Cleaning 7) 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). ASTM International (ASTM): a. D5813, Standard Specification for Cured -In -Place Thermosetting Resin Sewer Piping Systems. b. F1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube. c. F 1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled -in -Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP). 4. International Organization for Standardization (ISO): a. 9000, Quality Management System - Fundamentals and Vocabulary. 5. Occupational Safety and Health Administration (OSHA). 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 1, Flexible Liner (tube) a. Tabular surnmary by sewer segment noting required CIPP thickness per section 2. Resin a. Technical data sheet showing physical and chemical properties b. Test results of chemical resisting testing performed by resin manufacturer B. Shop Drawings 1. Provide calculations to support CIPP design thickness after curing. List the following criteria used for the calculations: a. Assumed host pipe condition CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 — November 19, 2019 Revised December 20.2012 3331 12-3 CURED IN PLACE PIPE (CIPP) E Page 3 oi' 7 ` b. Ground water table elevation c. Depth of cover at deepest location d. Modulus of soil stiffness e. Long term modulus of elasticity f. Live loading g. Factor of safety against buckling h. Assumed pipe ovality C. Certificates 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and meets the requirements of above referenced ASTM standards. s D. Source Quality Control Submittals 1. Manufacturer to provide third party test results supporting the longterm performance and structural strength of the pipe being manufactured 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturing and Installation a. Finished pipe shall be the product of I manufacturer. b. Liner manufacturing operations shall be performed at I location. c. The pipe manufacturer shall: 1) Have performed a minimum of 50,000 feet of successful installation in the United States 2. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6- inch through 60-inch). B. Certifications 1. Manufacturing and Installation a. Operate pipe manufacturing and installation under a quality management system certified by third party ISO 9000. Provide proof of certification upon request. b. If .Installer is different company than Manufacturer, then installer must provide certification from the manufacturer that he/she is licensed and fully trained as an installer of the product upon request. 1.10 DELIVERY, STORAGE, AND HANDLING } A. Storage and Handling Requirements I 1. Follow manufacturer's recommendation on all storage and handling requirements. CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised December 20. 2012 3331 12 -4 CURED IN PEACE PIPE (C1PP) Page 4 of 7 1.11 FIELD I SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOTUSED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. General 1. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6- inch through 60-inch). B. Manufacturer and Installers Only the Manufacturer/Installers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The Manufacturer/Installer 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. C. Performance / Design Criteria i. Liner (tube) a. Design liner for a 50-year service life under continuous load ing conditions. b. Consider no bonding to the original pipe wall. c. Base design on a fully deteriorated host pipe condition as defined in ASTM F 1216. d. Calculate wall thickness per ASTM F1216 Appendix X1. 1) Assume the following values for the design: a) Safety Factor (N) — 2.0 b) Ovality (C) = 5 percent c) Enhancement Factor (K) — 7.0 d) Groundwater Depth (H,,) = per Drawings, feet e) Soil Depth (H) = per Drawings, feet f) Soil Modulus (E') = 1,000, psi g) Soil Density (w) = 130 pounds per cubic foot h) Live Load — ASSHTO HS 20 2) The minimum allowable wall thickness for fiberglass liner is 2.8 millimeters and can be increased as necessary to meet ASTM F 1216 Appendix X1 design formula. 3) The minimum allowable wall thickness for felt liner is 6.0 millimeters and can be increased as necessary to meet ASTM F1216 Appendix Xl design formula. 4) Fiberglass or felt products below the stated minimum wall thickness will not be allowed under any circumstances. D. Materials 1. Liner (tube) a. The liner consists of absorbent non -woven felt or seamless spirally wound glass fiber. CITY 01' FORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEIALNTS STANDARD CONSTRUCTION SPEC]FICA110N DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3331 12 - 5 CURED IN PLACE PIPE (CIPP) Page 5 of 7 b. Construct liner to withstand installation pressures, have sufficient strength to bridge missing pipe and stretch to fit irregular pipe sections. e. The wet out liner shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness. d. Manufacture liner to a size that when installed will tightly fit the internal circumference and length of the original pipe. Make allowance for circumferential stretching during construction. e. Manufacture to length necessary to frilly span the distance between manholes. Include sufficient amount of material for sealing at manholes and product sample, if required. f. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear, detailed examination with CCTV inspection per Section 33 01 31 can be made. Resin a. The resin system will be manufactured by an approved company selected by the CIPP liner manufacturer. Provide documentation of approval, if requested. b. The resin system shall be corrosion resistant polyester or vinyl ester system including all required catalysts and initiators that create a composite that satisfies the requirements of ASTM F1216, ASTM D5813 and ASTM F1743. c. The resin used shall produce a proper CIPP system, which will be resistant to abrasion caused by solid, grit or sand. 2.3 ACCESSORIES INOT 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] A. Inspection 1. Prior to installation, conduct an inspection of the existing pipe identified for rehabilitation along with the surrounding job site conditions. 2. Complete a Pre -CCTV inspection per Section 33 01 31. 3. Observe flows at different times of the date to determine or verify flow conditions in preparation for bypass pumping. 4. Verify accessibility conditions and coordinate with city regarding easementaccess and limitations. 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be rehabilitated without compromising the CIPP system. B. Host Pipe Preparation 1. Clean the pipe per Section 33 04 50. 2. Inspect pipe as required by this Specification. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3331 12-6 CURED 1N PLACE PIPE (CIPP) Page 6 of 7 3. Prepare for bypass pumping per Section 33 03 10. C. Liner (tube) Preparation 1. Resin Impregnation a. Impregnate the liner in a saturation facility where the environment can be consistently controlled. b. Use sufficient quantity of resin to fill the volume of air voids in the tubewith additional allowances for polymerization shrinkage and the potential loss of resin during installation through cracks and irregularities in the original pipe wall. c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper thickness. 2. if transported to the site, refrigerate as necessary to maintain stable environmentfor the impregnated liner. 3.4 INSTALLATION A. Safety 1. Cary out operation in accordance with all OSHA and manufacturer's safety requirements including, but not limited to, safety requirements involving confined space entry. B. Liner installation I . The impregnated liner can be placed in the pipe by either direct inversion or the pull in place method. 2. Follow ASTM F 1216 Specification for direct inversion installation. 3. Follow ASTM F1743 Specification for pulled in place installation. 4. The finished CIPP should be continuous over the entire length of the run and be smooth and free from substantial wrinkles, as well as defects and improperservice connections. C. Curing 1. Curing of the CIPP may be done by water, steam or Ultra Violet (UV) light source, depending on the liner type and resin. Each method must follow the recommendation of the manufacturer. 2. Place a sufficient amount of temperature and/or monitoring gauges within the system to insure curing throughout the liner is consistent and uniform. A minimum of 2 gauges is required, 1 at each end of the liner. 3. Upon completion of the curing process provide the City with the monitoring data. D. Reinstatement of lateral connections 1. After the liner pipe is cured in place have the lateral connections reinstated within 18 hours. 2. Reinstate the service by cutting the liner from the inside of the pipe. For small diameter pipe a remote operated cutting device may be used. For larger pipe the liner may be cut by hand. 3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches the existing tap invert, there are no jagged edges and a minimum of 95 percent of the tap opening is restored. CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012. I 3331 12-7 CURED IN PLACE PIPE (CIPP) i Page 7 of 7 I 4. Blind holes, over cutting and holes that miss the tap must be repaired to the satisfaction of the City. 5. if additional work is required to restore the lateral connection outside of the pipe follow the requirements of Section 33 31 50. 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Perform a Pre -CCTV and a Post -CCTV Inspection in accordance with Section 3301 31. 2. The inspection must be completed and the quality of installation must beacceptable to the City prior to restoring services. 3. If the CIPP is deemed unacceptable by the City, provide a method of repair or replacement for review and approval by the City. 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20.2012 THIS PAGE INTENTIONALLY LEFT BLANK { 3331 20 - POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 SECTION 33 3120 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE r PART1- GENERAL i !Ii M380510 M tf'1 A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer 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 Forins, and Conditions of the Contract 2. Division l — General Requirements 3. Section 33 0130 — Sewer and Manhole Testing 4. Section 33 01 31 Closed Circuit Television (CCTV) Inspection S. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 26 — Utility Markers/Locators 7. Section 33 31 50 -- Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line ofthe manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes ' 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfilI CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 02397 -- November 19, 2019 Revised June 19, 2013 3331 20 - 2 POLYVINYL Cl ILORIDE (PVC) GRAVITY SANITARY SEWER PIPE, Page 2 of 6 h. Trench water stops i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. 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 Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a_ D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(VinyI Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Flasto.meric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.53 —Pipe Design. b. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. CelI classification 6. Laying lengths B. Certificates CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 19, 2013 3331 20 - 3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications J. Manufacturers a. Finished pipe shall be the product of I manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufactul ing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch). 1.10 DELIVERY, STORAGE, AND HANDLING I A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's gu idel ines. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOTUSED] 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. Performance / Design Criteria 1. Pipe a. Meet all requirements ofTCEQ. 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/I 15PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397— November 19, 2019 Revised June 19, 2013 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewerpipe. f. PVC meeting the requirements of ASTM D1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe, 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) — 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth — 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (1) = 0/12, (in4/in), per pipe type and size (1) Where (t) — pipe thickness, inches k) Maximum Calculated Deflection — 5 percent h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 11 2 pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if Fb> Wr+ Wf+ Wd Where: Fb — buoyant force, pound per foot Wr = empty pipe weight, pound per foot Wr= weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size CITY OF FOR'r WOR7-11 I MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised June 19, 2013 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall be gasket, bell and spigot, push -on type conforming to i ASTM D3212. b. Since each pipe manufacturer has a different design for push -on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 31 50. 6. Detectable Metallic Tape a. See 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 EXAMINATION [NOT USED] 1 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 05 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 05 10. 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 rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damagethe 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 sea] the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material fi-om the gasketed socket and the spigot end. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised June 19, 2013 333120-6 POLYVINYL CI-TLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upwardtoward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 31 50. E. Detectable Metallic Tape hnstallation 1. See Section 33 05 26, 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IOR] 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 0130, 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE. AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised June 19, 2013 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page I of I SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PARTI- GENERAL 5 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Section Includes: 1. Sanitary sewer service connection, service line and 2-way cleanout from the main to the right-of-way, as shown on the Drawings, directed by the Engineer and specified herein for: a. New Service b. New Service (Bored) c. Private Service Relocation d. Service Reinstatement 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 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 11 10 — Ductile Iron Pipe 5. Section 33 11 11 — Ductile Iron Fittings 6. Section 33 3120 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 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. New Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Sewer Service" installed for. - a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad CITY OF FORT WOR7T1 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised April 26, 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 3331 50-2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2of9 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clean-up 2. New Ductile Iron Sewer Service a. Measurement 1) Measurement for this Item shall be per each Ductile Iron Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shal l include: 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling S) Disposal of excess material 6) Tee connection to main. 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 1 1) Furnishing, placing and compaction of backfill 12) Clean-up 3. New Bored Sewer Service a. Measurement 1) Measurement for this Item shall be per each Bored Sewer Service complete in place. 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 Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised April 26, 2013 3331 50-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 1 9) 2-way cleanout and cap with concrete pad 2 10) Surface restoration surrounding 2-way cleanout 3 11) Furnishing, placing and compaction of embedment and backfill 4 12) Clean-up 5 4. Private Service Relocation 6 a. Measurement 7 1) Measured horizontally along the surface from center line to center line of 8 the fitting, manhole or appurtenance 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item and measured as provided under "Measurement" will be paid for at the 12 unit price bid per linear foot for "Private Sewer Service" installed for: 13 a) Various sizes 14 b) Various materials 15 c. The price shall include: 16 1) Obtaining appropriate Permit 17 2) Obtaining Right of Entry 18 3) Performing relocation as specified in the Drawings 19 4) Excavation 20 5) Hauling 21 6) Disposal of excess material 22 7) Service Line - private side by plumber 23 8) Fittings 24 9) Furnishing, placing and compaction of embedment 25 10) Furnishing, placing and compaction of backfill 26 11) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro- 27 mulch paid separately) 28 5. Sewer Service Reconnection 29 a. Measurement 30 1) Measurement for this Item shall be per each "Sewer Service Reconnection" 31 complete in place from public service line connection to private service line 32 connection. 33 b. Payment 34 1) The work performed in conjunction with the relocation of a sewer service, 35 associated with private service line, fittings and cleanout 5 feet or less in 36 any direction from the centerline of the existing service line and the 37 materials furnished in accordance with this Item will be paid for at the unit 38 price per each "Sewer Service, Reconnection" performed for: 39 a) Various service sizes 40 c. The price bid shall include: 41 1) Private service line 42 2) Fittings 43 3) Private connection to sewer service 44 4) Pavement removal 45 5) Excavation 46 6) Hauling 47 7) Disposal of excess material 48 8) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid 49 separately) CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised April 26.2013 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 333E 50-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 9) 10) 11) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a "2-way Cleanout" is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes b) Various materials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout and cap as specified in the Drawings 2) Pavement removal 3) Concrete pad 4) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of backfill 8) Clean-up 7. Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a 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 "Sewer Service, Reinstatement" for: a) Various sizes c. The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) .Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfill 10) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately)references B. Definitions 1. New Service a. New service applies to the installation of a service with connection to a new or existing sewer main. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS City Project No. 02397 — November 19, 2019 Revised April 26, 2013 3331 50 - 5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 1 b. The service materials would include service line, fittings and cleanout. 2 2. Bored Service 3 a. Bored service applies to the installation of a service with connection to anew or 4 existing sewer main including a bore under an existing road. 5 b. The service materials would include service line, fittings and cleanout. 6 3. Private Service Relocation 7 a. Private service relocation applies to the replacement of the existing sewer 8 service line on private property typically associated with the relocation of the 9 existing main. 10 b. Typical main relocation will be from a rear lot easement or alley to the street. 11 4. Service Reinstatement 12 a. Service reinstatement applies to the reconnection of an existing service to an 13 existing main that has been rehabilitated by trenchless methods such as pipe 14 enlargement (pipe bursting), slip lining or CIPP. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 C. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings b. ASTM D 1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications d. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals 3. Texas Commission on Environmental Quality a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 21 T54 — Criteria for Laying Pipe and Rule b. Title 30, Part 1, Chapter 217, Subchapter C, 217.55 — Manholes and Related Structures 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Scheduling 37 1. Provide advance notice for service interruption to property owner and meet 38 requirements of Division 0. 39 1.4 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 43 A. Product data shall include, if applicable: 44 1. Tee connection or saddle CITY OF FORT WORTH MAIN 34, 100, AND D160 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised April 26, 2013 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 1 2. Fittings (including type of cicanout) 2 3. Service line 3 B. Certificates 4 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 5 this Section. 6 1.6 CLOSEOUT SUBMITTALS [NOT USED] 7 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.8 QUALITY ASSURANCE [NOT USED] 9 1.9 DELIVERY, STORAGE, AND HANDLING 1Q A. Storage and Handling Requirements 11 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 12 guidelines. 13 2. Protect all parts such that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 3. Protect all equipment and parts against any damage during a prolonged period at the 17 site. I8 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 5. Secure and maintain a location to store the material in accordance with Section 01 21 6600. 22 1.10 FIELD [SITE] CONDITIONS [NOT USED] 23 1.11. WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 3. The services and appurtenances shall be new and the product of a manufacturer 34 regularly engaged in the manufacturing of services and appurtenances having 35 similar service and size. 36 B. Materials/Design Criteria 37 1. Service Line and Fittings (including tee connections) CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S, IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised April 26, 2013 3331 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of'9 1 a. PVC pipe and fittings on public property shall be in accordance with Section 33 2 31 20. 3 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 4 with ASTM D1785. 5 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 6 with Section 33 11 10 and Section 33 11 11. 7 2. Service saddle 8 a. Service saddles shall only be allowed when connecting a new service to an 9 existing sanitary sewer main and shall: 10 1) Be a I -piece prefabricated saddle, either polyethylene or PVC, with neoprene gasket for seal against main 12 2) Use saddle to fit outside diameter of main 13 3) Use saddle with grooves to retain band clamps 14 4) Use at least 2 stainless steel band clamps for securing saddles to the main 15 b. lnserta tees service connections may not be used. 16 3. Cleanout 17 a. Cleanout stack material should be in accordance with City Standard Details or 18 as shown on Drawings. 19 b. For paved areas, provide a cast iron cleanout and cast iron lid. 20 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 21 4. Coupling 22 a. For connections between new PVC pipe stub out and existing service line, use 23 rubber sleeve couplings with stainless steel double -band repair sleeves to 24 connect to the line. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 3.1 INSTALLERS 29 A. A licensed plumber is required for installations of the service line on private property. 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 34 35 36 37 38 39 40 41 A. General 1. Install service line, fittings and cleanout as specified herein, as specified in Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. B. Handling 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle with care to avoid damage. a. Inspect each segment of service line and rejector repair any damaged pipe prior to lowering into the trench. 2. Do not handle the pipe in such a way that will damage the pipe. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised April 26, 2013 3331 50 - 8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of [ C. Service Line 2 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard 3 details, or at lines and grades as indicated in the Drawings. 4 2. If service line is installed by bore as an alternative to open cut, the cost associated 5 with open cut installation, such as pavement removal, trenching, embedment and 6 backfill and pavement patch will not be included as part of the bore installation. 7 3. Excavate and backfill trenches in accordance with 33 05 10. 8 4. Embed PVC Pipe in accordance with 33 05 10. 9 D. Ceeanout 10 1. Install out of traffic areas such as driveways, streets and sidewalks whenever 1 1 possible. 12 a. When not possible, instal] cast iron cleanout stack and cap. 13 2. Install 2-way cleanout in non -paved areas in accordance with City Standard Details. 14 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 15 E. Service line connection to main 16 1. New service on new or replacement main 17 a. Determine location of service connections before main installation so the 18 service fittings can be installed during main installation. 19 b. Connect service line to maul with a molded or fabricated tee fitting. 20 2. Reconnection to main after pipe enlargement 21 a. Tapping the existing main and installing a strap on tee connection may be used. 22 b. Allow the new main to recover from imposed stretch. before tapping and service 23 installation. 24 1) Follow manufacturer's recommendation for the length of time needed. 25 c. Tap main at 45 degree angle to horizontal when possible. 26 1) Avoid tapping the top of main. 27 d. Extend service line from main to property line or easement line before 28 connecting to the existing service line. 29 3. New service on existing main 30 a. Connect service line to main with a molded or fabricated tee fitting if possible. 31 b. Tapping the existing main and installing a strap on tee connection may be used. 32 F. Private Service Relocation 33 1. Requirements for the relocation of service line on private property 34 a. A licensed plumber must be used to install service line on private property. 35 b. Obtain permit from the Development Department for work on private property. 36 c. Pay for any inspection or permit fees associated with work on private property. 37 d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the 38 building cleanout and compare to data on the Drawings before beginning 39 service installation. 40 e. Submit elevation information to the City inspector. 41 f. Verify that the 2 percent slope installation requirement can be met. 42 1) If the 2 percent slope cannot be met, verify with the Engineer that line may 43 be installed at the lesser slope. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE, AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No. 02397 — November 19, 2019 Revised April 26, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 3331 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LTNE Page 9 of 9 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION A. Service Relocation 1. All relocations that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. 3.7 FIELD QUALITY CONTROL A. Inspections 1. Private property service line requires approval by the City plumbing inspector before final acceptance. 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 CITY OF FORT WORTH MAIN 34, 100. AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised April 26, 2013 THIS PAGE INTENTIONALLY LEFT BLA K 333910-1 CAST -IN -PLACE CONCRETE MANHOLE Page I of 7 SECTION 33 39 10 CAST -IN -PLACE CONCRETE MANHOLE PART1- GENERAL 1,1 SUMMARY I A. Section Includes: 1. Sanitary Sewer Cast -in -Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include but are not necessarily limited to: L 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 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 01 30 Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Itein shall be per each. t b, Payment l) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3} Forms 4) Concrete 5) Backfill 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover 1 1) Grade rings 12) Pipe connections 13) Pavement removal CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 3339 10-2 CAST-CN-PLACE CONCRETE MANHOLE Page 2 of 7 14) Hauling 15) Disposal of excess material 16) Placement and compaction ofbackfill 17) 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 the 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) Backfiil 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction ofbackfill 18) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being 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 lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe CITY OF FOR'1' WORTH MAIN 34, 100, AND DI00 DRAINAGE ARF,AS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 l 9) Stubs 10) Frame I 1 1) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal ! 15) Hauling 16) Disposal of excess material f I7) Placement and compaction ofbackfill 18) Clean-up 1,3 REFERENCES 333910-3 CAST-[N-PLACE CONCRETE MANHOLE Page 3 of 7 [ 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 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter l) Used with pipe ranging from 18-inch to 36-inch c. See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] i. 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Drop connection materials CITY OF FORT WOR7'11 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 333910-4 CAST -IN -PLACE CONCRETE MANHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 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 loR] OWNER-SUPPLIEDPRODUCTS [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 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. Materials I . Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 21 00. 3. Frame and Cover— Conform to Section 33 05 13. 4. Grade Ring — Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked -in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry filth thickness shall be no less than l2 mils and no grcater than 30 mils. c. Solids content is 68 percent by volume ± 2 percent. CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 333910-5 CAST -IN -PLACE CONCRETE MANHOLE Page 5 of 7 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 A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate, creating a stable base for the manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. b. No other joints are allowed unless shown on Drawings. 3. Place, finish and cure concrete according to Section 03 30 00. I a. Manholes must cure 3 days before backfilling around structure. B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhole. C. Invert 1, Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top '/z of the pipe removed to facilitate manhole construction. 4. For all standard manholes provide full depth invert. 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 inches in depth. D. Drop Manhole Connection CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised December 20. 2012 333910-6 CAST-IN-PLACF, CONCR_LTL MANHOLE, Page 6 oF7 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. F. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. G. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure for 3 days before backfilling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5. Application will follow manufacturer'srecommeridation. H. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 1. Junction Structures 1. All structures shall be installed as specified in Drawings. 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 0130. 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] CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 333910-7 CAST -IN -PLACE CONCRETE MANHOLE Page 7 of 7 END OF SECTION CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY /L. 33 39 20 - 1 PRECAST CONCRETE., MANHOLE Page 1 or6 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . 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 01 30 — Sewer and Manhole Testing 6. Section 33 05 13 — Frarne, Cover, and Grade Rings E 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: I ) 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 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02397 —November 19, 2019 Revised December 20, 2012 333920-2 PRECAST CONCRETE MANHOLE Page 2 or6 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: I ) 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 1 1) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction ofbackfill 18) Clean-up 1.3 REFERENCES A. Definitions 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 MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 I 333920-3 PRECAST CONCRETE MANHOLE Page 3 of a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging froln 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards l . 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. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D1 187, Standard Specification for Asphalt -Base Emulsion for Use as Protective Coatings for Metal e. D1227, Standard Specification for Emulsified Asphalt Used as aProtective Coating for Roofing i 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 . Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 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 [NOTUSED] 1.12 WARRANTY A. Manufacturer Warranty CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 33 39 20 - 4 PRLCAST CONCRETE MANHOLE Page 4 of 6 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS INOTUSED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers l . 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 01 25 00. B. Materials 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones maybe furnished with lift lugs or lift holes. l ) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover— Conform to Section 33 05 13. 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integral ly cast embedded pipe connector or a boot -type connector installed in a circular block out opening conform ing to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner — Conform to Section 33 39 60. 9, Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM DI 187 Type I and ASTM D1227 Type Ill Class 1. 2.3 ACCESSORIES [NOT USEDI 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH ' ' MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 333920-5 PRECAST CONCRETE MANHOLE - Page 5 of 6 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 A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION ' A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell -and -spigot design incorporating a premolded joint scaling compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2, For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE- AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 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 backfiIling around the structure. 3. Application will follow manufachirer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / RESTORATION INOT 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 0130. 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 CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. 1MPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02397 — November 19, 2019 Revised December 20.2012 33 39 40 - 1 WASTEWATER ACCESS CHAMBER (WAC) Page 1 of SECTION 33 39 40 1 WASTEWATER ACCESS CHAMBER (WAC) PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Wastewater Access Chambers (WAC) utilized at the end of sanitary sewer mains i where it is impracticable to build, maintain and access a standard or shallow manhole a. These are installed as specifically noted on the Drawings, not as an option for manhole installation. 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 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 01 30 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Itemand measured as provided under "Measurement' will be paid for at the unit price bid per each "Wastewater Access Chamber" complete in place. 3. The price bid will include: a. WAC complete in place b. Excavation c. Backfill d. Frame e. Cover f. Grade rings g. Pipe connections h. Pavement removal i. Hauling j. Disposal of excess material k. Placement and compaction of backfill I. Clean-up m. Testing CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December20, 2012 33 39 40 - 2 WASTEWATER ACCESS CHAMBER (WAC) 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. ASTM International (ASTM): a. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. b. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals. 1.4 ADMINISTRATIVE REQUTREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0.1 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. WAC 2. Stubs and stub plugs 3. Grade ring 4. Plugs for air testing 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 A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [ORI 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. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 02397 — November 19, 2019 Revised December 20. 2012 333940-3 WASTEWATER ACCESS CHAMBER (WAC) Page 3 of 4 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. Materials 1. WAC structure a. 3/8 inch thick 1-piece construction i b. Large enough for insertion of Closed Circuit Television (CCTV) equipment and high pressure cleaning equipment c. Light in color d. Surface construction to match typical manhole design 2. Cast -in -place concrete Conform to Section 03 30 00. 3. Frame and Cover — Conform to Section 33 05 13. a. Because it is not made for personnel access, a standard 24-inch frame and cover assembly may be used. 4. Grade Ring — Conform to ASTM C478. 5. Pipe Connections — Conform to ASTM C923. 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 k 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Surface Preparation 1. Excavate 8 inches below manhole foundation. Replace excavated soil with course aggregate; creating a stable base for the manhole to be constructed on. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. WAC 1. Construct to dimensions shown on the Drawings. B. Pipe connection at WAC 1. Construct pipe stubs for future connections at locations and with materials indicated on the Drawings. 2, Install stub plugs at interior of WAC and wood or plastic bulkhead at the end ofthe stub. C. final Rim Elevation 1. Install concrete grade rings for height adjustment. CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. TMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised December20, 2012 33 39 40 - 4 WASTEWATER ACCESS C11AM13ER (WAC) Page 4 of 4 a. Construct grade ring on load bearing area outside of WAC structure. b. Use sealant between rings as shown on the Drawings. 2. Set grade rings using continuous water sealant. a. Remove debris, stones and dirt to ensure a watertight seal. 3. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. D. 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 0130. 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] V_ CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 s 33 39 60 - 1 LINERS FOR SANITARY SEWER STRUCTURES Page 1 of I I 1 SECTION 33 39 60 2 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 (or modified polymer liner 7 system, i.e. SpectraShield) to concrete utility structures such as manholes, lift 8 station wet wells, junction boxes or other concrete facilities that may need 9 protection from corrosive materials. This covers rehabilitation of existing sanitary 10 sewer structures and newly installed sanitary sewer structures. 11 2. For sanitary sewer mains 8-inch diameter and larger, use of a structural liner 12 system, Warren Environmental System 301, ARC S1HB by A.W. Chesterton 13 Company, is acceptable. 14 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-fect in depth, 15 use of a liner system, SpectraShield, is acceptable. 16 B. Deviations fi•om this 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 i —General Requirements 22 3. Section 33 01 30 — Sewer and Manhole Testing 23 1.2 PRICE AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Manholes a. Measurement 1) Measurement for this Item shall be per vertical foot of coating as measured from 2-inches below the bottom of the cover (not fi-ame) to the top of the bench. This includes lining of the bench and invert, thru the use of flow control devices (i.e. temporary plugs, sand bags), to temporarily block flow. However, as a last resort and with prior written approval from Water Field Operations, if the flow can not be blocked temporarily, then the lining would stop 3-inches from the edge of the water in the pipe. This item covers the total vertical footage for the specific bid items of various manhole sizes (i.e. 4 foot diameter, 5 foot diameter, Specific Manhole Designs for lines larger than 36-inch, etc.) and specific types (Standard Manhole, Drop Manhole, Type "A" Manhole, Shallow Manhole, including additional depth beyond 6 foot). b. Payment CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397—November 19, 2019 Revised February 14, 2019 333960-2 LINERS FOR SANITARY SEWER STRUCTURES Page 2 of I 1 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 vertical foot of "Manhole Liner" applied. 4 c. The price bid shall include: 5 1) Removal of roots 6 2) Removal of existing coatings 7 3) Eliminating any leaks 8 4) Removal of steps 9 5) Repair/seal connection of the existing frame to chimney 10 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, 1 i bench, including any replacement of damaged rebar, pipe 12 7) Surface cleaning 13 8) Furnishing and installing Liner as specified by the Drawings 14 9) Mauling 15 10) Disposal of excess material I6 11) Site Clean-up 17 12) Manhole and Invert Cleaning 18 13) Testing 19 4 4) Re -Testing 20 2. Non -Manhole Structures 21 a. Measurement 22 1) Measurement for this Item shall be per square foot of area where the 23 coating is applied. 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 unit 27 price bid per square foot of "Structure Liner" applied. 28 c. The price bid shall include: 29 1) Removal of roots 30 2) Removal of existing coatings 31 3) Eliminating any leaks 32 4) Removal of steps 33 5) Repair/seal connection of the existing frame to chimney 34 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, 35 bench, including any replacement of damaged rebar, pipe 36 7) Surface cleaning 37 8) Furnishing and installing Liner as specified by the Drawings 38 9) Hauling 39 10) Disposal of excess material 40 11) Site Clean-up 41 12) Manhole and invert Cleaning 42 13) Testing 43 14) Re -Testing 44 1.3 REFERENCES 45 A. Reference Standards 46 1. Reference standards cited in this Specification refer to the current reference 47 standard published at the time of the latest revision date logged at the end of this 48 Specification, unless a date is specifically cited. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No. 02397 — November 19, 2019 Revised February 14, 2019 333960-3 LINERS FOR SANITARY SEWER STRUCTURES Page 3 of I 1 2. ASTM International (ASTM): 2 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 3 Reagents. 4 b. D638, Standard Test Method for Tensile Properties of Plastics. 5 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 6 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 7 Reinforced Plastics and Electrical Insulating Materials. 8 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 9 the Taber Abraser. 10 f, D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 11 Gages. 12 g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable 13 Adhesion Testers. 14 h. D7234, Stand Test Method for Pull -Off Adhesion strength of Coatings on 15 Concrete Using Portable Pull -Off Adhesion Testers. 16 3. Environmental Protection Agency (EPA). 17 4. NACE International (MACE). Published standards from the National 18 Association of Corrosion Engineers 19 5. Occupational Safety and Health Administration (OSHA). Employ a trench 20 safety system in accordance with Section 21 6. Resource Conservation and Recovery Act, (RCRA). 22 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 23 a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes 24 monitoring for hydrogen sulfide, methane, or low oxygen. Also includes 25 flow control equipment. Surface preparation equipment may include high 26 pressure water cleaning (3500 psi) and shall be suited to provide a surface 27 compatible for installation of the liner system. Surface preparation shall 28 produce a clean, abraded, and sound surface, with no evidence of loose 29 concrete, loose brick, loose mortar, oil, grease, rust, scale, other 30 contaminants or debris, and shall display a surface profile suitable for 31 application of the liner system. 32 b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 33 Conductive Substrates 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 01 33 00. 37 B. All submittals shall be approved by the City prior to delivery. 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Product Data 40 1. Technical data sheet on each product used 41 2. Material Safety Data Sheet (MSDS) for each product used 42 3. Copies of independent testing performed on the coating product indicating the 43 product meets the requirements as specified herein CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2019 333960-4 LINERS FOR SANITARY SEWER STRUCTLIRL.s Page 4 of I 1 1 4. Technical data sheet and project specific data for repair materials to be topcoated 2 with the coating product including application, cure time and surface preparation 3 procedures 4 5. Material and method for repair of leaks or cracks in the structure. This 5 applies to repair work on both existing structures, manholes and. new installed 6 manholes (including Developer projects) that have been identified with cracks, 7 voids, signs of infiltration, other structural defects or other related 8 construction damage. 9 B. Contractor Data 10 1. Current documentation from coating product manufacturer certifying Contractor's l 1 training (and/or licensed) as an approved installer and equipment complies with the 12 Quality Assurance requirements specified herein 13 2. 5 recent references of Contractor indicating successful application of coating 14 product(s) of the same material type as specified herein, applied by spray 15 application within the municipal wastewater environment. References shall include 16 at least the following: owner name, City inspector name and phone number, project 17 name/number, size and linear footage of sanitary sewer main, manhole diameter, 18 structure dimensions and number of each, square feet (or vertical feet) of product 19 installed, contract cost, and contract duration. Contractor must demonstrate a 20 successful history of installing the product in structures of similar size and scope 21 and update this each time the contractor applies for and renews its Prequalification 22 for the Water Department. 23 3. For Developer Projects — at the time of Contractor selection, the 24 Prequalification Statement, Section 00 45 12 shall be submitted to the City, 25 clearly indicating the contractor prequalified for installation of 26 structure/manhole liner. No other bid submittals shall be accepted that 27 include lining contractors whose prequalification term has expired or is not on 28 the active contractor list at the time of Contractor selection. if the submitted 29 forms for this project not acceptable, the City will refer to the current active 30 contractor prequalification list, and the Contractor shall select the appropriate 31 manhole lining subcontractor based on the project scope of work. The 32 Contractor shall then provide the revised Prequalification Statement Section 33 00 45 12 for review and acceptance, 34 4. This Specification (along with the CCTV Specification) and the associated 35 submittals including the work plan, QA/QC, testing, closeout documents, etc. 36 shall be discussed as part of the Pre -Construction Agenda for each project 37 (Developer projects included). 38 5. For any project, Developer projects included -- If the Contractor proceeds with 39 application of an unapproved lining product and/or using an unqualified 40 subcontractor for lining, the City shall recommend either repair and/or 41 removal of any defective lining material and have the Contractor select an 42 approved subcontractor that can apply the approved lining materials. This 43 work, shall be at no additional cost to the City. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PrQiccl No. 02397 -- November 19, 2019 Revised February 14, 2019 333960-5 LINERS FOR SANITARY SEWER STRUCTURES Page 5 of I I 1 6. Schedule and Sequence of Construction — Considering this is a specialized 2 installation performed by only certified applicators, the schedule for this work 3 has a lead time that shall be included in the Contractor's schedule. If the 4 Contractor does not provide written notification and/or fails to schedule the 5 subcontractor in advance, the City shall not be responsible for any additional 6 costs and/or delays caused by the Contractor. Contractor shall provide the 7 updated construction schedule and work plan (including manhole preparation, 8 repairs, lining, testing, etc.) in accordance with Section 0132 16 at least 1 week 9 prior to start of lining activities to the City Inspector, City Project Manager, 10 Water Field Operations, and Water Capital Projects. Equipment shall be on - II site and in working order for the testing. If the Contractor is unable to have 12 equipment ready for testing, the test date shall be rescheduled accordingly 13 with the Inspector. The updated construction schedule shall clearly indicate 14 all related construction activities at the manholes before and after lining. All 15 paving activities, including any final grade adjustments for manholes outside 16 pavement, shall be completed before Contractor begins lining work. After 17 liner installation, Contractor shall wait a minimum of 48 hours to allow the 18 liner material to fully cure before returning the system to normal service. 19 CCTV per Section 33 0131 shall he scheduled after the lining has been 20 completed to document and confirm the manholes have been lined. 21 1.7 CLOSEOUT SUBMITTALS 22 A. Testing Documentation 23 1. Provide test results required in Section 2.4 and Section 3.7 to City. 24 a. Include the following manhole or structure location information: 25 1) Existing sanitary sewer main/lateral number. For Developer Projects, 26 provide proposed sanitary sewer line number as designated on the plans 27 and provide the existing sanitary sewer main/lateral number at 28 connection to the existing manhole (if applicable). 29 2) Station number 30 3) GIS ID number (if provided during construction). 31 b. Inspection report of each manhole/structure tested (See attached sample 32 reports to be used for Wet Film Thickness, Manhole Holiday/Spark 33 Detection, and Manhole Adhesion Test). 34 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED 35 1.9 QUALITY ASSURANCE 36 A. Qualifications 37 1. Contractor 38 a. Be trained by, or have training approved and certified by, the coating product 39 manufacturer for the handling, mixing, application and inspection of the coating 40 product(s) to be used as specified herein 41 b. Initiate and enforce quality control procedures consistent with the coating 42 product(s) manufacturer recommendations and applicable NACE or SSPC 43 standards as referenced herein 44 1.10 DELIVERY, STORAGE, AND HANDLING 45 A. Keep materials dry, protected from weather and stored under cover. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397— November 19, 2019 Revised February 14, 2019 33 39 60 - 6 LINERS FOR SANITARY SEWER STRUCT[JRES Page 6 of 11 1 B. Store coating materials between 50 degrees F and 90 degrees F. 2 C. Do not store near flame, heat or strong oxidants. 3 D. Handle coating materials according to their material safety data sheets. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 6 perform the specified work. Active flows shall be diverted with flow through plugs as 7 required to ensure that flow is maintained off the surfaces to be lined. 8 1.12 WARRANTY 9 A. Contractor Warranty 10 1. Contractor's Warranty shall be in accordance with Division 0. 1 I PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 13 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 14 A. Repair and Resurfacing Products 15 1. Compatible with the specified coating product(s) in order to bond effectively, thus 16 forming a composite system 17 2. Used and applied in accordance with the manufacturer's recommendations is 3. The repair and resurfacing products must meet the following: 19 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy 20 topcoating compatibility 21 b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink 22 repair mortar that can be toweled or pneumatically spray applied and 23 specifically formulated to be suitable for topcoating with the specified coating 24 product used 25 B. Coating Product 26 1. Capable of being installed and curing properly within a manhole or concrete utility 27 environment 28 2. Resistant to all forms of chemical or bacteriological attack found in municipal 29 sanitary sewer systems; and, capable of adhering to typical manhole structure 30 substrates 31 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the 32 following characteristics: 33 a. Application Temperature — 50 degrees F, minimum 34 b. Thickness — 125 mils minimum for newly installed structures; 250 mils 35 minimum for rehabilitation of existing structures (Warren Environmental 36 System 301, ARC S1 HB by A.W. Chesterton Company) 37 c. Color White, Light Blue, or Beige 38 d. Compressive Strength (per ASTM D695) — 8,800 psi minimum 39 e. Tensile Strength (per ASTM D638) — 7,500 psi minimum 40 f. Hardness, Shore D (per ASTM D4541) — 70 minimum ci,fY of 1 oRT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS City Prqject No. 02397 — November 19. 2019 Revised February 14, 2019 333960-7 LINERS FOR SANITARY SEWER STRUCTURES Page 7 of I I 1 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss 2 maximum 3 h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum 4 i. Flexural Strength (per ASTM D790) — 12,000 psi minimum 5 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 6 failure 7 k. Chemical Resistance (per ASTM D543/G20) all types of service for: 8 1) Municipal sanitary sewer environment 9 2) Sulfuric acid, 70 percent 10 3) Sodium hydroxide, 20 percent 11 4. Or, The multi -layer modified polyurea and polyurethane shall exhibit the following 12 characteristics: 13 a. Application Temperature — 50 degrees F, minimum 14 b. Thickness 500 mils minimum (SpectraShield) 15 c. Moisture Barrier and Final Corrosion Barrier 16 1) Color— Pink 17 2) Tensile Strength (per ASTM D412) — 2550 psi minimum 18 3) Hardness, Shore D (per ASTM D2240) — 56 minimum 19 4) Abrasion Resistance (per ASTM D4060) 20 mg loss maximum 20 5) Percent Elongation (per ASTM D412) — 269 21 d. Surfacer 22 1) Compressive Strength (per ASTM D1621) — 100 psi minimum 23 2) Density (per ASTM D1622) — 5 lbs/cu ft minimum 24 3) Shear Strength (per ASTM C273) — 230 psi minimum 25 4) Closed Cell Content (per ASTM D1940) — >95% 26 C. Coating Application Equipment 27 1. Manufacturer approved heated plural component spray equipment 28 2. Hard to reach areas, primer application and touch-up may be performed using hand 29 tools. 30 3. Applicator shall use approved specialty equipment that is adequate in size, capacity, 31 and number sufficient to accomplish the work in a timely manner. 32 2.3 ACCESSORIES INOT USED 33 2.4 SOURCE QUALITY CONTROL 34 A. Coating Thickness Testing 35 1. Film Thickness Testing for epoxy systems 36 a. Take wet film thickness gauge measurements per ASTM D4414 — Standard 37 Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations 38 within the manhole, 2 spaced equally apart along the wall and I on the bench. 39 1) Document and attest measurements and provide to the City. 40 2. Thickness Testing for modified polymer liner system 41 a. Upon installation of the Final Corrosion Barrier insert probe into substrate for 42 depth of system measurement at 3 locations within the manhole, 2 spaced 43 equally apart along the wall and 1 on the bench. 44 3. Document all testing results and provide to the City. 45 B. Non -Conforming Work CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19.2019 Revised February 14.2019 333960-8 LINERS FOR SANITARY SF.,WFR STRUCTURES Page 8 of I I 1 1. City reserves the right to require additional testing depending on the rate of failure. 2 2. City will select testing locations. 3 C. Testing Frequency 4 1. Projects with 10 or less manholes and/or structures test all. 5 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 6 percent of manholes and/or structures after the first 10. 7 3. City will select the manholes and/or structures to be tested. 8 PART 3 - EXECUTION 9 3.1 INSTALLERS 10 A. All installers shall be certified applicators approved by the manufacturers. Applicator 11 shall use adequate number of skilled workmen that have been trained and experienced for 12 the approved product. 13 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. Manhole Preparation 17 1. Stop active flows via damming, plugging or diverting as required to ensure all 18 liquids are maintained below or away from the surfaces to be coated. 19 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 20 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 21 source. 22 a. Where varying surface temperatures do exist, coating installation should be 23 scheduled when the temperature is falling versus rising. 24 B. Surface Preparation 25 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, 26 curing compounds, efflorescence, sealers, salts or other contaminants which may 27 affect the performance and adhesion of the coating to the substrate. Remove any 28 steps found in the structure. 29 2. Remove concrete and/or mortar dalrlaged by corrosion, chemical attack or other 30 means of degradation so that only sound substrate remains. 31 3. Surface preparation method, or combination of methods, that may be used include 32 high pressure water cleaning, high pressure water jetting, abrasive blasting, 33 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 34 others as described in SSPC SP 13/NACE No. 6. 35 4. A]I methods used shall be performed in a manner that provides a uniform, sound, 36 clean, neutralized, surface suitable for the specified coating product. 37 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed 38 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. CITY OF FORT WORTII MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2019 333960-9 LINERS FOR SANITARY SEWER STRUCTURES Page 9 of I I 1 6. After defects in the structure have been identified, seal cracks, repair exposed rebar 2 with new rebar to match existing, repair leaks and cracks with grout or other 3 methods approved by the Manufacturer. All new rebar shall be embedded in 1 '/2 4 inch epoxy mastic. Replace/seal connection between existing frame and chimney if 5 it is found loose or not attached. 6 7. The repair materials shall be trowel or spray applied by the lining Contractor 7 utilizing proper equipment on to specified surfaces. The equipment shall be 8 specially designed to accurately ratio and apply the specified materials and 9 shall be regularly maintained and in proper working order. The repair 10 mortar and epoxy topcoat must share the same epoxy matrix to ensure a 11 bonded weld. No cementitious repair material, quick setting high strength 12 concrete with latex or curing agent additives, or quick set mortars will be 13 allowed. Proper surface preparation procedures must be followed to ensure 14 adequate bond strength to any surface to be coated. New cement cure time is 15 at least 30 days prior to coating. The repair materials as specified in this 16 Section shall apply to both existing structures and new installed structures. 17 This includes Developer projects, in which new installed structures/manholes 18 have been identified with either cracks, voids, signs of infiltration, other 19 structural defects or other related construction damage. 20 3.4 INSTALLATION 21 A. General 22 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 23 grouting are complete. 24 2. Perform application procedures per recommendations of the coating product 25 manufacturer, including environmental controls, product handling, mixing and 26 application. 27 B. Temperature 28 1. Only perform application if surface temperature is between 40 and 120 degrees F. 29 2. Make no application if freezing is expected to occur inside the manhole within 24 30 hours after application. 31 C. Coating 32 1. Spray apply per manufacturer's recommendation at a minimum film thickness as 33 noted in Section 2.2.B. 34 2. Apply coating frorn bottom of manhole frame to the bench/trough, including the 35 bench/trough. 36 3. After walls are coated, remove bench covers and spray bench/trough to at least the 37 same thickness as the walls. 38 4. Apply any topcoat or additional coats within the product's recoat window. 39 a. Additional surface preparation is required if the recoat window is exceeded. 40 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 41 flow. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVF,MENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 02397 — November 19, 2019 Revised February 14, 2019 33 39 60 - 10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 of I I 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Each structure will be visually inspected by the City the same day following the 5 application. 6 B. Groundwater infiltration of the system shall be zero. 7 C. All pipe connections shall be open and clear. 8 D. The inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, 9 delalnination, and thin spots. Any deficiencies in the liner shall be marked and repaired l0 according to the procedures outlined by the Manufacturer. 11 E. If leaks are detected they will be chipped back, plugged and coated immediately with 12 protective epoxy resin coating. 13 1. Make repair 24 hours after leak detection. 14 F. Post Installation Coating Tests 15 1. After liner installation, conduct post -CCTV in accordance with Section 33 01 16 31. Video camera shall be lowered from the top of the manhole to the invert, 17 to video all lined surfaces, prior to beginning post -CCTV of the main. 18 Payment for this work is subsidiary to the cost for the post -CCTV of the main. 19 2. Holiday Detection Testing 20 a. Holiday Detection test the liner per NACE SP0188 — Discontinuity (Holiday) 21 Testing of New Protective Coatings on Conductive Substrates. Mark all 22 detected holidays. Repair all holidays in accordance to coating manufacturer's 23 recommendations. 24 1) Document and attest all test results repairs made and provide to the 25 City (see attached sample structure/manhole report). 26 2) For example, the typical testing requirements are 100 volts per mil to 27 12,500 volts to test 125 mils. Contractor shall mark any .location that 28 shows a spark or potential for a pinhole and repair these locations per 29 manufacturer recommendations. 30 3. Adhesion Testing 31 a. Adhesion test the liner at a minimum of three locations (cone area, mid -section, 32 and bottom of the structure). For structures exceeding 6-feet add one additional 33 test for every additional 6-feet. For example: 6-foot manhole — 3 tests. 6-feet, l - 34 inch manhole thru 11-feet, 11-inch manhole 4 tests, 12-foot manhole -- 5 tests. 35 Etc... Tests performed per ASTM D7234 — Standard Test Method for Pull -Off 36 Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion 37 Testers. 38 1) The adhesive used to attach the dollies shall have a tensile strength greater 39 that the liner. 40 2) Failure of the dolly adhesive is deemed a non -test and requires retesting. 41 3) 2/3rds of the pulls shall exceed 300 psi or concrete failure with more than 42 50% of the subsurface adhered to the coating. If over 1/3i1 fail, additional tests 43 may be required by the City. If additional tests fail the City may require 44 removal and replacement of the liner at the contractor's expense. CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPLC1F1CATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised February 14, 2019 I r I 333960-11 LINERS FOR SANITARY SEWER STRUCTURES 11aae I I of 1 I 1 4. A bonded third -party testing company shall perform the testing. 2 5. Or Contractor may perform tests if witnessed by representative of the coating 3 manufacturer. Coating manufacturer representative to provide certification that 4 Contractor performed tests in accordance with noted standards. 5 G. Non -Conforming Work 6 1. City reserves the right to require additional testing depending on the rate of failure. 7 2. City will select testing locations. 8 3. Repair all defects according to the manufacturer's recommendations. 9 H. Testing Frequency 10 1. Projects with 10 or less manholes and/or structures test all. 11 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 12 percent of manholes and/or structures after the first 10. 13 3. City will select the manholes and/or structures to be tested. 14 1. Test manhole for fina-1 acceptance according to Section 33 01 30. 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 A. Provide all test results from testing per Section 2.4 and applicator certifications per 20 Section 3.1. and in accordance with Section 1.7. 21 B. Upon final completion of the work, the manufacturer and/or the testing firm will 22 provide a written certification of proper application to the City. 23 C. The certification will confirm that the deficient areas were repaired in accordance with 24 the procedure set forth in this Specification. The final report will detail the location of the 25 repairs in the structure and description of the repairs. See attached testing forms. 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised February 14, 2019 THIS PAGE INTENTIONALLY LEFT BLANK r POST INSTALLATION ORTH MANHOLE LINER INSPECTION FORM WET FILM THICKNESS Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Coating: Location of Structure: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLOW DIV BOX 5' Dl MIS TYPE B FLOW DIV BOX V DI MH JUNCTION BOX 7' DI MH SIPHON ENTRY BOX METERING STATION Wet Film Thickness Measurements Wet Film Thickness Gauge per AS T M D4414 at 3 Locations Within the Manhole Two (2) Spaced Equally Apart Along the Wall and One (1) on the Bench Ceps: Yes /Rio Structure Material: Lining Material: I Comments: MH Depth: MH Width: Bench: Mil (Gauge) Invert (Sprayed) *If No, Justify Yes / No 12S / 2S0 Yes / *No POST INSTALLATION MANHOLE ADHESION TEST FORM FoRT WoxTH Company name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project dame: Project #: Contractor: Owner: Thickness of Epoxy Coating: Location of Structure: MANHOLE INfORMAT(ON Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLOW DIV BOX 5' DI MH TYPE B FLOW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SIPHON ENTRY BOX METERING STATION Inspection Date: Inspection Company: Inspector Name: Manhole Depth: Number of Tests: Test Results: I Comments: Adhesion Test (Results (ASTM D7234) Indicate test locations on drawing POST INSTALLATION MANHOLE HOLIDAY/SPARK DETECTION TEST FORM Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Coating: Location of Structure: Line & Station #: i Structure Type: (check one) Work: Crew leader: MANHOLE INFORMATION Other: 4' DI MH TYPE A FLOW DIV BOX 5' DI MOH TYPE 6 FLOW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SIPHON ENTRY BOX METERING STATION Holiday Detection Test Results (NACE SP0188) F0RT WOR' Liner Material: Indicate defect locations on drawing Spark Tester Serial #: Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair bate: Comments: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. 3341 10-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page I of 12 SECTION 33 4110 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, including: a. Pipe or box fittings b. Connection of drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the I ines and grades 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 1 — General Requirements 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 4. Section 03 30 00 --- Cast -in -Place Concrete 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 23 — Hand Tunneling 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Reinforced Concrete Storm Drain Pipe 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 "RCP" installed for: a) Various sizes i b) Various classes c. The price bid shall include: 1) Furnishing and install i ng the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation f CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised July 1, 2011 3341 10-2 REINFORCED CONCRF,TF STORM DRAIN PIPE/CIJLVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction ofbackfill 9) Gaskets 10) Clean-up 1I) 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 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): a. T111, Inorganic Matter or Ash in Bituminous Materials, 3. ASTM International (ASTM): a. A] 85, 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 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised July 1, 2011 3341 10-3 REINFORCED CONCRETE STORM DRAIN 13IPE/CULVERTS Page 3 of 12 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C 1433, Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds. m. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester. p. D 113, Standard Test Method for Ductility of Bituminous Materials. q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. TxDOT Test Procedures (Tex): a. Tex-7044, Making, Curing, and Testing Compression Test Specimens for Precast Concrete 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 SUBMITTALSANFORMATION SUBMITTALS A. Certificates Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced including, but not limited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials CITY OF FORT WORM MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised July 1. 2011 3341 10-4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 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. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 2. Keep pipe clean and fully drained during storage. 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. 1.11 FIELD [SITE] CONDITIONS [NOT -USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Fabrication Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that confonns 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 batching 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 3000. 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. CITY OF FORT wORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — Novejnher 19, 2019 Revised July 1, 201 1 3341 10-5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5of12 5) Mix concrete in a central batch plant or other approved hatching facility where the quality and uniformity of the concrete is assured. 6) Do not use transit mixed concrete to manufacture precast concrete box culvert. 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A 185 or ASTM A497. Jointing Materials a. Use any of the materials described in this Section for the making ofjoints. 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize I continuous gasket conforming to the joint shape for each joint. c) Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. f) Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that %2 .may be removed longitudinally without disturbing the other'/2 to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO TI 11 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of OiI and Asphaltic Compounds 2.0 Max i) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (H2S) solution shall show no visible deterioration. j) The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqiect No. 02397 — November 19.2019 Revised .luiy 1, 2011 334110-6 REINFORCED CONCRETF, 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 DI 13 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds ASTM D217 75 minimum 77 degrees F (150-gms) 5-seconds 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 3) Rubber Gaskets a) Provide gaskets that conform to ASTM C361 or ASTM C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dimensions. B. Design Criteria 1. Reinforced Concrete Pipe a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe with she]] thickness, circumferential reinforcement and strength conforming to the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, except as modified below: 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular reinforcement. 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its option, furnish pipe manufactured with either Wall "B" or Wall "C" minimum thicknesses and the applicable minimum steel area as listedfor circular cages in Table I1 of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. b. Jacking, Boring, or Tunneling 1) Design pipe for jacking, boring or tunneling conforming to the requirements of Section 33 05 23. 2) When requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. 2.3 ACCESSORIES [NOT USED] 2..4 SOURCE QUALITY CONTROL A. Tests and Inspections Reinforced Concrete Pipe a. Acceptance of pipe will be determined by the results of the followingtests: 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absorption tests in accordance with ASTM C497. 3) 3-edge bearing tests in accordance with ASTM C497. a) Testing Rate (1) If tested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size included in order (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGF, AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised holy 1, 2011 334110-7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast -in -Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B, Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY Ot, FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 3341 10-8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 b. Where rubber gasket pipe joints are to be used, the design of joints and permissible variations in dimensions shall be in accordance with ASTM C443, Sections 7 and 8. 2. Cast -in -Place or Precast Box Culvert a. Ensure that precast sections of either type meet the following requirements: 1) The inside vertical and horizontal dimensions do not vary from Drawing requirements by more than I /2 inch or 1 percent, whichever is greater. 2) The horizontal or vertical plane at each end of the box section does not vary from perpendicular by more than I /2 inch or I percent, whichever is greater, measured on the inside faces of the section. 3) The sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 inch or I percent, whichever is greater, when measured diagonally between opposite interior corners. b. Ensure that wall and slab thicknesses are not less than shown on the Drawings except for occasional deficiencies not greater than 1 /4 inch or 5 percent, whichever is greater. 1) If proper jointing is not affected, thicknesses in excess of Drawing requirements are acceptable. c. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and the joint opening at any point does not exceed I inch. 1) Use match marks for proper installation on sections that have been accepted in this manner. C. Workmanship and Finish 1. Reinforced Concrete Pipe a. Ensure that pipe is substantially free from fractures, large or deep cracks and surface roughness. b. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of variations allowed as stated previously. 2. Cast -in -Place or Precast Box Culvert a. Fine cracks on the surface of the member that do not extend to the plane ofthe nearest reinforcement are acceptable unless the cracks are numerous and extensive. b. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. c. Excessive darnage, honeycomb or cracking will be subject to structural review. d. The City may accept boxes with repairs that are sound, properly finished and cured in conformance with pertinent Specifications. c. When fine cracks on the surface indicate poor curing practices, discontinue further production of precast sections until corrections are made and proper curing is provided. D. Curing 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type of pipe as referred to above. E. Marking 1. Reinforced Concrete Pipe a. Clearly mark the following information on each section of pipe: CITY OF FORTWORTH ' MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 Revised July 1, 2011 3341 10-9 REINFORCED CONCRETE; STORM DRAIN PIPE/CULVERTS Page 9 of 12 I) Class of pipe 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Name or trademark of the manufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end of each section during the process of manufacture or immediately after with the following: 1) The location of the top or bottom of the pipe as it should be installed, unless the external shape of the pipe is such that the correct position of the top and bottom is obvious 2) Mark the pipe section by indenting or painting with waterproofpaint. 2. Cast -in -Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or trademark of the producer 2) Date of manufacture 3) Box size 4) Minimum and maximum fill heights b. For boxes without lifting holes, mark I end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. c. Indent markings into the box section or paint them on each box with waterproof pai nt. F. Pipe/Box Rejection 1. Individual sections of pipe/box may be rejected if any of the Specification requirements are not met or if any of the following exist: a. Fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint b. Defects that indicate imperfect proportioning, mixing and molding c. Surface defects indicating honeycombed or open texture d. Damaged ends which would prevent making a satisfactory joint e. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inch or more 2. Mark rejected pipe/box with painted "REJECTED". 3. Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3,3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY Ol' PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcet No. 02397 —November 19, 2019 Revised July 1, 2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for open -cut type installation. 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling methods are specified on Drawings. 3. Establish and maintain lines and grades. B. Pipe/Box Laying —Trench Installation 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream, and proceed toward the inlet or upstream end with the abutting sections properly matched, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box according to manufacturer's recommendation. 4, Lift and lower sections of pipe/box into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe/box ends before pipe is placed in trench. 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each length of pipe/box is laid. 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in trench so that the markings for top or bottom are not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment or that shows excessive settlement after laying. C. Multiple Barrel Box Culvert Placement 1. Fill the annular space between multiple boxes with crushed rock or CLSM according to 03 34 13. a. Water jetting will not be allowed between parallel boxes. 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established lines and grades. D. Jointing 1. Cold Applied Preformed Plastic Gaskets/Flexible JointSealants a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and groove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is applied. 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement protrusions. 3) Allow primer to dry and harden. b. Attach plastic gasket sealer around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPkOVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19.2019 Revised July 1, 2011 3341 10 - 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Pape 11 of 12 c. Remove paper wrapper from I side only of the 2-piece wrapper on gasket and press it firmly to the clean, dry pipe joint surface. 1) Do not remove the outside wrapper until immediately before pushing pipe into its final position. d. Align the tongue correctly with the flare of the groove. e. Remove outside wrapper on the gasket and pull or push pipe home with sufficient force (back hoe shovel, chain boist, ratchet hoist or winch) to cause evidence of gasket material squeeze -out on inside or outside around complete pipe joint circumference. 1) Remove any joint material that pushed out into the interior of pipe. 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on line and grade at all times. f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint has been inspected and approved by the Engineer or Inspector. 1) Take special precautions in placing and compacting backfill to avoid damage to joints. g. When the atmospheric temperature is below 60 degrees F, store pre -formed flexible joint sealants in an area warmed to above 70' degrees F or artificially warmed to this temperature in a manner satisfactory to the Engineer, 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, followed by connection to previously laid pipe. 2. Rubber Gaskets a. Make the joint assembly according to the recommendations of the gasket manufacturer. b. When using rubber gaskets, make joints watertight. c. Backfill after the joint has been inspected and approved. E. Backfill 1. Conform to the requirements of Section 33 05 I0 for backfilling pipe/box trenches. F. Pipe fittings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown on Drawings. b. Collar 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 collars shown on the Drawings. 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter for the larger pipe. c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field -fabricate fittings for box culverts. e. Take care in fabrication that concrete walls of pipe are broken back only enough to provide the required finished opening. f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 g. Concrete or mortar (as specified in this segment) shall be wiped over the reinforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe barrels, lightly brushed for finish and cured under wet burlap. 3. Poured Concrete Pipe Plugs 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 loR] 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] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY 01; FORT WORT71 MAIN 34, 100, AND DI00 DRA1NA'GE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 SECTION 33 46 01 SLOTTED STORM DRAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 334601-I SLOTTED STORM DRAINS Page 1 of 5 This Section will govern for the installation of slotted storm drains including: a. A drain guide assembly (grate) attached to a longitudinal opening in a corrugated metal pipe b. Slotted drain outfall consisting of the corrugated metal pipe that connects the slotted drain to the main drainage line B. Deviations from this City of Fort Worth Standard Specification IM22MM C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forns, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 34 13 Controlled Low Strength Material (CLSM) 4. Section 33 05 10 -- Utility Trench Excavation, Embedment and Back -Fill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Slotted Stonn Drain a. Measurement 1) Measured by the linear foot along the centerline of the slotted storm drain 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 "Slotted Drain" installed for: a) Various sizes b) Various types c. The price bid shall include: 1) Furnishing and installing the specified drain pipe 2) Mobilization 3) Pavement Removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Placing and joining thedrain pipe 10) Joint connection bands 11) Concrete backfill CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIF]CAI-ION DOCUMENTS City Prqject No. 02397 — November 19, 2019 Revised July 1, 2011 334601 -2 SLOTTED STORM DRAINS Page 2 of 5 12) Connection of outfall pipe to drainage structures 13) Clean-up 2. Slotted Storm Drain OutfalI a. Measurement 1) Measured by the linear foot along the centerline of the slotted storm drain outfall 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 "Slotted Drain Outfall" installed for- a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified drain pipe 2) Mobilization 3) Pavement Removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Placing and joining thedrain pipe 10) Joint connection bands 11) Concrete backfill 12) Connection of outfall pipe to drainage structures 13) Clean-up 1.3 REFERENCES A. Definitions I. Nominal Diameter: Nominal diameter of metal pipe shall be from inside crest to inside crest of corrugations B. Reference Standards l . 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. A123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings onlron and Steel Products. b. A760, Standard Specification for Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains. c. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability, and Ultra -High Strength. CITY OF FORTWORTH MAIN 34, 100, AND D100 DRAWAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 201 l 334601 -3 SLOTTED STORM DRAINS Page 3 of 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Shop Drawings 1. If using a proprietary system, provide shop drawings that contain the manufacturer's installation guidelines and any sequential order of construction. 2. Provide product data with manufacturer's certification that slotted drain system meets AASHTO HS-20 loading requirements. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Reject pipe and fittings that do not meet any of the requirements of this Section including any of the following: 1. Elliptical shaping 2. Variation from a straight centerline 3. Ragged edges 4. Unevenly lined or spaced bolt holes 5. Illegible brands, abraded or scaled or broken spelter coatings i 6. Dents 7. Bends in the metal 8. Uneven laps B. Performance / Design Criteria 1. The slotted drain system shall be designed to meet the requirements of AASHTO HS-20 loading. 2. Tolerances: Finished Slotted Drain -- 20-foot Lengths a. Vertical Bow: 3l8 inch + b. Horizontal Bow: 5/8 inch + c. Twist: '/z inch + 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-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Materials 1. Slotted Drain Pipe and Outfall Pipe CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July 1, 2011 33 46 01 - 4 SLOTTED STORM DRAINS Page 4 of S a. The Corrugated Pipe used shall meet the requirements of ASTM A760. 1) The diameter and gage shall be as shown on the Drawings. 2. Connections, Coupling Bands a. Use same base metal and coating as the pipe. b. Provide circumferential and longitudinal strength to preserve the pipe alignment, to prevent separation of pipe, to prevent infiltration of site fill material and to provide watertight joints. 3. Grates a. The grates shall be manufactured from ASTM A 1011, Grade 36 steel. 1) The spacers and bearing bars (sides) shall be 3/16 inch material f 0.008 inch. 2) The spacers shall be on 6-inch centers and welded on both sides to each bearing bar (sides) with four 1-1A inch long 3/16 inch fillet welds on each side of the bearing bar. b. The grates shall be vertical (straight sides) or trapezoidal with a 1-3/4 inch opening in the top and 30 degree slanted spacers, unless shown otherwise on the Drawings. c. The grate is to be fillet welded with a minimum weld 1 inch long to the corrugated pipe on each side of the grate at every other corrugation. d. if grates are located in walking surfaces or along accessible routes, then they shall have spaces no greater than 1/2 inch (13 millimeters) wide in 1 direction. 1) if grates have elongated openings, then they shall be placed so that the long dimension is perpendicular to the dominant direction oftravel. e. The grate shall be galvanized in accordance with ASTM A 123 except with a 2 ounce galvanized coating, total both sides. 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 slotted drains and slotted drain outfalls in accordance with manufacturer's recommendations, .Drawings and City Standard Details. B. Excavation and backfill 1. Backfill in accordance with manufacturer's recommendations using material specified in Section 03 34 13. 2. Excavate in accordance with Section 33 05 10. C. Furnish slotted drains in 20-foot lengths, minimizing the number of joints required. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S-. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19.2019 Revised July 1, 2011 33 46 01 -5 SLOTTED STORM DRAINS Page 5 of 5 3.5 [REPAIR] / [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 ATTACHMENTS [NOT USED] 3.14 MAINTENANCE [NOT USED] END OF SECTION CITY OF FORT WORTII MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19. 2019 Revised July 1, 2011 THIS PAGE INTENTIONALLY 334910-1 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNc'1•ION BOXES Page 1 of 5 SECTION 33 49 10 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drain cast -in -place concrete manholes and junction boxes B. Deviations from this City of fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: t 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I —General Requirements 3. Division 3 — Concrete 4. Section 03 30 00 Cast -In -Place Concrete 5, Section 31 23 16 — Unclassified Excavation 6. Section 31 50 00 — Excavation Support and Protection 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 05 13 — Frame, Cover and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES t A. Measurement and Payment 1. Storm Drain Manhole Risers a. Measurement 1) Measurement for this Item shall be per each Manhole Riser complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and will be paid for at the unit price bid per each "Manhole Riser" installed for: a) Various Sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Manhole construction 8) Manhole frames 9) Steps 10) Ring and Cover 11) Clean-up CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised December 20, 2012 334910-2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 5 2. Storm Junction Boxes a. Measurement 1) Measurement for this Item shall be per each Junction Box complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Storm Junction Box" installed for: a) Various sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Junction Box construction S) Junction Box frames 9) Steps 10) Ring and Cover 11) Clean-up 3. Storm Junction Structure a. Measurement 1) Measurement for this Item shall be per each Junction Structure complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid. per each "Storm Junction Structure" location. c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction ofbackfill 7) Junction Box construction 8) Junction Box frames 9) Steps 10) Ring and Cover 11) 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): CITY OF PORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20. 2012 334910-3 CAST-IN-PLACF STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 5 a. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. 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 SUBMITTALSANFORMATION SUBMITTALS A. Certificates 1. Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced. 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-SUPPLIEDPRODUCTS [NOTUSED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Concrete 1. Furnish concrete that conforms to the provisions of Section 03 3000. B. Reinforcing Steel 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. C. Frames, Grates, Rings, and Covers 1. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 05 13. 2. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. D. Steps 1. Provide polypropylene supports and steps to the shape and dimensions shown on Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." CITY OF FORT WORTH MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq, Project No. 02397 — November 19, 2019 Revised December 20.2012 334910-4 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNC'I'ION BOXES 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 [NOT USED] 3.4 INSTALLATION A. General 1. Perform all concrete work in accordance with Division 3. 2. Use of forms is required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face a. Outside form for concrete bases supporting brick walls may be omitted with approval from the Engineer. 3. Cast polypropylene supports and steps into concrete walls when concrete is placed or drill and grout steps in place after concrete placement. B. Excavation and Embedment 1. Conform to the requirements of Section 31 23 16, Suction 31 50 00 and Section 33 05 10, where applicable. C. Manholes for Precast Concrete Drain Pipes 1. Construct manholes for precast concrete pipe drains as soon as is practicable after drain lines into or through the manhole locations are completed. 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up with mortar. D. Manholes for Monolithic Drain Pipes 1. Construct bases for manholes on monolithic drain pipes either monolithically with the drain pipe or after the pipe is constructed. E. Manholes for Box Drains 1. Cast bases for manholes for box drains as an integral part of the drainage system. 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, manhole opening may be temporarily covered with timber to facilitate compaction of backfll for the pipe system as a whole with tractor equipment. a. Perform required excavation for manhole, construct manhole and backfill in accordance with Drawings. 3. For manholes that are over 5-feet deep, include all manhole steps required in the wall of the box drain. F. Junction Structures 1. All structures shall be installed as specified in Drawings. G. Inverts CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 5 1. Shape and route floor inverts passing out or through the manhole as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is castor by placing the required additional material with the base. H. Curing 1. Cure all exposed concrete as required in Division 3. { 1. Finishing 1. Finish all concrete as required in Division 3. J. Form Removal 1. Remove concrete form as required in Division 3. f K. Placement and Treatment of Castings, Frames, and Fittings 1. Place castings, frames and fittings in positions indicated on Drawings or as directed by Engineer, true to line and correct elevation. 2. Frames or fittings set in new concrete ormortar a. Place and position anchors or bolts before concrete mortar is placed. b. Do not disturb unit until mortar or concrete has set. 3. Frames or fittings placed upon previously constructed masonry a. Bring bearing surface or masonry true to line and grade, and present an even bearing surface, so that entire face or back of unit will come in contact with masonry. b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as directed and approved by the Engineer. 4. Ensure that units are set firm and secure. 5. Allow concrete or mortar to harden for a minimum 7 days. 6. Replace and fasten down grates or covers. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD fORI SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF PORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK SECTION 33 49 20 CURB AND DROP INLETS PART1- GENERAL 1.1 SUMMARY 33 49 20 - 1 CURB AND DROP INLETS Page I of 5 A. Section Includes: 1. Construction of inlets, complete in place or to the stage detailed a. Including furnishing and installing frames, grates, rings and covers B. Deviations from this City of Fort Worth Standard Specification 1. None. iC. 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. Division 3 — Concrete 4. Section 02 41 13 —Selective Site Demolition 5. Section 03 30 00 — Cast -In -Place Concrete b. Section 03 80 00 — Modifications to Existing Concrete Structures 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill S. Section 33 05 13 — Frame, Cover and Grade Rings 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve .Boxes and Other Structures to Grade 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each inlet complete in place. 2. Payment a. The work perfonned and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Inlet" installed for: 1) Various types 2) Various sizes 3. The price bid shall include: a. Furnishing and installing the specified Inlet b. Mobilization c. Excavation d. Hauling e. Disposal of excess materials f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction ofbackfill h. Concrete i. Reinforcing steel j. Mortar CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 —November 19, 2019 i Revised December 20.2012 ti 33 49 20 - 2 CURB AND DROP 1NI,ETS Page 2 of 5 k. Aluminum and castings I. Frames in, Grates n. Rings and covers o. 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. C478, Standard Specification for Precast Reinforced Concrete Manhole and Inlet Sections. b. D410.1, Standard Specification for Polypropylene Injection and Extrusion Materials. c. C309, Standard Specification for Liquid Membrane -.Forming Compounds for Curing Concrete. 3. Texas Department of Transportation (TxDOT). a. Departmental Materials Specification (DMS): 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of Precast Concrete Manholes and Inlets. 1.4 ADMINISTRATIVE REQUIREMENT [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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Inlet 2. Pipe connections at inlet walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH MAIN 34, 100, AND DI00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 i r 334920-3 CURB AND DROP INLETS Page 3 of 5 PART 2 - PRODUCTS 2,1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Materials 1. Concrete a. Furnish concrete that conforms to the provisions of Section 03 3000. 2. Reinforcing Steel a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 3. Mortar a. Furnish mortar per Section 03 80 00, 4. Steps 1 a. Provide polypropylene supports and steps conforming to the shape and dimensions shown on the Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." 5. Curing Materials a. Curing materials shall conform to the provisions of Division 3. 6. Frames, Grates, Rings and Covers a. Provide frames, grates, rings and. covers that conform to dimensions and materials shown on Drawings and Section 33 05 13. b. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. 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. Removal 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 2. Drill, dowel, and grout in accordance with Section 03 30 00. 3.4 INSTALLATION A. Interface with Other Work 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I and Stage 11. a. Build inlets designed to match the final roadway surface in stages. 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in this Section. a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH MAIN 34. 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 -- November 19, 2019 Revised December 20, 2012 33 49 20 - 4 CURB AND DROP INLETS Page 4 of 5 3. Construct Stage Il after the pavement structure is substantially complete unless otherwise approved by the Engineer. a. For Stage 1I, construct the remaining wall height and top of inlet and furnish and install any frames, grates, rings and covers, manhole steps, curb beams or collecting basins required. B. Cast -In -Place Inlets Construct cast -in -place inlets in accordance with Section 03 30 00. a. Forms will be required for all concrete walls. b. Outside wall forms for cast -in -place concrete may be omitted with the approval of the Engineer if the surrounding material can be trimmed to a smooth vertical face. 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or drill and grout steps in place after concrete placement. C. Inlets for Precast Concrete Drain Pipes 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm drain lines into or through the inlet locations are completed. a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with mortar. D. Inlets for Monolithic Drain Pipes 1. Construct bases for inlets on monolithic drainpipes either monolithically with the storm drain or after the storm drain is constructed. E. Inverts 1. Shape and route floor inverts passing out or through the inlet as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is castor by placing the required additional material with the base. F. Finishing Complete Inlets 1. Complete inlets in accordance with the Drawings. 2. Backfill to original ground elevation in accordance with Section 33 05 10. G. Finishing Stage I Construction 1. Complete Stage I construction by constructing the walls to the elevations shown on the Drawings and backfilling to required elevations in accordance with Section 33 05 10, H. Stage II Construction 1. Construct subgrade and base course or concrete pavement construction over Stage I inlet construction, unless otherwise approved by the Engineer. 2. Excavate to expose the top of Stage I construction and complete the inlet in accordance with the Drawings and these Specifications, including backfill and cleaning of all debris from the bottom of the manhole or inlet. I. Form Removal 1. Forms used in the construction of "Inlets" which support vertical loads will remain in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH MAIN 34, 100, AND 13100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised December 20, 2012 I i 334920-5 CURB AND DROP INLETS Page 5 of 2. Other forms shall remain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. J. Curing 1. Cure all exposed concrete as required in Section 03 30 00, K. Finishing 1, Conform to Section 03 30 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IOR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING A. Refer to Section 33 05 14. t 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 MAIN 34, 100, AND DI 00 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit7, Project No. 02397 — November 19, 2019 Revised December 20, 2012 Y THIS PAGE INTENTIONALLY LEFT BLANK DIVISION N TRANSPORTATION SECTION 34 7113 TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY 347113-1 TRAFFIC CONTROL Pape I of 5 A. Section Includes: 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 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 l —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. 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 "Traffic Control". c. The price bid shall include: I ) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 7) Police assistance during peak hours 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per week for the duration ofuse. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEIv1L'NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 --November 19, 2019 Revised November 212013 347113-2 TRAFFIC CONTROL, Page 2 of 5 3. Preparation of Traffic Control Plan Details a. Measurement 1) Measurement for this Item be per each Traffic Control Detail prepared. 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 "Traffic Control Detail" prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan Details for closures of 24 hours or longer 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 4) Incorporation of City comments 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. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to implementing Traffic Control within 500 feet of a traffic signal. B. Sequencing 1. Any deviations to the Traffic Control Plan included in the Drawings must be first approved by the City and design Engineer before implementation. 1.5 SUBMITTALS A. Provide the City with a current list of qualified flaggers before beginning flagging activities. Use only flaggers on the qualified list. B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 10"' Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE ARRAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22, 2013 i 3471 13-3 TRAFFIC CONTROL Page 3 of 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. G. Design Engineer will furnish standard details for Traffic Control. 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] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED 10111 OWNER -SUPPLIED PRODUCTS ]NOT USED] 2.2 ASSEMBLIES AND MATERIALS A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION A. Protection of In -Place Conditions 1. Protect existing traffic signal equipment. 3.3 INSTALLATION A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on the Drawings and as directed. CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE ARFAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22.2013 3471 13-4 TRAFFIC CONTROL Page 4 of 5 B. Install Traffic Control Devices straight and plumb. C. Do not make changes to the location of any device or implement any other changes to the Traffic Control Plan without the approval of the Engineer. 1. Minor adjustments to meet field constructability and visibility are allowed. D. Maintain Traffic Control Devices by talking corrective action as soon as possible. 1. Corrective action includes but is not limited to cleaning, replacing, straightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. E. if the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. F. Subject to the approval of the Inspector, portions of this Project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. G. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval of the Engineer. I. Lane closures shall be in accordance with the approved Traffic Control Plans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal turn-ons, street light pole installation, or other construction will be done during peak traffic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). L. Flaggers 1. Provide a Contractor representative who has been certified as a flagging instructor through courses offered by the Texas Engineering Extension Service, the American Traffic Safety Services Association, the National Safety Council, or other approved organizations. a. Provide the certificate indicating course completion when requested. b. This representative is responsible for training and assuring that all flaggers are qualified to perform flagging duties. 2. A qualified f7agger must be independently certified by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, Faggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. CITY OF FORT WORTH MAIN 34, 10% AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgjcet No. 02397 — November 19, 2019 Revised November 22, 2013 3471 13-5 TRAFFIC CONTROL Page 5 of 5 5. Provide and maintain flaggers at such points and for such periods oftime as maybe required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. M. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work -zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE -INSTALLATION [NOT USED] 3.6 FIELD lolz] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING [NOT USED] 3.10 CLOSEOUT ACTIVITIES ]NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION A CITY OP FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS ] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised November 22, 2013 THIS PAGE INTENTIONALLY LEFT BLANK SPECIAL SPECIFICATIONS I SS-1 MANHOLE GROUTING SECTION SS-1 MANHOLE GROUTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. This section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes designated for grouting are listed on the Manhole Rehabilitation Schedule or will be designated by the Engineer for manhole grouting. B. Related Specification Sections include, but are not necessarily limited to- 1 . Division 00 — Procurement and Contracting Requirements 2. Division 01 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES Will be in accordance with Section 01 29 00. 1.3 SUBMITTALS F A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by District prior to construction. 1.4 ACTION SUBMITTALSIINPORIVIATIONAL SUBMITTALS i A. Product Data 1. Submit product data, including each material, component construction, features, configurations and dimension, from pre -approved manufacturer for all materials to be installed. B. Contractor Data 1.5 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Contractor is responsible for locating and uncovering all manholes. If the contractor is unable to locate manholes the Contractor shall notify the Engineer in writing. 2. Manholes to be grouted may be of brick, block, pre -cast, or poured concrete construction. 3. Provide confined space entry, flow diversion and/or bypass plans as necessary to } perform the specified work. Perform work in accordance with OSHA Standards. 1.6 QUALITY ASSURANCE A. Obtain all materials from a single manufacturer. B. At a minimum, products and installers must meet all of the following criteria to be deemed commercially acceptable: Manhole Grouting SS-1-1 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 November 14, 2019 SS-1 MANHOLE GROUTING 1. For a Product to be considered commercially acceptable, the product must have a minimum of eighty thousand (80,000) vertical feet and five (5) year history of successful wastewater collection system installations in the United Stated. In addition, products must provide Third Party test Results supporting the long-term performance and structural strength of the product and such data shall be satisfactory to the Owner. No product will be allowed without Independent Third Party Testing verification. 2. For an installing contractor to be considered commercially acceptable, the installer must satisfy all insurance, financial and bonding requirements for the Owner. The Contractor must have a certification from the manufacturer as a licensed and fully installer of the product. The installer must also have a minimum of eighty thousand (80,000) vertical feet of successful wastewater collection system installations and five (5) year of rehabilitation experience. C. Personnel shall have confined space entry certification. D. Field verification shall be completed by the contractor prior to commencement of work. E. Contractor shall verify the finished thickness of each rehabilitation method prior to starting the next layer and upon completion of the work. The Engineer my obtain core samples at his discretion. PART 2 - PRODUCTS 2.1 MATERIALS A. Materials Grouting Materials a. Urethane Gel Grout 1) Urethane gel grout, such as AV-350 Multigel by Avanti International or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. 2) The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects gel control agent may be added. The following properties shall be exhibited by the grout: a) Documented service of satisfactory performance in similar usage. b) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. c) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. Manhole Grouting SS-1-2 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 November 14, 2019 SS-1 MANHOLE GROUTING d) Compressive recovery return to original shape after repeated deformation. e) The chemical shall be essentially nontoxic in a cured form. f) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. g) Sealing material shall be noncorrosive. 3) A reinforcing agent such as AV-257 Icoset by Avanti International reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 257 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 257 is to be added. Add a few drops of 257 to this test sample. Avanti Gel Reinforcing Agent 257 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. 4) A filler material such as Celite 292 (diatomaceous earth) from John Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 2. Grout — Octocrete as manufactured by IPA Systems, Inc. or approved equivalent. 1) Minimum Physical Properties a) ASTM C109 Compressive Strength 5,800 psi (28 days) b) ASTM C348 Flexural Strength 900 psi (28 days) c) ASTM C882 Bond Strength 1,640 psi (28 day) 3. Additives 1) Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. 4. Root Control 1) A root inhibiting chemical such as dichlobenil, Avanti AC-50W or equivalent shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months, for all area we're protruding roots are found. 5. Material Identification Manhole Grouting SS-1-3 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 November 14, 2019 SS-1 MANHOLE GROUTING 1) Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 6. Mixing and Handling 1) Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. 7. Portland Cement 1) As specified in Section 03 31 50, 8. Oakum 1) Activated oakum, such as 1=ibrotite Oakum as manufactured by Avanti International or equivalent shall be utilized as a carrier that assists in sealing grout holes while it cures. 9. Non -Shrink Grout 1) As specified in Section 03 31 50. PART 3 - EXECUTION 3.1 EXAMINATION A. Notify District andlor Engineer immediately of any changed condition that impacts installation of the proposed frame and cover replacement. 3.2 PREPARATION A. The contractor shall be responsible for supplying the required material for the replacement of manhole frames and covers, including the unloading, temporary storage, and transporting of the materials. B. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments or partial manhole replacement is complete. 3.3 INSTALLATION A. Preliminary Repairs Manhole Grouting SS-1-4 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS .. City Project No. 02397 November 14, 2019 SS-1 MANHOLE GROUTING 1. Seal all unsealed lifting holes, unsealed step holes, precast manhole section joints, and voids larger than approximately one half (1f2) inch in thickness with Octocrete or approved equal. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance with manufacturer's specifications. 2. Cut and trim all roots within the manhole. B. Temperature 1. Normal grouting operations including application of interior coating shall be performed at temperatures of 40F or greater. If grouting is performed below temperatures of 40F, then it must be performed in accordance with manufacturer's recommendations. C. Grouting Materials Usage 1. Grouting of the manhole may include frame seal, frame and grade adjustments, corbel, wall, pipe seals, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. D. Drilling and Injection 1. Injection holes shall be drilled through the manhole at 120-degree angles from each other at the same plane of elevation. Rows shall be separated no more than three vertical feet, and the holes shall be staggered with the holes in the rows above and below. Provide additional injection holes near observed defects, bench and trough, and at pipe seals. A minimum of 6 injection holes shall be provided in the walls/corbel and three injection holes at each pipe seal and at the bench/trough. Manholes shall be grouted from the top of the corbel or bottom of flattop to the pipe invert. 2. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. 3. Grouting from the ground surface shall not be allowed. 4. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. 5. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar. 6. All grout shall be removed from interior surfaces of the manhole. After the grouting is completed, the interior of the manhole shall be coated with '/z"thick quick setting mortar such as Hyperform as manufactured by Quadex (A Vortex Company), or equal. The coating shall cover at least 6" past the joint each side. 3.4 FIELD QUALITY CONTROL A. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section 33 01 30.02. END OF SECTION Manhole Grouting SS-1-6 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 November 14, 2019 THIS PAGE LEFT BLANK SS-2 CEMENTITOUS MANHOLE COATING SECTION SS-2 CEMENTITOUS MANHOLE COATING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes- 1. This section governs all work, materials and testing required for the cementitious coating of Manholes. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Manholes designated for interior coating shall be first coated with a cementitious coating follow up an epoxy coating as detailed in Section 33 39 60. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 00 — Procurement and Contracting Requirements 2. Division 01 —General Requirements 3. Section 33 39 60 — Epoxy Coating 1.2 PRICE AND PAYMENT PROCEDURES Measurement and Payment shall be in accordance with Section 01 29 00, 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by District prior to construction. 1.4 ACTION SUISM ITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data, including each material, component construction, features, configurations and dimension, from pre -approved manufacturer for all materials to be installed. B. Contractor Data 1.5 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Contractor is responsible for locating and uncovering all manholes. If the contractor is unable to locate manholes the Contractor shall notify the Engineer in writing. 2. Manholes to be interior coated may be of brick, block, pre -cast, or poured concrete construction. Some may have a previously applied interior mortar coating. 3. Provide confined space entry, flow diversion and/or bypass plans as necessary to perform the specified work. Perform work in accordance with OSHA Standards. 1.6 QUALITY ASSURANCE A. Obtain all materials from a single manufacturer. Cementitious manhole Coating SS-2-1 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 November 14, 2019 SS-2 CEMENTITOLIS MANHOLE COATING B. At a minimum, products and installers must meet all of the following criteria to be deemed commercially acceptable: 1. For a Product to be considered commercially acceptable, the product must have a minimum of eighty thousand (80,000) vertical feet and five (5) year history of successful wastewater collection system installations on manholes in the United Stated. In addition, products must provide Third Party test Results supporting the long-term performance and structural strength of the product and such data shall be satisfactory to the Owner. No product will be allowed without Independent Third Party Testing verification. 2. For an installing contractor to be considered commercially acceptable, the installer must satisfy all insurance, financial and bonding requirements for the Owner. The Contractor must have a certification from the manufacturer as a licensed and fully installer of the product. The installer must also have a minimum of eighty thousand (80,000) vertical feet of successful wastewater collection system installations and five (5) year of rehabilitation experience on manholes. C. Personnel shall have confined space entry certification. D. Field verification shall be completed by the contractor prior to commencement of work. E. Contractor shall verify the finished thickness of each rehabilitation method prior to starting the next layer and upon completion of the work. The Engineer my obtain core samples at his discretion. PART 2 - PRODUCT'S 2.1 MATERIALS A. Materials 1. Cementitious Interior Coating a. Quadex QM-1 s Restore proprietary pre -blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, LLC (A Vortex Company). or approved equal shall be used on this project. No material (other than clean potable water) shall be used with or added to the coating material without prior approval or recommendation from the coating material manufacturer. 2. Material Identification a. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Owner's Representative. 3. Mixing and Handling Cementitious Manhole Coating SS-2-2 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 November 14, 2019 SS-2 CEMENTITOUS MANHOLE COATING a. Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Owner's Representative. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. PART 3 - EXECUTION 3.1 EXAMINATION A. Notify District and/or Engineer immediately of any changed condition that impacts installation of the proposed frame and cover replacement. 3.2 PREPARATION A. The contractor shall be responsible for supplying the required material for the replacement of manhole frames and covers, including the unloading, temporary storage, and transporting of the materials. B. Manhole coating shall not be performed until sealing of manhole frame and grade adjustments and/or pressure grouting or replacement is complete. 3.3 INSTALLATION A. Preliminary Repairs 1. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. a. All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to spray application of the first coat. b. Active leaks shall be grouted in accordance with Section 33 39 50. c. After all repairs have been completed, remove all loose material. 2. Temperature a. Normal interior coating operation shall be performed at temperatures of 40OF or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bench and trough (including the bench/trough) to the bottom of the frame of the first grade adjustment ring. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. Cementitious Manhole Coating SS-2-3 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 November 14, 2019 SS-2 CEMENTITOUS MANHOLE COATING 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi.) 2) Place covers over invert to prevent extraneous material from entering the sewer. 3) The surface prior to application shall be damp without noticeable free water droplets or running water. Coating material shall be spray applied to a minimum uniform thickness of/2-inch minimum. Troweling shall begin immediately following the spray application. The troweled surface shall be smooth with no evidence of previous void areas. 4) After the walls are coated, the invert/bench covers shall be removed and the bench sprayed with epoxy material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1/2 inch at the invert and shall increase in the direction of the wall so as to provide the required slope. Trough area shall be coated as required to seal all cracks and to provide a smooth surface. 5) The material shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 6) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 7) Caution should be taken to minimize exposure of applied product to sunlight and air movement. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover. In extremely hot and and climates manhole should be shaded while reconstruction is in process. 8) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 degrees F, precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not exceed 85 degrees F. Chill with ice if necessary. 3.4 FIELD QUALITY CONTROL A. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section 33 01 30.02. B. At least two 2-inch cubes shall be taken from each days work with the date, location and job recorded on each. The cubes shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C109, and the results will be furnished to the Owner. Test results shall equal or exceed the manufacturer's published values. C. Vacuum testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Manhole Testing Section 33 01 30.02. END OF SECTION Cementitious Manhole Coating SS-2-4 MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS City Project No. 02397 November 14, 2019 SS-3 Tree Damage Assessment Page l of 2 DAMAGE TO CITY TREES NO PRUNING OF ANY CITY TREE SHALL BE PERMITTED, UNLESS SPECIFIED OTHERWISE IN THESE SPECIFICATIONS. Severe damage to trees will result in replacement or compensation of trees by the COMPANY. Failure to replace damaged trees shall be considered a breach of contract and COMPANY shall be assessed for damages. Slight or moderate to trees will result in assessment of damages. ASSESSMENT OF DAMAGES TO TREES: NO PRUNING OF ANY CITY TREE SHALL BE PERMITTED, UNLESS SPECIFIED OTHERWISE IN THESE SPECIFICATIONS. Severe damage to trees will result in replacement or compensation of trees by the Contractor. Failure to replace damaged trees shall be considered a breach of contract and Contractor shall be assessed for damages. Slight or moderate damage to trees will result in assessment of damages. ASSESSMENT OF DAMAGES TO TREES 1.1. The Contractor will check trees in the contract area before contract work begins, any damage will be noted and reported to the ContractAdministrator. 1.2. The Contract Administrator will conduct random checks of the trees during the contract period. 1.3. A check of all trees may be made at the end of the contract period. City Forester, Contract Administrator, and Contractor will attend the inspection. 1.4. Damages shall be documented by memo to the City Forester with copy to contract file and the Contractor. 1.5. Contractor may have the option of replacement or payment for severely damaged trees at a location to be designated by PARR. Replacement shall be made on caliper inch per caliper inch basis with a minimum size of replacement tree of 2" in caliper for trees damaged or removed less than 30" dbh and 2" per inch on trees 30" DBH or greater. The contractor shall be responsible for the planting watering, mulching and maintenance of replacement trees for a period of not less than 2 years. Any tree that does not survive the 2 year establishment period shall be compensated for by the contractor to PARD tree fund at a rate of $200 per caliper inch. 1.6. Slight Damage shall be defined as damage, in the opinion of the City Forester that may heal. Examples include but are not limited to; scaring of the trunk into the cambial layer''/z" to 2" in width but less than 1/3 trunk circumference or breaking of limbs less than 2" in diameter or limbs less than 1/3 trunk caliper, whichever is less. Slight damage shall also include removal or lying down of protective tree fencing prior to end of construction, storing equipment or supplies within the critical root zone (CRZ), or disposing of paint or concrete within the CRZ but not closer to the trunk than 50% radius of the CRZ. Slight damage to trees shall be assessed at a rate of $100.00 for each instance. Each day tree fencing is not properly placed, equipment or supplies are stored within CRZ or fill is stored within the CRZ shall be considered one instance. 1.7. Moderate damage shall be defined as damage, in the opinion of the City Forester, that SS-3 Tree Damage Assessment Page 2 of 2 contributes to the poor health and reduced longevity of the tree, examples include but are not limited to scaring of the trunk into the cambial layer greater than 2" but less than 1/3 the trunk circumference or breaking of limbs more than 2" in diameter but less than 1/3 trunk caliper. Moderate damage shall also include compaction of soil, grading or filling in 20% of the CRZ on one of four sides but outside the 50% radius of the CRZ, disposing of paint or concrete within 50% radius of the CRZ. Moderate damages shall be calculated at a rate of the assessed value of the tree per each instance of damage. S. Severe damage or removal of trees is subject to penalty of $200 per diameter inch of trees removed or damaged for trees less than 30" DBH, $400 per diameter inch of trees 30" DBH or greater. Severe damage or removal shall include but is not limited to scaring of the trunk to the cambial layer greater than 1/3 the trunk circumference, uprooting or causing a tree to lean, damage to a scaffolding branch or branch greater than 1/3 of trLmk caliper. Severe damage shall also include compaction of soil, grading or filling more than 20% of the CRZ, or within 50% radius of the CRZ or on more than one of 4 sides. Cutting 1/3 of the buttress roots within 3 times the distance of the DBH of the trunk, or cutting 4 roots 4" or greater in diameter within 4' of the trunk shall also be considered severe damage. 1.9. Branches shall be measured at the point of attachment or at the lateral to which the branch would be pruned back to according to ANSI standards. Trees caliper shall be measured according to accepted industry standards. Trees greater than 6" in caliper shall be measured using diameter at breast height (DBH). Trees that must be removed due to damage caused by the contractor shall be removed by the Forestry Section Tree Removal Contractor at the Contractor's expense. 10. All damages shall be paid to the City Tree Fund. Failure to replace or pay for damaged trees shall result in a breach of contract and the Contractor will be automatically assessed damages. Damages as described herein shall be deducted from payments otherwise due to the Contractor. POST INSTALLATION MANHOLE VACUUM TEST FORM FRTWRT Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: t Project Name: Contractor: Owner: Indicate Pass/Fail: Location of Structure: Manhole Pour or Placement Date: Line & Station #: Structure Type: (check one) Inspection Date: Inspection Company: Inspector Name: Repair Date: Repair Location: Type of Repair: Repair Materials: [ Comments: MANHOLE INFORMATION Other: Project #: 4' DI MH TYPE A FLOW DIV BOX S' DI MIS TYPE B FLOW DIV BOX 6' DI MH JUNCTION BOX T DI MH SIPHON ENTRY BOX METERING STATION Vacuum `hest Results Repair Locations POST INSTALLATION MANHOLE LINER INSPECTION FORM WET FILM THICKNESS FORT�WOR�TH T Company name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Coating: Location of Structure: _ MANFIOLE INFORMATION Line & Station #: Other: Structure T ype: (check one) 4' DI MH TYPE A FLOW DIV BOX S' DI MH TYPE B. FLOW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SIPHON ENTRY BOX METERING STATION Wet Film Thickness Measurements Wet Film Thickness Gauge per ASTM D4414 at 3 Locations Within the Manhole Two (2) Spaced Equally Apart Along the Wail and One (1) on the Bench Steps: Yes / No Structure Material: Lining Material: Comments: MH Depth: MH Width: Bench: Mil (Gauge) Invert (Sprayed) *If No, Justify In-dicate Measurements on the Diagram Above Yes / No 125 / 250 Yes / *No POST INSTALLATION MANHOLE ADHESION TEST FORM Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Epoxy Coating: Location of Structure: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLOW DIV BOX S' DI MH TYPE B FLOW DIV BOX 6' DI MH JUNCTION BOX %' DI Nib SIPHON ENVY BOX METERING STATION Adhesion Test Results (ASTM D7234) Inspection Date: Inspection Company: Inspector Name: Manhole Depth: Number of Tests: Test Results: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. Indicate test locations on dra in POST INSTALLATION MANHOLE HOLIDAY/SPARK DETECTION! TEST FORM Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Coating: Location of Structure: Line & Station #: Structure Type: (check one) Liner Material: Spark Tester Serial #: Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair Date: Comments: Work: Crew Leader: ect #: MANHOLE IRFCkRMATION Other: 4' DI MH TYPE A FLOW! DIV BOX 5' DI MH TYPE B FLOW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SIPHON ENTRY BOX METERING STATION Holiday Detection Test Results (NACE SP0188) *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. Indicate defect locations on drawin jjll,��qjj 0 SURFACE REPAIR v v v v v v v v v v v v v v v I v v v v v v v v v v v v v v v -,Iv v v v v v v v v v v v v v v v II. ®vvvvv�1 G'vvii Vvvvv '� II NOTE TO DESIGNER: IN — vvvvvvvavvvavvv ACCORDANCE WITH SECTION — vvvvvvvvvvvvvvvvll- 330510,CLSMWILL ONLY vvvvvvvvvvvvVVV BEUSEWHEN v v v v v v v v v v v v v v v v OBSTRUCTION CREATES THE vvvvvvvvvvvvvvv l NEED FOR A FLOWING vvvvvvv7vvvvvv vv BACKFILL, OR AS DIRECTED vvvvvvvvvvvvvv BY CITY_ vvvvvvvvvvvvvvvl vvvvvvvvvvvvvvv _ vvvvvavvvvvvvvvv '_I CLSM IN ACCORDANCE v v v v v v v v v v v v v v v [F WITH SECTION 03 3413, _— li vvvi7vvvvvvvvvvvv RACKFILL IN ACCORDANCE WITH SECTION 33 05 10 (( =Ivvvvvvvvvvv v v v v v v v v ©,7v v v v V' vvvvv �- Ilv v v v v V V V V \7 IV v v v3 '; '.-'i vvvvvvvvvvvvvvvv v v v v v v D v v v v v v v v _ +j-VVVVVVVVVVVvvvvvll _ FI;j�'vvvv vvv vvvvvvvv :� lvv©%77VvvVvvvvvvv II - &vp EMBEDMENT FINAL HACKEILL CITY OF FORT WORTH, TEXAS CONTROLLED LOW STRENGTH MATERIAL (CLSIf�I') RACKFILL REVISED: 10-08 2012 33 05 1 O-DO04 NOTE TO DESIGNER: THE INTENT IS THAT THE CCNTRACTOR CAN CHOOSE BETWEEN SELECT BACKFILL AND CSS. ACCEPTABLE BACKFILL- MATERIAL IN ACCORDANCE WITH SECTION 33 05 10 BACKFILL WITH CSS OR SELECT BACKFILL IN ACCORDANCE WITH SECTION 33 05 10 RFACF REPAIR + + + + + + + + + + + + 11 + + + .......... + F. 1 + + + + + + + + t + f . + + + + + + + + + + + + m) +++ 95% COMPACTION H++ 99 + -2% TO +5% OF OPTIMUM + i +++ MOISTURE CONTENT ++ + + + + + + + + + + + ) 98% COMPACTION rrQC}0C -2% TO +5% OF C)C)0 }00 11 OPTIMUM j1 MOISTURE f I- 0 0 0 0 4 j �j Q 0 0 0 _ CONTENT II EMBEDMENT FINAL BACKFILL 15' FINAL BACKFILL VARIES NOTE: BACKFILL FOR TOTAL FINAL BACKFILL DEPTH GREATER THAN 15' DEEP FORT WORTH CITY OF- FORT WORTH; TEXAS REVISED: 10-08-2012 i1 DEEP TRENCH BACKFILL 33 05 10-®005 E 2' MIN. EXISTING GROUND d + } + + +'+ + + + + + + 4 + + + + + + + + + + + + + + }+++ a + + + + + + + +++ + + + +` 418"-24"; 44+ ++%% %+++++ + +++ ++++++ b + a ; + + k + } } } + + + + + + ; + d 3 + ; "4 } d + + +++ + +++ b ;4 4 + + bbb+da V V V V V V V V V V ++++++++++++ r + ; + d" a v vv V v9Yvvv {- > + + + + + + +; b b V Y V 4 4 V v 4 9 V ++ r++++ CLSMPER SECTION 33 ++++++++ vvvvvvvvvv 04 13, BACIFLL PER ++ y+++++ v v 9 v v v v v v v a a a+}+++ }+ +++ SECTION 33 05 10 +++++ ++ vvvvvvvvvv *+a++ +++++++++ + + + + �7v v v v v v vv+ + a s + + + + + i+++ 9 V v v v v v V Y +++ a+++ ++ t+ t V V V V V V V V V V. +++++++ r++ t t +v v v v v v v V v v ++++ + + + t T7FYYYvv YYv + + + + 6 i- + v v v V V v v 4 v v ++++ ++ ***++******* vvvvvvvvvv++++++++ +` vvvvvvvvvv v417vvv44vv� - v v v v v v v v v v _ "vV4VYVvvVV Y 9 4 9 v 4 P Tl 4 4 V VVVVVVV4V vvvvvvvvv4 PIPE vvvvvvvvvv vvvvvvvvvv vvvvvvvvvv TYPICAL PROFILE SLOPED VERTICAL EXISTING GROUND -TRENCH TRENCH WALL WALL / �'7vVVVVVVVVV VVVV ' 94999444 vYVVVVV4 / 9 v v v v V V 4 v v 9 v v Y \ b V 9 v v v v v v v v v v v v v V vvvv, v vvF' v V vv V v /\/ V O V V v v v v v v v v v ��\\� ❑vv vvYV Vvv Vvv\ v Yvvvvvvvvv9 vvvvvvv vvvv vvvvvvv vvv V g V Y Y V Y Y V Y 44V V V Vvvv V vv vvv vvvv vvvvvvvv v v v v v v v v vvvvvvvv Yvvvvvvss vvv vv PIPE vvv TRENCH WIDTH PER o v UT7 SECTION 33 05 10 v v v v v vvvvvvv v TRENCH WIDTH TYPICAL SECTION PIPE BACKFILL PER SECTION 33 05 10 PIPE EMBEDMENT PER SECTION 33 05 10 UNDISTURBED SOIL ACCEPTABLE BACKFILL PER SECTION 33 05 10 CLSM PER SECTION 03 34 13. SACKFILL PER SECTION 33 05 10 FO TWO CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 W o (2 m LJ FUC> I W Z Wam d Q �a Z;Z/W_o Z U Off• W � ia Ui IL PC. pp� v v/ 1> + + + + + + ? + + I p " ++++++DDD�D�p�DDD©D ++ +D D D D P p p ++ +++ DDDCDDpv1> r>> D D D D D 'p D +++++++11>D, >DD>D.>1> + D D D p D p D ++++++++D> r>t> DDDDpDD S lal W p H J W m d J hvlO _J N] Y U U ¢aaa ai m � U W om Ld a r a c� O (AM O W Z U U C7 = p h U a v"i O N'] W N N W M O = Z � O Z W z�c� OW p Q Uoz NZ via Sao L W a aWCo Wm C7J � m p U U U h QO I< W W N� E Q �� �a w O0 'A p Q N? h J U Z L�n7FQ aD <L N�� Fmm SLL Q f/1 d V1 Q O u L = W z O Z U- o a. Ill 00 o �" Y liZj rn ova owl ZI > >Z_ Y a O }' O w o 2 aZ z o '0 a s r •y / LLI �! wh WW= wWQd'tT �i'V. �.� '' Oa �Q �MUO V3J W 7oZ rS&m I UOh _s^ ;; .'rpq'µ ,-t -,..� W ¢ Jzzwln I WZ WzxQ 1. W h [r O-MQF- F-fRWZ W W �Qh.,a ¢z w=-rr'vi3 QOw �O zW pZ UmQ pW� h-O-Q ax0 ¢WW OWaU SV)Z <wz> MOOD h(11 W h J W a U 1 J W U'QQ m�e Q[sUl�� WCD ¢WZL 1/]}-J Fll y-�m MCA WWOD Juf Z QOJC?OO�W �OMW �O�Z pa�LL,l/Y a�OJ W'�'Q� >Q W ZZzhx-S0.Z�-1-Q�}-gU`JZUWJZW2 JL''1Q C'lU�� �� i�UUVLDO W0O= Yr'I-_W 5�Uz¢O0mz X ¢LLJ 03a W v]�W ZU O WWOJ2¢EJJZhd`ZJ QJZ U1p JQUI C7W 0 Ir ZJ�N ¢�00x¢UU'2Q¢� a - fif Qmo- O] OIL �(� �W 0 z� ni ri a ri zryL, o a U = �¢w Z ¢ m U b� Q �3 ® z �w Z?� auto ca z o LLI F- UJ Zz0 =o z n :z z X w_o J� � O ¢ w N � [ O Ld LL LL W ui W w CL O ¢ a mo 0-( ~ /\ Y AV 4 Z W \'~ €i ! JQp o,r _ U J o W O W h O WWW W�� '1Qa`Q O Ww ~' HnLLO Zia 03 WU �OOWOD I.J._ Q_ U W J �' J H = a' Q a Z W O W a W 0 0 Jm WZWQWw Z mw h i Q x Q ¢� ph'pllp J W W W (n a m d© J d O Q¢ S In p p W W W U Oaf O Z O Q a00<02 frn n WCN Z :�F_ W Q O w cd ohm Z w J 2 p j W .,-.: -•tie[ - Z WO �� a D o z Ob Li `V4 NQ LL LL- W LLJ 0 ... J EL x, a_ D m c� z F- w J c6 Cl 0 LO w uj 0 z � < Lo -900 O =� flli -i L-j 0 w KO � o loj W¢z o�z- T apo < m -<j 1.0 P: C, V. Lo LU S-, z B 0 ty cn Z V) DO LU ,< I LIJ V, Z Q00 , MLa Jwln LL, 2 -1 - of LO m < , EZ4pW L, 0 Lu .7 z Y L, " 09 CD L, , 0- s -, E �- ui LLj 0 a I.- In 0 0 CD zs < oz < CL V) F-, 0 0 cn 0 w n In co or O2< 02 a- 0 0 U, 0 < L, Z Lj M w ' O't x < o 5;,Koo� 0 Z 1" Z'D' 0 Uo 0 Ld w 0 cy- < w x r3f Li LLI aL LL, cok� O-j ~3t mo n Lol QUO OE LE Lot: F cr, ::5 WM W L'i CI > z cli vi 0 u LL -j LL < LwVI ) U) of: N> 0 0 LJ m W ZOO W z F- o LLI w LLJ LLI Ld > C) LU 0 LL LL Z LLJ z LLJ LO LLI < <Z� [If LL < LLI -J LLJ ) L0 L- 0 Ld CL < 0 La ZOD X LL] 0 0 C) CY L'i x z Z'LL 0 LU LFU Of << --i Z<Lj -Z MW ul = LLI< ' Ul < F= '< 0 LO 17) < < ¢ p L1-WMLU uxl 0 ":� LL, 0 Ld -� m m Uw L) cn E: C 0 0 < 0 �E 0 LLJ Cy L� uj C % r '2b Li 4�1 0 >4 r14 LL LLI LLJ FA e �we a��es ion limm, .4 PLAN VIEW PROPOSED HMAC EXISTINGPAVEMENT J PAVEMENT REPAIR PAVEMENT REPAIR PER EXISTING HMAC ASPHALT PAVEMENT PAVEMENT/ CONCRETE 2' MIN. COLLAR FRAME AND COVER AS TRENCH REPAIR DETAILS (TYP.) INDICATED IN THE DRAWINGS AS INDICATED IN THE DRAWINGS GROUT FACE i':4,,� tl tr tt tt It 12" MAX. SMOOTH (TYP.) :ryti"^''�sµ'i_r"_i5:- MIN. ....'. ,' .��/ (TYP.);jam\r.\r\\r�\r�\\i�\\i, :..•,_. UN1715TURBEO �\ `a'.'....... ' > f `• _ '''''''''�' EXISTING SUBGRADE ' •:..s:r.; 2 ROWS RAM—NEK OR MANHOLE OR VAULT TREATED `' �'+'a'a'. PER DRAWINGS SUBGRADE EQUIVALENT (TYP-).« �� ACCEPTABLE BACKFILL OR AS REQUIRED BY j '•` * ' :+'� 'o-i DRAWINGS PER SECTION NOTES: 33 05 10 1. THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOLE SECTION VIEW OR VAULT IN THE SAME LOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT, NO MORE THAN 3 TOTAL GRADE RINGS, SHALL DE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC PAVEMENT (CONE) 33 05 13-DOIO r %�i EXISTING HMAC/ PAVEMENT 2' MIN. I (TYP.) UNDISTURBED SLJ13GRACE EXISTING TREATED SUBGRADE ACCEPTABLE SACKFILL OR AS REQUIRED BY DRAWINGS PER SECTION 33 05 10 ME ME FA4 pm ME INN INN PROPOSED HMAC PLAN VIEW PAVEMENT REPAIR FRAME AND COVER AS INDICATED IN THE DRAWINGS CONCRETE COLLAR GROUT FACE 12" MAX. SMOOTH TYP. EXISTING HMAC—j PAVEMENT PAVEMENT REPAIR PER ASPHALT PAVEMENT TRENCH REPAIR DETAILS AS INDICATED IN THE DRAWINGS Fr3�� J ka 2 ROWS RAM—NEK OR EQUIVALENT VARIES (TYP.) 18"-27" MANHOLE OR VAULT PER DRAWINGS NOTES: 1. THIS DETAIL TO DE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN ' COMBINATION WITH PROPOSED MANHOLE SECTION VIEW OR VAULT IN THE SAME LOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" TACK. AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 3, MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC I I PAVEMENT (FLAT TOP) 1 33 05 13-DO1 1 r .1s •i -1 - f. s _ • it�d-A' . ''c GARS, 4' TIE TO LONGITUDINAL AND :�:'' _4: • .S:- 'x: . l e �`r' TRANSVERSE REINFORCEMENT .? � ,1-.' a !. .` • t• — .fir. DOWEL BARS .aj M1 �4 5 W,t 2„ MIN. -'.. SEPARATION'."•, DISTANCE 1 PLAN VIEW PROPOSED CONCRETE PAVEMENT REPAIR EXISTING CONCRETE CONSTRUCTION JOINT PAVEMENT FOR CONCRETE STREETS PER 32 13 13-D511 < 10 YRS OLD REPAIR ENTIRE PANEL, OTHERWISE 3' MIN. (TYP.) BAR SPACING AND EXISTING PAVEMENT THICKNESS CONCRETE SHALL BE PER CONCRETE FRAME AND COVER AS PAVEMENT TRENCH REPAIR PAVEMENT INDICATED IN THE DRAWINGS DETAILS AS INDICATED IN THE DRAWINGS -Rl , UNDISTURBED EXISTING SUBGRADE TREATED SUBGRAIDE ACCEPTABLE BACKFILL \ ', OR AS REQUIRED BY DRAWINGS PER SECTION 33 05 10 ORTWORT GROUT FACE 12" MAX. SMOOTH (TYP.) 2 ROWS RAM—NEK OR FQUIVALENT (TYP.) .5 MIN. (TYP.).,.• MANHOLE OR VAULT PER DRAWINGS - NOTES: SECTION VIEW 1- THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOLE OR VAULT IN THE SAME LOCATION. 2- ALL MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. 3. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 4. FOR CONCRETE STREETS LESS THAN 10 YEARS OLD, ENTIRE PANEL SHALL BE REPLACED, OTHERWISE REPLACED CONCRETE SHALL EXTEND A MINIMUM OF 3' BEYOND MANHOLE IN ALL DIRECTIONS. 5. CONCRETE PAVING SHALL BE PAID AS A SEPARATE ITEM, CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING - CONCRETE PAVEMENT (COME) 33 05 93-®©'i2 #4 BARS, 4' � ."•. + iY�" .:+' _ LONG. TIE TO •'�•-, #4 BARS.'' t,1. LONGITUDINAL AND t TRANSVERSE ,REINFORCEMENT f :W I 2" MIN. SEPARTION,-,, - _ DISTANCE 7 ".. DOWEL BARS':' �'. ' _-., •mod? -a t;l' EXISTING CONGRETE PAVEMENT FOR CONCRETE STREETS G 10 YRS OLD REPAIR ENTIRE PANEL, OTHERWISE 3' MIN. (TYP.) PLAN VIEW PROPOSED CONCRETE PAVEMENT REPAIR EXISTING CONCRETE CONSTRUCTION JOINT PAVEMENT PER 32 13 13-0511 BAR SPACING AND PAVEMENT THICKNESS FRAME AND COVER AS SHALL BE PER CONCRETE INDICATED IN THE DRAWINGS PAVEMENT TRENCH REPAIR DETAILS AS INDICATED IN THE DRAWINGS ?s GROUT FACE #' F "� 12' MAX. 'm. SMOOTH (TYP.) r 3" MIN. (TYP.) °. _ :`-•.-- - :e,� -ir'�r'd�'sr'rd'rj �i. 2 ROWS RAM—NEK OR -'y-'a� p ,•,«;- ,'>"a � 4'>", >'.'> �s, �'`��j\\f iA�ia�. '' EQUIVALENT (TYP.) UNDISTURBED ".>`. z. :,;, ::: , s", ��<«««««« <:-:�:s;.:�v:�. w �;:,-«.« MANHOLE OR SUBGRADE • i / VAULT PER EXISTING TREATED ��«','.`. ', DRAWINGS SUBGRADE , "-?7 ACCEPTABLE BACKFILL OR AS REQUIRED BY DRAWINGS PER SECTION 33 05 10 NOTES: SECTION VIEW 1. THIS USED ONLY WHERE SPECIFIED ON THE DRAWIINGSOINECOMBINATION WITH PROPOSED MANHOLE OR VAULT IN THE SAME LOCATION. 2. ALL MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. 3. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 4. FOR CONCRETE STREETS LESS THAN 10 YEARS OLD, ENTIRE PANEL SHALL BE REPLACED, OTHERWISE REPLACED CONCRETE SHALL EXTEND A MINIMUM OF 3' BEYOND MANHOLE IN ALL DIRECTIONS, 5. CONCRETE PAVING SHALL BE PAID AS A SEPARATE ITEM. Foiff oRn • • -CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING 2' ( V MIN. ACCEPTABLE r BACKFILL OR 6" MIN CSS OR CLSM AS i REQUIRED BY DRAWINGS PER SECTION 33 05 10 NOTES: 1. THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOLE OR VAULT IN THE SAME LOCATION. 2. ONLY FLAT TOP MANHOLES SHALL BE ALLOWED FOR UNIMPROVED SURFACES. CONE MANHOLES WILL NOT BE ALLOWED. 3. IF GRADE RINGS ARE USED THEY SHALL BE NO LESS THAN 2" THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN .3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 4. ALL MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. 5. MANHOLE FLAT TOP SHALL EXTEND 6" MIN. ABOVE HIGHEST ADJACENT UNIMPROVED SURFACE WHEN RAISED MANHOLE IS INDICATED IN THE DRAWINGS. 6, PROVIDE REINFORCEMENT TYING COLLAR TO MANHOLE. 7- WHERE POSSIBLE, RING AND FRAME MAY BE INTEGRALLY CAST INTO FLAT TOP, PROVIDED ALL OTHER SPACING REQUIREMENTS ARE MET. 8. WHEN USED, CONCRETE COLLARS SHALL BE POURED TO EXTENTS OF CONCRETE FLAT TOP. 9. MANHOLE SHALL BE RAISED OR FLUSH AS INDICATED ON THE DRAWINGS. `EXISTING PLAN VIEW UNIMPROVED SURFACE CONCRETE FRAME AND COVER AS INDICATED IN 6" MIN. Z COLLAR THE DRAWINGS L GROUT FACE 12" MAX. SMOOTH (TYP.) 2 ROWS RAM—NEK OR `si""' -_` EQUIVALENT (TYP.) (4) #4 BARS MANHOLE OR DRILLED INTO VAULT PER MANHOLE CONE DRAWINGS 3" MIN. BOTH DIRECTIONS, SEE NOTE 6 RAISED SECTION VIEW 3'4" CHAMFER (TYP.) 6" + + + + F + + A- + + + + + + + + + + + + + +/ i CONCRETE COLLAR FRAME AND COVER AS INDICATED IN THE DRAWINGS 6., MIN. GROUT FACE 12" MAX. SMOOTH (TYP.) +++++ + + + + + + + . "� � n'a:' 2 ROWS RAM—NEK OR EQUIVALENT (TYP.) ) :__ 'i, e 1 •, ' " MANHOLE OR VAULT PER DRAWINCS 'a j. ; (4) #4 BARS DRILLED X/ INTO MANHOLE CONE 3" \ MIN. BOTH DIRECTIONS, �/ SEE NOTE 6 r i ++ ++ r + + + r +++ + + ++ F+ + + + + + ++ + [.'l�E.yi�ll[�7���11i►�►1 CITY OF FORT WORTH, TEXAS �® li"ViNHOLE LID ASSEMBLY UNIMPROVED SURFACE (FLAT TOP) TOP —SOIL TOP —SOIL V MIN. ACCEPTABLE BACKFILL OR 6" MIN CSS OR CLSM AS REQUIRED BY DRAWINGS PER SECTION 33 05 10 REVISED: 08-31-2012 33 05 13-DO I S UTILITY COLOR TABLE UTILITY COLOR POTABLE WATER BLUE RECLAIMED WATER PURPLE SANITARY SEWER GREEN STORM DRAIN RED 1" WIDE REFLECTIVE TAPE WITH COLOR AS PER UTILITY COLOR TABLE. 1" APART STARTING 6' BELOW CAP. ST CAP WITH COLOR AS ILITY COLOR TABLE WITH G LABEL ON BOTH SIDES. N. IN c P u A T p U E T L L I I TN 0 E FORT WORTH €N CASE OF �8 7) EMERGENCY PLEASE CALL. 392-4477 FOR LINE (817) LOCATION PLEASE CALL 392-8296 UTILITY WARNING LABLL N.T.S. NOTES: 1. MARKERS SHALL BE REQUIRED FOR ALL POTABLE WATER, RECLAIMED WATER, AND SANITARY SEWER LINES GREATER THAN 12 2. MARKERS SHALL BE REQUIRED FOR STORM DRAINS WHEN INDICATED ON THE DRAWINGS. S PLACE MARKERS AT EACH RIGHT-OF-WAY CROSSING AND AT MAJOR UTILITY CROSSINGS AS INDICATED IN THE DRAWINGS. FORTWORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 UTILITY MARKER POLE 33 05 26-DO15 ', FI LL I 6" MIN. CONCRETE ENCASEMENT PER SECTION 33 05 10 6" MIN. j E iw--•--1 I I -------I 11—I 3 I-1 3 I--I`I I —I i I �[ 8" MIN. TRENCH WALL CLEARANCE (TYP.) 1 NOTE: DIMENSIONS SHOWN ARE THE MINIMUM REQUIREMENT FOR PAYMENT PURPOSES. a i FORT oRTH CITY OF FORT WORTH, TEXAS REVISED: 06-19-2013 �71 CON-CRE 1 E ENCASEMENT FOR UTILITY PIPES 33 05 10-DO17 THIS PAGE INTENTIONALLY TTIONALLY LEFT BLANK CITY OF FORT WORTH S T N i DETAILS WATER 6" MIN. AND 12" MAX. INITIAL BACKFILL UTILITY SAND PER SECTION 33 05 10 6" MIN. AND 12" MAX. BEDDING BACKFILL TRENCH GEOTEXTILE FABRIC J ---CRUSHED ROCK PER SECTION 33 05 10 NO GROUND GROUND WATER WATER PRESENT I PRESENT 6" MIN. TRENCH WALL CLEARANCE (TYP-) FORT OR H CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 EMBEDMENT FOR WATER LINES -- 12-INCH AND SMALLER 33 05 10-DIOI FoRTWORTH BACKFILL AND SURFACE REPAIR TO MATCH WATER MAIN 1' MIN.E. �ti� UTILITY SAND PER ,P�KI P. SECTION 33 05 10 1" MIN. CITY OF FORT WORTH, TEXAS DATE: 08-31-2012 EMBEDMENT FOR WATER SERVICES 33 05 10-D104 ocs ON�ciam0 I z J J� ze m qd^ I ON a 0 tin � I WA RU m F O Z O RgCD �Zzu �'pFP4 Q0 m �'grcw mBd!1�pTirc2 WW-UFS6SViG 6W��yy�11�u IJ�NzI/1J�IlIQ V OEM Qm3� W O f On�� am m � N o� wn o �Iw y¢do 'J'M mo goao ��z$ a wz a m z� zomN WW V S� z0 F[�1 O�W Nm 2 O¢� Y mZ ¢aa KK msrc� �Up E Q D aM uj • z w � � r �� M o — I ro S _[ito �.: I Iriell� IrrII I I �S Um6Fo 11. �.i5� !Fr o�F�y w Ll } ?3w 25 ' tqj ry m xa� w3w jZ F��. WN _ W tea'; a a y� IVM O t+ 1 NYo 060 s' pxz ci o 'i 4 OW � N O �a s> - �O 9919 IIONI MR070 w ❑ `� w z o� � v 4� 3JiJL3315 tl0313tl]00] zo UU I I I I I I I I -'o C'l co Z J w H VS g � W o ao d O ul V� tfJ u7 a Z w� w w N r•') M p m w Co J 10 U Z z J g¢ w N c0 CO o d p d (D N o0 V' � I U � W � �p L H CJ �[v _ J J Q co t0 lf7 N �'7 00 w d' N €,J) LL, �: m fl, DO N N 3� 00 N W n x C) co W a� a U J w z ¢y� (n ZCP U c4 D3 d O cD N 0 4 a N N n n Z U t1 V J W U W owa m �Ld k'z lo � f, W v) c D Z �� m'EL W 0 J W azoI M Q z Wv) O z dft:U,p L LI QD LLI— 0 f!7 Z Z Q V) J Z L J LEI CY J I-- — Q (n LL� : U � d � z c� a a U W M V' 7 ss7 FL z cn W in � K � M o UM w U' 1 mIL 00 w V U Z O Z O U Q J io 'N d' 0 U W M M o w Z Ln D � n w J J O 0 0 m 2 OM U} Lq U7 w CL v a ro 0 0. M It n IL V Q 0 V zun w Q LLJ N Q U z cf o c� [v U Cf 4� N M M d ZU l 0 J W W u�'aa inQa ZLd pJ W w 0OQ M FM-M ly 0— O a W W c W m Q N a oa z Za 0 U cn N 0 U) z ��pOW --- WU J�A] w ,0=Qj �- wuWiz ¢ z<¢ d Z z Q U J �2: w Y Z 0 V m Q — H ff) Of ?Z M ZO �W -r-= �aeE;m- WZ nntJ tn Q ¢LD NW O ¢ U Z aJo0o z ¢ Z Z z -mom ¢InU)QQ LJVzQUU z L LJ = LLJ nz U LL] Z Z a_ O U L1] N Ch LLJ M LL! Cal im MINE 6 z U ui ~ Z Z H r0) V CL dW U LU N_ O CV M co Q 4 0 W co � W w ao Ww 'o,xu �C7 W ZO ZO¢ ¢ Z Z F- CO ¢ o Ih -J JZ� JOK p6¢ JOw J �' w�J Z 4� 63 z Q¢ 0 Q Z W� LLJ w a_ 0- 5zo �aJo Sao m5¢ Q cz W O Z O J dow Ca¢ (/) (L (/� _0 mp0 O ~ Z cn ��f / w J I ] rx � h zZ 2 0 �'-'- cr oWW � E aw aaw I L J wa UW� zoo O ¢ m �O W a C0 o mH Uwo N _cl- d p-4-1v�az LL 0 _ wo spa d � N a ow- viz ��/ W O ¢F-�sV Ifs wp �z `j zwQp U a V W O W Q m Z r� Z w O w 0 ¢t � to LLI ¢ Qf )f l W Z O N ��FU1Z Q w l..a a UC�U J � Z Z ¢ cca < ~O W �Qin OF--O a u(l1�0 Z_ ��-- EYD OYV ¢O� Jw w rw.rF`'L`} JZ��OJ U J� J� W� ~ C�C Z ' Jm ��O JpW J—W ��U) W Q W a W ZFLo ?JQQ W [na tY W W W W wW O¢ o3a za< za< �wo (n J z ai Z Ei1 LLI��p> a O Z J J¢ J a O 0 F �.OW �dd O 0 O FflO 03DJ Q Z O o°t O °�' �l C�Z z W w O J 1 m o a �w z b t Jz W �p w U � U W W J m n d d Z J w uW p W d LU W" W, a Earn w W W W W K W/ 1 0 I J w �U❑_ Jew O� �aQ- F-OQ (nUM J - w W w O � J¢ N Z U W n b b O CDO O ZNO za hW- a < Z V) o O d0p (n0 Z U W F � w a z W o W U a U Z o - J O W S z U W Q W Z J W J Z �N z � �N za 0 z J J_ 7 W Q W m Lr O W F d,,� EL O c9 F 1KZ O 0. F- O W ILz� J W z Z I 6ic NW J U W JCY m0a U: J m J oaz F z Z a W o W a I In Paz w M O U Mo vl Q Z W U' mogZ Wawa< a,n?o m fr Z V U z W W m LO O-a r•7 m S Z Z z O i,a a�w U ❑ m in w O m W LL WI1 O W \ vl a X Q U W CK h F 4Z�CC Cla Z!/]QW \� I [1 [1 FUad ✓\ Z LU QJ —FZ� �\ U J W JZ Z Z F O W J N uj QZ LC: J �Z � = J ClD W Q QFm J � of W W zQww �o J�cn aw wOY aQ zaQ U l I F L.1Z �p Q O W n C] I Q Z (/ ] W ^ W W O Q � v m ,al 0z X < c3OW-5� _z_zm_ Q J Z NU=a F �aE QZZco z L..- VF m SE w DIV$ u LU } to ix -Z a caa 5 ¢ U I� N X ae.J Z•t#kr `� I =F.$4p ies aU F a a�xA U roaeaeO< y l Lf a�+µa4aQ Qd..•b",ea-9k I l+��F, L O C7 _a beaebea J tL � ad x`•+ab'#<a a-0a#eae+Paean♦a NU Z� < -0_'i a -a_ # :.6Tea #e4+1$a+ �I FFI`F,h rt� lr 4F LLJ l z O Q O U' L7,71 H Z C-1 o w W a W V) f 0< m m O w W M Cl W W C-r) Z= F QmwQ 5, W N �ZN s J Cl CK W d O U F Z Z W U ¢�a- pi l OU�� ��O za (no ma ID (' o U j w=ma In U) -J J W J Z U J N wo~ o~ ink p� s r � 9 F ozr W ? N ?r 0 QYO as O y O a � w w 2 Pr cn cnzz �i¢Kz w z ¢z aw I P mxv w CL a Oa m W In ¢ r LL cL z O U � w S Z o�g a w U w m � z F w a. a ❑ Y O P N � II II ❑ LLI II LU f+�9 WC) IIJ 1-3 oO z a w w W /D'IIUH < 000 Fzoz WF M II W w d LLI I I LL U z Q �\ JM� Wd'O I ODU U_W of tL�rI �� W Uhd ��Q i- Fti7 11 Oz� W W}'O EO [Kw Wz zor m 5in (0 O � h l7 Y W tLI ��p W O M CD D NnNININLU F p r Z Ld �o W La- mq mm p HQmco - L L m LL p D 0 W U J m of \a o i�r�� Z o a U a ��N �V �. 0 <w,- WWI z O�� N - -- `� dHW IL- z OVO U — U no ~Or cncnm ! W \\ LLj Q J \\ W W LSE Q � x W I - W f7 t0 I I O g oon Wm OU a cl w uj } -- n a U azw m W O U m p U J � A Z 0 D fL EL < a- x LJ ++J as ~Cl m } I z W In } W zm Z m J J J Ul W Uj2 q[,�j W EL InaO %mV W�W�tlQ_.O x0 I� X W m a m r m W O> WhW3 LLI �$ L w o WZ�9z w Y JOI/1 :2 V;d� Y'U O [n — a�aWZ=FwF--VW LiIJ[nOW a1i�01L% p _ Od�Um�aU/O Ft.. I Z� 3NI-1 A-LH3dONd — F- z Ld w a d W PO f- Lj f7 r U W O — O U x 0 0 - omo a uT U W H L N a_ I I I -I Y I J w I U II 11 II x�— r J 11 f� o�LO I 0w LdIK JZo in 1 I 0 oo© I �1a Ld d I z �JQ Ld w f z=� I J�� Q© IIwW W v ) I � I , y VinNINIW d. .r . I II xx '1 z W J d _ � W U N � or C) \� N a- -- v �O U Ld zoz o¢o H W F <SwI OZ 0 'o O U O S Lu F cr Sr ¢ J < o l� z>-r �cnm cn W Ir O z U U �U� W J o J a 2 m J J uj = ¢ Q LizFN Q tnUi� Jrl aD Of 00 x� ~o z x w m O ¢ h" O� Ii.IH< a. fr ma-UJ W � �1 ZJU Ld LJZ J- a SZn g W a- rr UI!]�WW�2L� c cnOw o ~Oa_ m:;E0.UDU- Zd- cv N o V N W ® I O W N Q� 0 1. 3NI-I )LUAMOW 1/2" REBAR (2) PICK HOLE POCKET S' x 9/16% THRU HOLE WITH 3/160 304SS ROD 0epeae.©aQo©° °_°_° °ep=p=o- °00°0 0 0°0°0-° °°o a °� n°o crrr of p pFORT VTO lm pGp h�Ae=ep DAD—p—@—p—©—°�U ! o o°o°oB0- 0 h t'_'_o°o°o°om° —0-0-0=m —Io-v°v°v°v°000s °=o=°=°=°=°=°=o 0-0-0 e° u pe�epepe SNAP LOCK 1-3/4" POCKET, SEE NOTE #4 METER BOX LID 17-7/8" a Y 0 $,. 0 19-1/8" I.D. WORK AREA F N 1 c� 3/8" WALL . - n u NOTE: 1. USE THIS METER BOX IN NON —PAVED AREAS ONLY. 2. DIMENSIONS t 1/8" U.N.O. 3. WALL THICKNESS: 3/8" 4. SNAP LOCK POCKET WILL RECEIVE AMR/AMI DEVICE ENDPOINT. SNAP LOCK SLOT IS 1.80" t .015" TO ALLOW FOR A FINGER FORCE INSTALL. POCKET HEIGHT IS 15/16" FOR MIN 1/8" AIR GAP. pe°epepmoeoep °=o=s=°=°=° METER a©p©p pepepepe epeovovovoepepe � ep0p00p pp0p0pap0papOpa pe0ep a papop©0©0©po0o Ue e o p©papepe0epe r� Die u t p6pu00pvpuo� ° �, u—p—u—p - 0-0 —1-0 0 o-�o-no�o�°�p� epepe ep©ovovovaepepe p °=°o°opd pli31VM °=n=° METER BOX CITY OF FORT WORTH, TEXAS i�A4 i I -INCH STANDARD PLASTIC METER BOX (3/4 & 'I -INCFI METERS) REVISED: 08-31-2012 33 12 `I 0-D I `I 3 METER BOX LID 6-5/16 I.D. W01 34-1/8" 3/8" WALL 1 NOTE: 1. USE THIS METER BOX IN NON -PAVED AREAS METER BOX ONLY. 2. DIMENSIONS f 1/8" U.N.O. 3. WALL THICKNESS: 3/8" 4. SNAP LOCK POCKET WILL RECEIVE AMR/AMI DEVICE ENDPOINT. SNAP LOCK SLOT IS 1.80" f .015" TO ALLOW FOR A FINGER FORCE INSTALL. POCKET HEIGHT IS 15/16" FOR MIN 1/6" AIR GAP. SNAP LOCK POCKET, SEE NOTE #4 2" \- 1 /2" REBAR (2) PICK HOLE POCKET 3" x 9/16"x THRU HOLE WITH 3/160 304SS ROD }- 21-1/4" -{ 1/2° 80W �� 17-1/2" 18-1/2" I&qp CITY OF FORT WORTH', TEXAS REVISED: 08-31-2012 2-INCH STANDARD PLASTIC M11' ETER BbX (1 %2 & 2-INCH METERS) 1 33 12 10-DI 14 SNAP LOCK POCKET. SEE NOTE #2 18" 1/2" REBAR (2) PICK HOLE POCKET 3" x 9/16"x THIRD HOLE W TH 3/160 304SS ROD OOepe0©Oa0°e0e epepe.epop©p 000 COfY OF @ 0 0 0 FORTwO 0-0 0eeevev0 n 0-@a_@p_0-0-@=0-0 -cc-0-0-0-0-1- Iwu ° o 11-0-0 ° M@ 1a@0@000@0@0@�@ 00000p00000- u U-0 0-i o°o°@ o0@0@060@0@0@ 1-3/4" 4 ( 8,. I i 3 \ o ..I .�.. �~ 16-3/4 22-3/4" -{ N 1 20" I.D. WORK AREA 21-1/2" METER BOX LID METER BOX NOTE: 1. USE THIS METER BOX IN PAVED AREAS ONLY. 2. SNAP LOCK POCKET WILL RECEIVE AMR/AMI DEVICE ENDPOINT. SNAP LOCK SLOT IS 1.80" f .015" TO ALLOW FOR A FINGER FORCE INSTALL. POCKET HEIGHT IS 15/16 FOR MIN 1/8" AIR GAP. 15-1 /4" 12" I.D. WORK AREA 13-1/2" nr�,T CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 Ai ` -INCH STANDA D CONCRETE [DETER 13OX (3/4 & 1-INCH METERS) 133 V `i ©-D i I G METER BOX LID 32 1/2" 28" I.D. WORK AREA -� 31" METER BOX NOTE: I. USE THIS METER BOX IN PAVED AREAS ONLY. 2. SNAP LOCK POCKET WILL RECEIVE AMR/AM[ DEVICE ENDPOINT. SNAP LOCK SLOT IS 1.80" ± .015" TO ALLOW FOR A FINGER FORCE INSTALL. POCKET HEIGHT 15 15/16 FOR MIN 1/8" AIR GAP. SNAP LOCK POCKET, SEE NOTE #2 2,. �_\ ` 1 /2" REBAR (2) PICK HOLE POCKET 3" x 9/16"x THRU HOLE WITH 3/160 304SS ROD 20 1 /2" -{ �-- 17" I.D. WORK AREA 20" CITY OF FORT WORTH, TEXAS 2-INCH STANDARD CONCRETE DIETER BOX (1s1/2 & 2-INCH METERS) ERS) REVISED: 08-31-2012 33 12 10-01 17 MJ CONNECTION WITH ANCHOR TEE EXISTING OR SIDEWALK OR ANCHOR COUPLING FOR DUCTILE PROPOSED IRON OR PVC PIPE WATER MAIN CURB 1 � � I6" FIRE HYDRANT BOTTOM LEAD LINE (PVC Y Y REST - OR DIP)/ 3 ! �/\ RETAINER PAVEMENT OR HORIZONTAL GLAND OTHER SURFACE THRUST FIRE BLOCKING PER WATER MAIN HYDRANT 33 11 00—D130 PLAN VIEW HORIZONTAL BLOCKING 3'-0" FROM BACK PER 33 11 00--D130 OF CURB (MAX. 9') SET FIRE HYDRANT 18" MIN. PLUMB BACKFILL SAME AS WATER MAIN PER BREAKER RING SECTION 33 05 1D W/BREAKER STEM EXISTING OR 2 MIN. 3'-8" MIN. PROPOSED CURB G" MAX. C W—D" MAX. PAVEMENT OR OTHER SURFACE 4 ' HORIZONTAL a e ' d THRUST '7 .. BLOCKING PER 33 11 00—D1307 WATER MAIN MJ ANCHOR TEE OR MJ ANCHOR COUPLING 6" MJ CATE VALVE PER 33 12 20—D126 NOTE: 1. DO NOT LOCATE FIRE HYDRANT IN SIDEWALK. 2. PROVIDE FOUR (4) FOOT CLEARANCE AROUND FIRE HYDRANT. 3. EXTENSION SECTIONS MAY BE USED AS REQUIRED AND INSTALLED AS PER MANUFACTURER'S INSTRUCTIONS. 4. FOR CONCRETE PRESSURE PIPE OR BURIED STEEL PIPE, PROVIDE AN ISOLATION KIT AND WAX PETROLATUM TAPE COATING PER SECTION 33 D4 10 AND FLxMJ GATE VALVE. &vw ...................... Z-;r' tJ4 L 6" FIRE HYDRANT LEAD LINE (PVC OR DIP) SAND EMBEDMENT PER SECTION 33 05 10 RETAINER GLAND ELEVATION VIEW MINIMUM 0.3 C.Y. CRUSHED ROCK PROPORTIONALLY AROUND BASE. DO NOT COVER WEEP HOLE. f HORIZONTAL BLOCKING PER 33 11 00—D130 CONCRETE REST 12"x12"x6" 1 L RETAINER GLAND CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT (STRAIGHT) REVISED: 06-28-2013 33 12 40-0120 V) Z � pN U U w LLI mV3 aQW W) zw()L Eiy L � O Q D Z V] N W w X w M u.wzM ww� -j LLI Fes- JEr- p Way QZm CY Q WM 777 r �E < >-€LE l-� U D w p ZO 1=-W Q(j O l N zo r v)o `Z mz DU� OaF U � xo� DOU U m M W (W! m In z F-� m O q EL ce < Z' � oQwM M �cafa�M ¢drC) a� } = M �Z o 27 U Z�r� r\ oIn \ O Cwzn I Cuwpl-; ` W M T Q-a� Nzp a D m z OaLLJ r m m Mj � Z � U W W D z d W ZCL co Q Z V) V O J . C� LIJ Z I-- W J U) z W J Z � � Q U) E EL W D Ul UJ P CL Z LU O ® 0- L) 2- LL ® L O W 0i ���AA } V m z ¢z� ` I LLJ H 0 z w V) LL- � IW \ e O a- of a .- z o o_ N p 0 U p Z� � pN ( W M�ZUI N \ t J W Fzwaw 0 - wnLu m wnzzJ Vz wooQ oy FF mc-� W Ln Jm�'Q1-` Z< ov)Z.) oz I /\�/\•�/\�/\V/\//\��/\ wg- N¢o w� Jiw= a Sao Ow�9z4 33 Zmm �Qa� ¢wM Zap afQ(i Za I laDO zWrnwZ D Q N U' QV] d �<03J:, ¢3 ���0 J Y�Z DU O MUD fMUd� LdQpoUO m m M ~ O M z N M 8-#4 8-#4 BARS BARS (TYP') (TYP.) 4 BARS \ � \sir ?. CHAMFER (— 3'a" CHAMFER n \ a FOR UNIMPROVED (TYP.) SURFACES ONLY CONCRETE COLLAR CONCRETE COLLAR CONCRETE COLLAR ASPHAL (UNIMPROVED SURFACES) (RECLAIMED WATER -- ALL LOCATIONS) PAVED AREAS UNPAVED AREAS NOTE: 1. GATE VALVES SHALL BE CONCRETE COLLAR" CHAMFER (TYP.) RESILIENT SEATED. 8" TYP, 3" MIN. 2• PROVIDE 3° MIN. OF COVER I OVER REINFORCEMENT IN ALL DIRECTIONS. 3. COLLARS SHALL BE 4,000 PSI CONCRETE PER SECTION IF VALVE OPERATING NUT IS 03 30 00. MORE THAN 3' BELOW AWWA TWO-PIECE PAVEMENT SURFACE, PROVIDE VALVE BOX OR EXTENSION STEM TO 1' BELOW APPROVED EQUAL PAVEMENT SURFACE, USE RETAINER GLANDS FOR VALVE RESTRAINT GATE VALVE 39"x45' CHAMFER 1 2„ +o� 2" SQUARE STOCK W/ 1" DIA. HOLE j DRILLED THROUGHA, I 1 "0 SOLID -- ROUND STOCK I i I I VARIES I I I I I 2" SQUARE STOCK I W/ 1" DIA. HOLE DRILLED THROUGH 2"+0 I 2.k" SQUARE TUBING W/ Y4" THICK WALL TT 4,±0 VALVE STEM EXTENSION NOTE: 1, 1" ROUND SOLID BAR & 2" SQUARE PER ASTM A-108-81. SAE 1020, COLD DRAWN OR BETTER. 2. 2-X' SQUARE TUBING PER ASTM A-512-78, SAE 1020, COLD DRAWN OR BETTER. 3. ALL WELDS SHALL COMPLY WTH A.W.S CODE FOR PROCEDURE, APPEARANCE AND QUALITY OF WELDS. CITY OF FORT WORTH, TEXAS REVISED: 10-1 a201 ❑ u WATER DISTRIBUTION GATE HALVE & BOX (12" AND SMALLER) 33 12 20-®126 RESTRAINED PLUG OR CAP I ' A r I r- r „X„ BLOCKING SHALL EXTEND TO UNDISTURBED EARTH I BLOCKING SHALL EXTEND TO UNDISTURBED EARTH ALL DUCTILE IRON FITTINGS ' ._ SHALL BE WRAPPED IN POLYETHYLENE PER TEE SECTION 33 11 11 1 r "X•• BEND ill PLAN VIEW HORIZONTAL THRUST BLOCKING TABLE P[PE SIZE "X" DIM.** PLUGS, TEES. DEAD -ENDS 90' BENDS 45' BENDS 22.5° BENDS 11.25' BENDS MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) 6" 1'-6" 4.00* 4.50 4.00* 4.00* 4.00* 8" 1'-6" 5.65 8.00 4.33 4.00* 4.00* 10" 1'-6" 8.84 12.50 6.76 4.00* 4.00* 12" 1'-6" 12.72 17.99 9.74 4.96 4.00* 16" 2'-0" 22.62 31.99 17,31 8.83 4.43 20" 2'-0" 35.34 49.98 27A5 13.79 6.93 24" 2'--0" 50,89 71.97 38.95 1 19.86 9.98 *MINIMUM THRUST BLOCKING SURFACE AREA SHALL BE 4 SQUARE FEET. **DIMENSION "X" TO BE A MINIMUM OF ONE FOOT AND SIX INCHES, BUT IS TO BE INCREASED WHERE NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL. N OTES: 1. THRUST BLOCKING AREAS SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 3,000 PSF HORIZONTAL OR LATERAL BEARING PRESSURE FOR ACCEPTABLE SOI LS 1.3. MINIMUM COVER OF 42" 1.4. A SAFETY FACTOR OF 1.5, 2. THE ENGINEER SHALL PROVIDE A SEPARATE BLOCKING TABLE WHEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS. 3. THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF THRUST BLOCKING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. 4. ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS. 5. BLOCKING FOR WATER LINES LARGER THAN 24" SHALL BE DESIGNED FOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS, 6. ALL DUCTILE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. 7. CONCRETE MATERIAL SHALL CONFORM TO SECTION 03 30 00. „X„ " CITY OF FORT WORTH, TEXAS REVISED: 12-30-201 ❑ HORIZONTAL THRUST BLOCKING 33 11 00-D 130 &qp Col SIT.. �..... UNDISTURBED EARTH PROFILE VIEW CONCRETE CRADLE TABLE PIPE SIZE "X" DIM.** 90' BENDS 45' BENDS 22.5' BENDS 11.25' BENDS MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) MIN. AREA (SF) 6" 1'-G" 4.50 4.00* 4.00* 4.00* 8" 1'-6" 8.00 4,33 4.00* 4.00* 10" V-6" 12.50 6.76 4.00* 4.00* 12" 1'-6" 1 17.99 9.74 4.96 4:00* 16" 2'-0" 31.99 17.31 8.83 4.43 20" 2'-0" 49.98 27.05 13.79 6.93 24" 2'-0" 71.97 38.95 19.86 9.98 *MINIMUM THRUST BLOCKING SURFACE AREA SHALL BE 4 SQUARE FEET. **DIMENSION "X" TO BE A MINIMUM OF ONE FOOT AND SIX INCHES, BUT IS TO BE INCREASED WHERE NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH BOTTOM. NOTES: 1. THRUST BLOCKING AREAS SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 3.000 PSF HORIZONTAL OR LATERAL BEARING PRESSURE FOR ACCEPTABLE SOILS 1.3. MINIMUM COVER OF 42" 1.4. A SAFETY FACTOR OF 1.5. 2. THE ENGINEER SHALL PROVIDE A SEPARATE BLOCKING TABLE WHEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS. 3. THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF THRUST BLOCKING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. 4, ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS. S. CRADLES FOR WATER LINES LARGER THAN 24" SHALL BE DESIGNED FOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS. 6. ALL DUCTILE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. 7. CONCRETE MATERIAL SHALL CONFORM TO SECTION 03 30 00. CITY OF FORT WORTH, TEXAS CONCRETE CRADLE REVISED: 12-30-201 ❑ 33 11 00-DI 31 6" MIN. WIDTH SHALL BE 8" PLAN VIEW MIN. FOR 2 BAR APPLICATIONS, OTHERWISE 6" MIN. 6" MIN. PIPE BACKFILL PER DRAWINGS AND SECTION 33 05 10 " PIPE EMBEDMENT PER DRAWINGS AND SECTION 33 05 10 a" REINFORCING MAT, #4 BARS ® 6" OCEW PROFILE VIEW TIE -DOWN BARE AS DESIGNATEE ON TABLE REINFORCING MAI SHALL BE #4 BARS 9 6" OCEV BLOCKING SHALL BE AGAINST UNDISTURBED EARTH HOOK TIE DOWN BARS INTO REINFORCING MAT (TYP.) BEAGAINST UNDISTURBED EARTH 6" MIN. VERTICAL TIE -DOWN BLOCKING TABLE PIPE SZE 90' BENDS 45' BENDS 22.5' BENDS 11.25' BENDS MIN. VOLUME (CF) MIN. #4 BARS MIN. VOLUME (CF) MIN. #4 BARS MIN. VOLUME (CF) MIN. #4 BARS 6 ALL 90' BENDS SHALL BE RESTRAINED 48.69 1 24.82 1 12.47 1 8.. 86.56 2 44.13 1 22.17 1 10" 135.25 3 68.95 2 34.64 1 12" 194 76 4 99.29 2 49.88 1 NOTES: 1. VERTICAL TIE -DOWN BLOCKING VOLUMES SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 150 PCF CONCRETE DENSITY 1.3. A SAFETY FACTOR OF 1.5. 2. BAR QUANTITIES ARE BASED ON: 2.1. 30 KSI #4 STEEL REINFORCEMENT BAR 2.2. A FACTOR OF SAFETY OF 1.5 2.3. "L" SHALL BE A MINIMUM OF 18". 3. THE ENGINEER SHALL PROVIDE A SEPARATE VERTICAL TIE -DOWN BLOCKING TABLE WHEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS. 4. THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF VERTICAL TIE -DOWN BLOCKING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. 5. ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS. 6. WIDTHS, LENGTHS AND DEPTHS MAY VARY BUT SATISFACTION OF ABOVE MINIMUM VOLUMES MUST BE DEMONSTRATED. 7. KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS. 8, VERTICAL TIE --DOWN BLOCKING FOR LINES 16" AND LARGER SHALL BE DESIGNED FOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS. 9. ALL DUCTILE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. 10. CONCRETE MATERIAL SHALL CONFORM TO SECTION 03 30 00. CITY OF FORT WORTH, TEXAS REVISED: 12-30-201 U VERTICAL TIE -DOWN BLOCKING 331 `I 00-Dl32 k qp ED iTING PRIVATE SERVICE HOUSE OR BUILDING TUIRED TO COVER ML ILF VHULI min rsuiwTIVE GUARD. 2. METER SHALL BE REMOVED BY THE CONTRACTOR, CONNECTION FROM BY—PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. CITY OF FORT WORTH, TEXAS TEMPORARY SERVICE CONNECTION REVISED: 08-31-2012 33 04 30-®i 33 FINISHED 2" X6" BOARDS FORTWORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 !� INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE 1 33 04 30-DI34 CITY OF FORT T WORTH STANDARD DETAILS SEWER 6" MIN. AND 12" MAX. INITIAL BACKFILL 6" MIN. AND 12" MAX. BEDDING w 5 TRENCH GEOTEXTILE (� FABRIC CRUSHED ROCK PER SECTION 33 05 10 12" MIN. TRENCH WALL. CLEARANCE (TYP.) CITY OF FORT WORTH, TEXAS REVISED: 03-23-2018 - EMBEDMENT FOR SANITARY SEWER PA UP TO 15-INCH DIAMETER 33 05 i®-0201A OVERLAP GEOTEXTILE FABRIC 24" MIN. BACK'FJLL 6" MIN. AND 12" MAX. INITIAL BACKFILL - - - 6" MIN. AND 12" MAX. BEDDING I TRENCH GEOTEXTILE FABRIC AROUND BEDDING CRUSHED ROCK PER SECTION 33 05 1 D 12" MIN. TRENCH WALL CLEARANCE (TYP.) "a ��9T CITY OF FORT WORTH, TEXAS REVISED: 03-23-2018 EMBEDMENT FOR SANITARY SEWED 18-INCH DIAMETER AND LARGER 33 0510n13201B c➢ z_o UW I I i I I O O I m to N W L''1 Lry r'7 M u7 ZLj v) u aw J W WEL- f [ I I I fY] N 7 I L�Q 01 N in nU N N N M�r It m U It Z o Lj W co o D I N 0 4 1 co LU W Z N fcoicq Ln J J Ld � w J U W m 03 L W N N W -� 'n N _ d Q) o z Q Z � U U1 U W o N N l l l l l l l l€ Z ~ a LD In o m N Lf) N W p Lp � a c6 r oa U1 J W W N of W N N N n d- oQLZ Z U , z J Z L H Q cL co U fL rr w w IL Q U W "IU 1) a zcLz Ln o <YU'yH Q U Lj J O Z C)o<c U CJ Lo Ln LJJ {D [� Z in rr Ld 3 LLJ J Un bi bi Q� cn Ja r _ _ J no w ] N no N N N b o 'N m d- O O Q d 4 T 4 n n W Q r oa m W Z_ r 0 O Z Vl CD J J _ �a � p rrl d' I6 lD � N In 61 � E1S f7 r N 06 _ W W U O U N r) Ih 6 M 0 [D N M, [� N r O j m W W N N N M dt Ln Ln ro t, 00 m Ol W 0 LL Z (_> LO LZ U) a d Q � d I I I I I I I I w ¢� z z o J z J w Z Z J O] ID o0 O o"� r I` I I ''? I I I I I I i I l �p I d N N N rrl tl' W d J� Q Z Er N W 90 O O [D N Z <Y b iD N c0 Y' d w O tr L T N N N N n n .} l U r- �, 0 rn rn Z Q U W C) LY W 7 U 7 w N W p Q zv! J:::) af JNir z 0 wWwL�JW LJ,Ww gZ¢pJ ZO JOlr I- a.- m z w uM1-r U LW- L z Z W Qw [� O do w aQ-am w� U z�zw?L JQO(9 QWZJ wzL-cc w F��c�IQI m - �t} m z z Q Q U Q JZz Q Qa} U3 Z J-JIr �h-t] W U��O �OFFt7TUa lY Z (R LLLj I 2' In y z in Z W Y W 6z:: 11 Vww za wcm <afJ M ,�QpZ LJ �p WW z"4m O U 4 W }OLa�.J }Z:S QLl1QZUW W wJQU€YQ--WNiY_Jp O 4U[O Lj [1j u)0 iQno aO (/1O(n<- W J w J z LL L,]Wa-p, E- p z.- N O © S Z Z n-F LnW CLo J L1 WOn a WF H W Z V) LY n W p Q� U LLJ LJ CE Q J Ld LJj 3: 0 af LLJ ft� LJJ (n Q Z Of � J Q Qz Q r� (n r� co 1 0 N N c� i Ln 4 Q ❑ •N p�� LU CD w co C� I co I— CL Cl) w Z Ww r- a. w 0 LLI LL i LL- O w ~ � r U LLI � y�y LLI _j !M LLI z o i N M � 00 �nOF w €C / ' �N�C� ` / n'O� ~ OZ ` m o LLJ •"/ to zm, WLd \ / UOm <� �' 40 //) ! F < ZUL'-JZ r ODi �O U U)LL LL) -i w �Z z �� w a. w dJO 'f % z OJ _ 2M h. m� I '_l\ WUO> LLl U F-Oz i. liV O C �Ld : m0-0x Q \ Z Q W UoWM `. Z LLJ �m� I Q4 oWa Ja Q LL w LLI _d Lu � -: Q. f Z e m r, Z Z z % \ 6 m c¢i z aDLU �=cZ� < wV�W cbi F�J mod` a� Zv a I a ;, a � < W � Woo . tr �a i Qz � o w �z -I azL,< 0d �\ X c''�o Ewa LLIWO fi In 6 p i> \ ^ D p D t ry P P 7 P C +raw+ I vtp Ap p Pbbpp b pot, D D P D P P 6 D OpPDb \\LM pb DPpDP pDpP o-PPA \`/ pPP W+;. OF i+ ppD DDnDD ppp P. \\\ t� b�P6hDPbpb Popp p�PF \i. P p P b p D D D \ JZ pP�P e + a a+a+t+ pPb �6o-p b�D pbp Pp / bP P .bP6C..Pb DP P bP i> �\ O W a+++i+s++++. U+ ° +i+++ax++++++ rP�'� Fti' #'p D'pp PPP \ Lim° x �++++++�a pP ?�k�} PppPpPbp \ ZO �Oh¢ zm a a a` x+i+++ P P' D P D p' D D P p W + i a't'++s++�++++++t+a.++ bao ppPPtrp p$Dpep PAD \� QZ O W W f/) ~ DPP DPp P A P P P A\\� x♦t°;px";+x+xax+{+{++°++{+++ �[� x A P oP pDDA P6PbpbDp a Q O +++++++ ✓ O SDP t, t, M P P P P p p P p A p +t + a ++x+ + ++++ra+++++++++++ PPe PPPPAPPD Q PP Pp PP6P Z �„/ axe+`s'x+++x+++i+aaaia{ria+� pRP bPpD PD�'p PDbPbpP `/ mJ UQ'N Z tit U ++x+{+}+1++++a a+♦+++{+a++++ D P D P R b�rr'rytr (/IZ� PPD PPPPPPbP \\ �Q_ PP. .rPP �Q / / W U J _ / +++++++++++++ \ w F V J Q' if) mz X QCQ J QF- V Wr- U O d M �F O O Z M W W _ n M CX DW Z O U W V W E A-7 t fl-'a 4—#3 DOWEL BARS SPACED ` — EVENLY s PRE —CAST OR CAST—IN—PLACE MANHOLE PER 33 �; 39 1o/2D—ozas -- 3/4 LD_ GROUTED . DROP THROUGH $r PER SECTION SLOPE BENCH TO { 03 30 00 FLOW TO TROUGH Y" : , �3a I.D. TTE 4 a f -: _ y PROVIDE -Y4 DE NTERED - - =.rf_ z'= DEPTH INVERT BENCH r, ,r'° : ALL STANDARD AINU UNUr iFIROUGH ;�.' ^4' I' .''i MANHOLES py� RADIUS CONCRETE TROUGH PER (TYP.) SECTION A -A SECTION 03 30 OD PLAN VIEW FORT WORT NOTES: 1. DROP THROUGH SHALL BE POUREC MONOLTHICALLY WITH CAST —IN —PLACE BENCH, OR DOWELED AND GROUTED TO PRE —CAST BENCH. 2. DROP THROUGH SHALL EXTEND INTO MAIN —LINE TROUGH Y2 THE INNER DIAMETER OF LATERAL. WHERE LATERAL FLOW —LINE TO DROP MAIN MAIN FLOW —LINE IS GREATER THAN PER 24" AN EXTERNAL DROP SHALL BE 03 30 OD REQUIRED PER 33 39 10/20—D209 4. "X" SHALL BE NO MORE THAN 24" FROM FLOW —LINE TO FLOW LINE. "Y" SHALL BE THE GREATER OF HALF OF "X" OR 6". T OR CAST —IN --PLACE MANHOLE PER 33 39 1D/20-0208 CITY OF FORT WORTH, TEXAS HYDRAULIC SLIDE REWSED: 08-31-2012 3339 1 NOTES- 6. UNLESS OTHERWISE INDICATED IN THE DRAWINGS, 4'0 1. MANHOLE TOP SHALL BE PER MANHOLE LID ASSEMBLY MANHOLES SHALL BE USED FOR 21" AND SMALLER DETAILS AS INDICATED IN THE DRAWINGS. SANITARY SEWER LINES AND 5'0 MANHOLES SHALL BE USED 2. FOR CAST —IN —PLACE MANHOLES, CURE FOR THREE DAYS 24" UP TO 36" SANITARY SEWER LINES. BEFORE BACKFILLING AROUND STRUCTURE 7. HINGED LIDS SHALL BE REQUIRED FOR ALL SANITARY SEWER 3. IF SOIL CONDITIONS OR GROUND WATER PREVENT USE OF MANHOLES WITH CONNECTING LINES OF 24—INCHES AND COARSE AGGREGATE BASE A 2—INCH MUD SLAB MAY BE GREATER, SUBSTITUTED. 8. HINGED LIDS SHALL BE REQUIRED FOR ALL SANITARY SEWER 4_ CAST —IN —PLACE CONCRETE SHALL BE PER SECTOIN 03 30 MANHOLES WITH A RIM ELEVATION GREATER THAN 00. 12—INCHES ABOVE NATURAL GROUND. 5. PRE —CAST JOINTS SHALL CONFORM TO ASTM C478. FRAME AND COVER AS INDICATED ON THE DRAWINGS OR AS REQUIRED PER NOTES 7 AND 8 PRE -CAST I CAST -IN -PLACE .... + + + ¢ "' + + +� ram-'. '+ + + + + + + ++++++++++ ++++ + .'. $+¢++ +MANHOLE LID + + + + + + + + .' si. -+ + + + +ASSEMBLY, SEE + + + + + + + + •+ '. 4 .. + + + + + + + + + NOTE 1 3,. + + + + + d + + + + + + + MIN. + + 8 MIN. + + + + + + + + + + + + (TYP-) + + I + + + + + + + + + + + + + + + + �+• + + + -; + + + f + + + + + + + + + I . + + + + + + + + + x.- PROVIDE EXTERNAL + + - ,; , -Y- g,- + + + + COATING IN + + + + + + + + + + +ACCORDANCE WITH ACCEPTABLE } + + ++++++$+++¢ I + +++++++ASTM D4258 AND * } + + + a`" + k + + D4259 BACKFILL AROUND + + + + + + + I + + + + + + + + MANHOLE (TYP.) PER' + + + + �- + ;" + + + + + + + SECTION 33 os l o ..+ + + + r + + + + + + + _ + + + + + + + ... + + f + + + `. RUBBER GASKETS I b, f + + + + + + + k + + + + + ¢ + + ¢ + + + ¢ AT ALL PRECAST + $ + + + ¢ + j } + + + + + + + JOINTS I �. + + + + + + + + + + + + + + + �. + + + + + + + + } } } + + + + .. 5" MIN. FOR 4'0 . + + + + + + + ¢ + + + + + + + 8" MIN + + + + + + + + + + + } + .... • . 6" MIN. FOR 5'4 - < - .,-+ + + + + + + + + + + + + + + 7" MIN, FOR 6'0 + + + + + + + + ' 4% 5' OR 6' 4 k + + + + + + + + + + + + + ¢ AS INDICATED IN + + + + + + + + + + + + + + + THE DRAWINGS + + + + + + + + + + + + + + + + + + + + + k + + + + f ¢ + + . r, I OR + + f + + + + + + + + + + + + APPLY INTERI .i e -a"? + + + + k + + + + + + + + + + _ I CORROSION + + + + + + + + + + + + + + + . PROTECTION IF w ' + + + + + + + + + + + + + + + , 4d REQ'p (TYP.) PER .n- - + + + + + + ¢ + + + + + + + + SECTION 33 39 60 - + + f f + + + + + + ; I i- + + + + ¢ + PIPE CONNEC710N11N } + + .` d°�' + + + + + + ACCORDANCE WITH+ + + + I + + + + + + + SECTION 33 39 20 + + 4' + ` + + + + + + + + + + +++ +++++ SLOPE BENCH i :-+$++++ + + + + EMBEDMENT SHALL SE + + I + _ TOWARDS p + PIPE CONNECTION IN + + + + + . DOWNSTREAM I + + + ACCORDANCE WITH SAME AS MAIN (TYP.) + + + + + +'a + + SECTION3339 10 PER SECTION 33 05 10' + + + . �.. DIRECTION I GROUT + + T + + + + + + + +.. AROUND Yam+ + + + + + + PROVIDE 3/4 PIPE a DEPTH INVERT PENETRATION 'SLY P (TYP.) Z12 K':` -�14-. r+:-h-'--�^'y:.. L•_-w -, •,i: tom' r'.�'1,y:_•1 .."-32n . 12' MIN. 47 Y'4' ry ADJUST GROUT INVERT W/OFFSET TO MATCH PIPE FLOWLINE AS NEEDED MIN. MIN. h -\ �� •\� •�� �� •�\ �� \�//\ CRUSHED ROCK BELOW MIN. UNDISTURBED MANHOLE BASE (TYP.) EARTH PER SECTION 33 05 10 CITY OF FORT WORTH; TEXAS REVISED: 06-19-2013 STANDARD MANHOLE 3339 `i ®i2®-®2®8 NOTES: 1. MANHOLE TOP SHALL BE PER MANHOLE LID ASSEMBLY DETAILS AS INDICATED IN THE DRAWINGS. 2. CLSM OR CSS BACKFILL AROUND DROP PIPING SHALL BE A MINIMUM OF 24" IN ALL DIRECTIONS. 3. NO PLUG SHALL BE PLACED ON TEE. MANHOLE LID ASSEMBLY, SEE NOTE 1 + + + + +- + + + i + + + + + + + + + + + 4 + + + + + + + + + + + + + + + + + + + + + + + + + + + + +- + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + +- + + + + $ + + + + $ $ $ + 6 + $- + + + $ + + + + + + + + + + -§' + + + + + + + + + -i- + + + -F + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + . + + + + + + T + +' + + + + + + + + + CRUSHED ROCK + + + + + + + + + + + + + + + + + + EMBEDMENT PER + + + + + " .. + + + + + + + + + + +SECTION 33 05 10 + + + + + ? + + + +- + + + + + + + + + +<" + + : + + + + + + + + + + +�+ + +�+ + + + + + , + + + + + + + + + + + + + + + - v v v v v v v 2„v +++++++++++++ VVVVvvv �'2"-6" < + + + + + + + + vvvvvvvvvv + + + + + + SDR-26 + + ; + + + + SWEEP TEE +++++++++++++++ + + + + + + vvv v v v + .�Y nrrvp vvv + + + + + + + V v v v v v v + + + +- + + + +xGG� v v v v ®®© + + + + + + + I\!I I ++ ++ 17 v v v v V v v - ^�+++ 4 ++++- + + + + + + + + vvvv N vv4 + + + -� + + + + w V V v v ,o � v V'V �- +. + + + + + o z EXCAVATION LLI + + + + + + + + ®vVv vvv + + + a + ;- + + + + + + + + + m LIMITS \�\\ Cp v v v v vvv .. ALL DROP MANHOLES + + + + + + + ¢ v `'/ v V v v Q N i7 C� v -. + + + + + + + + � v v v v o I vvv ., SHALL REQUIRE INTERIOR + ;- + j X v v v v w r� v v v CORROSION PROTECTION + + STANDARD CLSM OR CSS v v v v Lco' v v v PER SECTION 33 39 60 + + + MANHOLE PER 33 DROP PIPE v v v v ¢ v v v +++; +++ 39 10/20—D208 EMBEDMENT \/�` GROUT FILL TROUGH vvvv vvo - r +- , +- + + PER SECTION �, v v v V vvv TO DIRECT FLOW + + + + + : + 33 05 10 � /��� v v v v v v v + + + + + + + �1 vvvv, v v v a + + + + + + + J VERTICAL TO TOP + + + + + + + + V v v vvv + + + + + + + v v v '. v v POINT OF PIPE + + + + + + + + v 6 + + + + + + + vvvv = + + + + + + + + SDR-26 - \ � I 1 II v v v v . + + + + + + + + + + $ + +- II Ll + + + + + + Y vv vC%vvvvliv v V v 5' V V C> Ov :: isa{.;.,::.....�:..,:.:i:.;,,ip �:eii:..�e: + i- d- + + 4 FoRTW RTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 STANDARD 4"DIAMETER DROP MANHOLE 3339 `I ®120-D2®9 p J O X 4 P omnLd H W Ld Z p W w O o W J€sSF—m O ZU z£YLJ�W Q Oa Ld O aJ O Qfj Z M O LL. Ld W 0 ? m M F- J � U m t}J: p LLJ dZ 3Q0p O �UWw ULj ncngh UU' •-r co cL7Z�0� N} �wHLd OJzzum dQ UU LU LU �O ZIYU, UaadOd p d a- z 7 0 W w�� U (nw �ZLU fnp Lp w Y W _ m D O m N d U W W p J bj H Q z W w U W Z UI 77 Q JZp W� fl OO muw! oo nn WJOZw > Z tom: .m WO WQ"2,' J Q �ZZm�FLYCi Zd'p� Q W K Ii0 �Q a O p�pIY�Z W Uo EL €Fel Z(�(.�D 4 af zW ww waw O �w Q U Z c) W 7 U w� ©J Z w Z �W w d M p w J w d aU UQ WZZ �i t1UwW W-U ZM ZUw W0 wad?at~i)�(n c)tto<LLi 91-cc)co UikL� co � pw azmFn (YF- < 2mm0 U�F--�j �W Zc-) z D m Q Z w p��� [YFWLU ... �pZ UWln Oz V0 o7 .14 in Kapaw W3 UCH (/]Qp (nJJY�W r ¢\QHU1p M LU LL #+a+a+++ +m+{+fr{aF o{+ + +ew ; \/ } Q a FLL + i awL,ll`' 7 a WW O " a� \� 3 I In- > 5 I ` W o fL N H \ W r+r+++r"+'r+# iA pz O` \\ Q 4 O (,) p\ t+r Q +t U +. U W Z. - a za °+` [roi+w+ z+`U SOU` Z ¢ U CO) a3 i. wuwMi , o'+o m}` w Fw Q *#*sH JZ,rf KtWn,+fX'z 2 ` Ld l NZ CL sd L,Os tU - W WWF*P I EL Q F U ` U U U a w U ly o¢f Zp w z r of W Z Cy ,. W U 0 I- c� vm CA -i C) U L' � a c - _ Z ,".+ +`, # _ #',•wLl:vim \\ u~im I U t r'¢ LLI as z M W J W + #' # \\ I cLr + — jI - 0of w Ld O J W S `� 0 ++rtrwr+'+ V J x h m W+f+ / w O O Z - v) +w#w \\ Z U W W (7 # #w w/ d J J J 'gym EL M �Lo 2p> rn J O W Q Q Q F p M O F p [�J�~ zzzZ �� OpUI J H w w M Z m J Q dX W U W In 1LLI ¢—N o w RE W a U 0 uj Ld Lew Le) ZOZ dr a `J���tl W wuj M F �11 u W Ol m� o zo l3litlLltld ly > a W a PROPERTY/R.O.W. LINE HACKFILL SAME AS SANITARY SEWER MAIN AS INDICATED IN THE DRAWINGS PER SECTION 33 05 10 ++-h 4+P+ '�' + 'i' + + { 4 + + + + + + + + { + t t + + t + + + + + + + + + + + + ' + + } + + + + ++ } + + + + + $ t t + Z t + { { + + ++ + i + + + + + + + t + + + - - + + + + + + + + + + + + { + + + + + + + 4 + + + + + + +I Two —WAY ++++}+'++++ ++VERT+ +ICAL CLEANOUT TEE +++++ ++++++++++{++++++% +++ eEND+ + -F + + Y { + + + + + Y + { + + + ++F -Y t + + + + + £ Y Y + ff _ T+ + +++++ +++++ { r-- .+ + + + t + + + + t + + Y ^ _ - EXIST + + + + + + + 4 + + + + + + + 4 + + 4 + \�' SERVICE + + t + { t + + + + \ \ \%�\� ��� LINE - + + + -F + + + + +. ++ � ++ +` ++ l//��//`�//��//PER3331 50—D214 + + + + } + + PAST THIS POINT UNDISTURBED PROPERTY/R.O.W. SIDEWALK—\ N OTE7 1. USE THIS SERVICE ONLY WITH PERMISSION FROM THE CITY OF FORT WORTH- " -SANITARY SEWER MAIN PVC CLEANOUT W/S.S. BOLTS AND POLYETHYLENE LID FOR UN —PAVED AREAS .._ [CLEANOUT W/LID AND CONCRETE COLLAR MUST BE EITHER COMPLETELY INSIDE OR OUTSIDE OF SIDEWALK �cln�wnl Ir I CURB STREET PLAN VIEW IN NON —PAVED AREAS 1 -Y PROPERTY/R.O.W. LINE DRIVEWAY STREET DRIVEWAY APPROACH PLAN VIEW IN PAVED AREAS CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 A IL DEEP SANITARY SEWER SERVICE 33 31 50-®21 5 15" PVC PIPE SDR 26 WATERTIGHT ADAPTOR PVC TO PVC FOR PVC PIPE. CLAY TO PVC FOR CLAY PIPE SECTION A —A PLUG GASKET RISER PIPE DETAIL A N.T.S. DUCTILE IRON FRAME & COVER PER MANUFACTURER'S RECOMMENDATIONS EXIST. GROUND N EQUAL TO--' \! PIPE BEDDING UNDISTURBED SOIL N OTES: 1. GRADE RINGS SHALL NOT BE ALLOWED. 2. WASTEWATER ACCESS CHAMBERS SHALL ONLY BE ALLOWED ON UNIMPROVED SURFACES. CUTS AS REQUIRED FOR 6, S, 10, OR 12 INCH PIPE ALONG CUTTING GROOVE UNIMPROVED SURFACE PLAN VIEW DETAIL A CLEARANCE: 4" MIN. MAX. WATERTIGHT PLUG — 15" PVC PIPE ASTM D 3034 (SDR 26) BACKFILL SHALL BE SAME AS SANITARY SEWER MAIN AS INDICATED ON THE DRAWING PER SECTION 33 05 10 — HIGH DENSITY POLYETHELENE ACCESS FITTING CRUSHED ROCK PER SECTION 33 05 10 CITY OF FORT WORTH, TEXAS WASTEWATER ACCESS CHAMHER 25 REVISED: 06-19-2013 wa 3 } W w of Z LLU J ma mz) �o rx c� w a z LO X w a X CITY OF FORT WORTH STANDARD ARD DETAILS STORM DRAIN 6" MIN. AND 12" MAX. INITIAL BACKFILL 6" MIN. AND 12" MAX. BEDDING BACKFILL PER IN ACCORDANCE WITH SECTION 33 05 10 TRENCH GEOTEXTILE FABRIC ONLY IF ANNULAR SPACE IS FILLED WITH CRUSHED ROCK . + + + I' + + + �P + + + + + + + + 41 + + + + - -F + + + + + a + + + + VARIABLE }+++ DIM. f 5 + + + + + + + +° fi + w• 'ti� + + * + FILL THE ANNULAR SPACE--j SPACE TO ALLOW BETWEEN MULTIPLE BOXES WITH FOR PROPER CRUSHED ROCK OR CLSM PER CONSOLIDATION, SECTION 03 34 13 6" MIN. + } + + + + } p -F + t + + + + 'i TRENCH GEOTEXTILE FABRIC ONLY IF INITIAL BACKFILL IS CRUSHED ROCK ACCEPTABLE BACKFILL COMPACTED TO 95% PER SECTION 33 05 10 CRUSHED ROCK PER SECTION 33 05 10 24" MIN. TRENCH WALL CLEARANCE TO ALLOW FOR PROPER COMPACT{ON (TYP.), 6" MIN. ALLOWED WITH CSS, CLSM OR CRUSHED ROCK MATERIAL ll�l FoRTWoRTH CITY OF FORT WORTH, TEXAS dl EMBEDMENT FOR STORM SEWER REINFORCE® CONCRETE BOX ALL SIZES REVISED: 08-31-2012 33 05 10-13403 W H o w U N LL � 06 K '�� •• ( �FM m Z 4 4 ¢R lJt R A �n 6 Ld ao� n wD D mmw ~p4 O 0]Ntn W w UT= W � �� QFE Q�XE �ZvmiO� Wom mU'wl�il � j li -w4N �� II Q Jwa �Qo`ao�� a p O II II _w m��mow J II i f N�K J U 040 Oga¢.Y"UZ4� =w=vwiwZm��w��a°O acUi ���aoaxa�a�o��a4✓~i O Z=- - 4-_L I II I I m � _ s I I a I n I m n/o \� U Z ® mr f � � I-T U� � w0 V � 0 as S. L - � w m ¢ �o zF out O N U O l�UdI VIV3a, rv3e xary „ac a m ,E Z ry n n, m m a m m U t�� � O m v of v N CA >D O v F [n I� m Uo w N� a p UO V 2 n�a-N O a" aN" m m m 31ON 33S .a. Hld3a nimi rz� n�3S w Oz - z=ina MAS 7 - i� Vq U ^? I 1 m 3 N ry m o w !n Q m Q m U m Q � mm N N 1 J � a i,� w on a� Nrc� �z o z � V �.. €❑ � O 3K N rc ` �a Ud a OQF WKp Q� w'UYp ��y F�! W E W �o K yy ¢OF 6 m3 Q = Vim o �r KeKw Zq0 �\ .w4F U CO) •Nw ` Gift \ N z Ula �y0 aX A A V W N aM; �a m sW� �v� Ym dUOWw W z mw, y oz "^circ a,w wN u_�zo�-a ��y/ ♦-/ lJ_ I ❑ J 4 �� �W d�3 o N�o =a moo~ ova a<N quaodz rc a❑� Z � ❑S¢JD JVNi� F�mgd oFF II I za oC1 �rc NO -.7�E -w- OaU ��ama -�JMa�a�g2, �- ca2g wn�=o A�a0o�w�w q�F-�aSP ``�� V¢J X LL 0 O r UPI � ® LU a UJ LL ❑ li I LL z I Off' 4 �'h m (j 0 LU } /� a = 4 o h ® II I I a x #1 ®< O O w J. o 11 I I h U LU C) 4 x` a o I LU 4 n a � I � m m rr # Vo u � z O _ � — <� e3 0 f/ s F [a o w up ❑wV�� U i E rc m V O u g V J a mg W w z R _ ❑�.rV �_ I �% � Z pa=09lm LL5 p'S da�S w i Lj li' \d �� ƒ � o � § LO \ m § � \ a. \� � w q co R 5 E U) > $ � / j Unq zP M yxj� qm x0 Ya qn�n wLl zwV �iw inN� t� Z CF o mp[Wn Y K'�f x JJjU a OCa amw o- mw�o NP� 1. ��z� r €N o ryaw�9z�~��;� V w u P x w F Q j�pQ��a �� Pwwwuanaw O pE'w ��alE$+3U�000ggNP6�aKpwQE�-z� Y SK p0 rc� 3 D N1W „C J mm ' II4_1- I I I I I , I II it I I H I F --I--4 i—--4I—=41— K �WZ U¢ �T Q acs Zm 0.Q�F XYi do � i m I � I I n _. a P N o K'9 Pz -Oa z 00 NNw �Oo 0 0._z 316N 335 - O. F W Q Kti =U-'jrc Z 4 mr Q w mai �G �X F �xtuslny w I7 z_4p w p4zn � pU U w wNp vaZ �P �Pp� Y.I upl o"u> rcG �- ern qam Q. m® p N F 0'wo U¢v'rnP gym' p mho m 0 015N1 0'0 '0 5L® 4 rc y m � S21Mfl d za 37V3 36151f10 0 Sbve a n 10A zo Wa - to o oyou `Pom a:o �� xxm m� i - pr2y �z wrc 2 son o, a 'T IT �w �uk' �' - v�mo ibis ¢� .wjz w Lzo z ao�zk'w ao a ou z Evao a a r�F�ua A arc'o�owFa-'��om5� V� U [.i ¢apxY�w 4UOKQtv04tiEoQ4 .-�fa HAI mow m z 0 c� w a� I ro� I Qoo N ura o� � Ana 3AON 33S - A.. y r y _ two uo W�a p Y�� ¢w 0 4 � uE m� IS' �zm NEW m I M m Y I I Z 1 EL Km U sOo QUI �o moo= ti I ap w ozn u' a � a x wool ti fn zg � ¢@ �� ;;F c� IIn F N p Y` g�¢.na w„o V1 its Q - O 8 SiitlB 33VJ 301S1n0 �o.ai�aR 0 SWEI dvl 3 I �? k »» (© i|Rm\ :- n-4 ! | - ;r§; ., §m «`q}))�q( Kr /q /FEq�lSIM. D= . ~~' m=�! 2 }RSgq\y22 , ,,�°�,,in, z, _} ����y :!§ r{ a ® , � ^ �7® r / - < ` / 33V42\S N O � c�7 O rcrc 000 oz O� � � �� ¢ G¢N 3 Zpm� � Z� c1l P a�• •q'-(�/ ��m FN@2w � mw2w o{�U.1 ZO � m•� !-/ LL — n Q Z 4� r <�� � W W G Z y Ftn VSim t� l/�° NK HOW5-. 22 S� �W— 2�m�lm 03�� �nN�tl ¢ N W4c�.�tlzQ i�. Nye Sp�wVx IlUzz OO�OWmNNV1 lam Ob~iV xZ Zx� QOQ- C�Vmi�o�K hu — O zZQ��� P2 '/� dmV TTOOOyW [��FtFi �-[ 0.NNdm3 Nmp o z F Z O Z u 7 ha O P wQ S O w O O p rc rcFi"zrcrcw �z p��E IFx Fs�vi utl qp �p6F�Uc�tlu 4K M.Z4 wZ ES O<,�r ¢tUib Q�-m �O S�?prcmLLc»in»¢m VJ LL �[3Sm[»¢ma w uj ® W X L) Z Z L W Lu =off — J LL O L) W m O 2 ¢� U 6Lo Z '� If mV •, I � V u Q p O� c� U W v i= Q _ zo� -mJ zQ xF- pv- o zo�z waQ 0 O 2�mf �W ��� m vn Zwp m�bytlj� � !<Q QU uU - OZP O � U i a W 0. �N CS ,i rvLL fvJis- o� s: m xvw „ai .a .,o-s s s9iavn .e ,zip a3sia 3o rua3o t0" 103/4" TREAD 12" OVERALL PLAN MANHOLE STEP, TYP WALL ELEVATION r-iw"- ELEVATION Y2" GRADE 60 REINFORCEMENT STEP SECTION NOTES: t MATERIAL AND WORKMANSHIP SHALL CONFORM WITH THE REOUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATION 33 49 10, CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES. 2, ALL STEPS SHALL BE TIGHT AND FIRMLY EMBEDDED. 3. STEPS SHALL BE PARALLEL. 4. ALL STEPS WITHIN A STRUCTURE SHALL BE OF THE SAME DESIGN, SIZE, AND TYPE, 5. DRILLED HOLES FOR STEPS SHALL BE CLEAN AND DRY. STEPS SHALL BE ATTACHED TO WALL WITH EPDXY. N FORTWORTH CITY OF FORT WORTH, TEXAS REVISED 08-31-2012 MANHOLE STEPS 33 49 10-D414 a p � F N LU gw > �V o� coo�Ld p / Z<0Z?� aJLa-, WU � r .� V) Q O Q r�i J Z _l LL,Q ¢ Y x ¢ W LUr- W mZoad -Ja i10 o�z r S_« " `t r ter . ":ax .:3:.' Q a ¢ `z ¢ L,NwEw 0 C`0�1Sx zNw x W_ Uj W Z M (R U Q W d m a W Z �Z 4 O_ wit iy ZOO a UF=-p WVZW.-.riQ Z �T E(3 UY� �U) apaf�zxmZwnf IQCIOI xn wUw wLaoL� Dz HFVQ I UJ,U�L° NM mo F--rY 0z Qii7 JLn L Q� UOU7 V NaJ ©� FN V�0LiJ Le1ZMmMOLJ >�VOQ w ZU ww0Z1j� Q WON�000D'oQV)0 Oz ZO V w2WOW QOOLd 2S Of �'M WOJz LLJ WQUO WC, -j JQ-LO<. Mn=< _�0d 0 O V U J Q ZN M Q M m n 0 �Q W CIS Q = LL Z Lu L U EE a w ZOO w �-- 4 � Q ooy ti Z d g � O Q / W LL �¢o g � m J O w m O 0 W J 0 Ell�ZOLd aM 0 0 x CFO (n LL, : ww ~ QCLL]) wMpZ of CY 02cr fr W, LL,z W W� ¢¢z¢ wzwQww mW 0<Lx _Q I -QV JLd J 2� FD�WinmV Qa Q QV w�rW W WJ �O Qid� J W CDLD Q 2 w m I�-iaitF OFN-Z LL,,�1� =12 �ZJ¢ w� pt�aj UC�OQOM 7Z Qpw 0 a W < ^I^, w o Ism Ld IV LLI Q"�`. ">pt. •''= on, O Q ACD -� LL- :ah wo1 :• Li Lij ' z 0- 1/4 I.D. LARGE PIPE CIRCUMFERENTIAL BARS CE PIPES 13 TIE BAR SPACED CIRCUMFERENTIAL AT 12" MAX d o a- / \ /l o e`Q� 3., PQ TYP vi W k r O.D. LARGE PIPE PLUS V-0° r ELEVATION #3 TIE BAR, TYP 2 r TYP SMALL PIPE Y I I � I I CL LARGE PIPE CONCRETE FILL SLOPE 2:1 f NOTES: d_' 1. MATERIAL AND WORKMANSHIP HALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATION 33 41 10, REINFORCED CONCRETE STORM DRAIN PIPE CULVERTS. 2. ALL CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH f c = 3,000 PSI AT 28 2-#3 DAYS. (CIRCUMFERENTIAL) 3 ALL 0. SECTION 4. PIPE INVERT REINFORCING ELEVAT ONS SHALL HALL BE GRADE SHOWN IN N STORM DRAIN PLAN AND PROFILE. ENGINEER MAY MATCH PIPE RIMS, PIPE INVERTS, OR PIPE CENTERS. THE LARGEST OF PIPE DIAMETERS WILL CONTROL CONCRETE COLLAR DIMENSIONS AS SHOWN IN THIS DETAIL. ROE CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONCRETE PIPE COLLAR 33 41 10-13416 [ Lill : �`�� - � I I I . f (( i 2 FI L— � .Rye t (( \ ��g I I II [} §K y la wl < e �I � I I --- 2 - -» N � I Q VI m @ I „I-L SfINIW 0- � I U Q @ •S_�Z oan a ow z _ 4pw m jrn � c'zwo �„w o x 4� �a �N _ �rc� Y U o zLLa Nan zO '° z }ice w Bwo�F z`s�� �o 0 lion a,� yw ,Nm az� aaa mz4 0 oam �� yzw� J�`ow� ?N�a mod wmzms�mwon �n o ��rca�ti cox �zQ ama Mic�zN �momz c> x� n� o ¢aQoW� UK�¢U«p�ppLLP��mf0.QG.z gOpV ZO¢�7�W N wm 3� �Qwh p¢�off Vwiw "FT"fZ Ozol-wOmo���_Q2o rp��P�z� ww w w�i¢ozov V�ONz��n 4vrVW4 rc-�WmF Or ZU_ ZV- �'"4mt=ooxcpw�aya2 ��z�n� o� 'a0¢ Z P o Poo ��33c�4 i�fl4c�34N04P.��IJO i.-45...�J�w Oil>0.NUaZ�? O z= N na N N n m m � x � a�o mL� U1 CL _ �o a wa a 2 � d o � N m Q 4 @ < cc6 [ I a 24gZ m Q w iI fn w V0.f wo rc zf£ Cn @ 2 . � � . , e � WaQ 30?���wSa V � a v�is3333ai�1 m memmLLEiS» 9 SnNIW O. U li in {K Q IIi m M zlt� �l m LO o N 9. F N w WG i it in Y z Q z��� O pz Ems! o0 0 - o bo € "z K M. a y12 �� o� zzF i owma } on go Fp a o to wEoo Tw a- o � Oa P �z d m mQ wo w rc 8-d zw Mow iJJ �i mZ W Sv arc Jm I€w o `� GOT � ¢W �zw za no o AS < �.- a!z W z F 'tea z z As w ¢mo ff . a 21. -o w! smoao NW oWoo�� 0 rc o WIN �E xas a�W "Er, k'o a 'dw T-1 s ko rc�� oNz w own.: ar oW o = �a1 �� m aom P'. 8J a o 6 m Z N Z R S y O W£ 8 F? ¢� r S G K a ,^ S�Uz z2 �o �Da OW�z VJ W. a / v�,wa g ZW �x To act " w R � zW z ow a 0t- Q k'W �c� Nly ��` '" anima � Eo r > p oW a zo WE 0 ��Wo mW6 '00 " a ao a oa n z� o 0.0 < �� ��a Q6 L o y" U z uk^ oz aw W 2n amp Fo ¢W 'All - - 3m tt 3� rc a i� H I Is MA Kill 1 LL LL O LU U mN M u�. a i r tom o� �i x f m a CITY OF FORT WORTH STANDARD D TAM S PAVING N O N ql c7 1 O w fA KL Lu w 7r I1�� MJ Z NQLu 7 LLI 2< \: \ , W p N 1 a_ Oul LL co A.L iLU LL LL LLJ + + + UJ LL Ld WaZ �: L.: i.c.• + + + + L'i O ++++}+ F F:::,i F ro. ++%+ a _ . M M .'•rc�33� FAN La U l Z cuj � �-' ZN _- W W O Z OLd NHar m F---. �V)iNH Iy� FF--NQ W Z n D NNrl0. CD W- � � w WNZ _.._ ua¢ao WSq 0 xm W Ld ozo Z - a- a a NWaf OQWa ¢ 5;=[n F W irJ 0F ir W Of a z— Ld d d OL ©20S La Z ?, 0 N O z_ N �w aw mx a 00 d �wZn_ Oz�" 1--z 1-QX OL[iW w w U Z = !� 0 M U W J� Li O O V3 Z �W Z N LLL, Od X U W 3 QU) m W O O JQvI� _ W Q z z N F F uja� m vwi Q z�n4p � L a a W cr Z WN WU1 Z W w �ZNZ UOW3 ~ OF=< U � m 0 to O z _Er Po(D u)m- -n d Nl W J O T Q V 5 Z Q CD LL Ld W O S H ^ } ~ Z m H Z La op H Z � Z 'D Z d O � M Fn 0 �O U) �U N F J M cn _ .1 o W 0 CL J J T 2 V V W W V e Z m X Q W - d � Z W Q O O S N m L��11ZQ- F i X z o�o� U O Z r , �x LJ F4 r w 0 O Z 0 0 0 r2 Z Z W Z (nWM W CO dz H Z w O (nXm� U � W VZ W a Z< CD3: I Z V W o H of w O V x z m N O CY zo aoo 'off O-F �p Z� ace w`�zoc~jaz�inZ wx0 WV �L.J zU1- zwwwwumY E, m 1% L/7 pmw z LJ 2 W 7;LOM =CL a} � Q mxon gV QO nww- UOZ ^ �?o zr aa�ac�ic�i�ul W� p_ D-- yWxW00 1Q rhW U�UI�UV UEl �O of F-F- QW W W U pp W Z Q Ln UDa '...:- w V0 co VQ0 waO U l Ld M LLJ � Q0 m p 'ko ` llw CD l O m J V=1 z - JO f/1 L➢ O :x •'-P'''' JQ�a ¢� - xoc), as V7 J < 0 _ + + + W + + + ZQ 'r ++++ Q hi+ + + + w + + + + + + J z + w W LJ U 4 i H + + Q _ _ { { g T J ® W U (� m m no �z O Y _ CD H ck:F `1 X �� I I wLL"LLJ pU1WWM - 1�QZJa �z Li mK) = I ��pw �F- } z` co o� o0 W rw� wa I W - --w� 4z C9 p O OUp h W y z m QL� Z U, w V)dU p M F= w W z W M :�) T w <0 m U0 KUN Ln nrZ Her] Ul N W K _ zU) L� mHm w p O w V fl- Z o z 0 Z S W r 0 m w z� w w J �Ld fLo a z W J p U w p z VC wOU O U a Y N W= Frn nUw ZZu) �LLJ �� W pi mJz ZOO �OV �dN - _ �d(1J �zcn � N R =fif II d�Llj =�1 2J NOLL03E I —I o Q IVOIcUl aid z 9bflO 80 g I—I� a-www w 0 1 I o - - ul a,z LLj c� -,-—� u) Q ,, 1 0fyo w F wz Q ..�� 0.UH �F �ac� m o wu> - �wvt -�yw U J r.P —� [ U f..] or zJ o Lo LJ O > LtyZ pQS c�> O } m L1' o F �FC ZtC C1 il��i az w W � � ca J Z F Q O W U (n W d ` _ Q 1 U (N W) o N C� 1 O b T�, w L P W rn r 1 C T� NOTES TO DESIGNER: 1. DETAIL DEFINES PAY LIMITS OF HMAC TRANSITION SUBSIDIARY TO THE CONCRETE VALLEY GUTTER CONSTRUCTION. —EXPANSION JOINTS PER 32 13 13-D513 9" HMAC -j TRANSITION PER SECTION 32 12 16 ! 24" HMAC TRAN 51 TI ON ,q-0 PER SECTION 32 12 16 41 j EXPANSION 1 JOINTS PER UA�� \ 32 13 13-D513 o= y V G SEE NOTE 4 INTERSECTING VALLEY 9„ — 9" SEE #4 SEE NOTE 4 BARS 01" MAX OR AS DIRECTED BY NOTE 4 18" O.C.O.W. THE ENGINEER COMPACTED 6'-0" MIN. SUBGRADE (RESIDENTIAL STREETS) (SEE NOTE 2) NOTES: 1. THE 7" REINFORCED CONCRETE VALLEY SHALL REPLACE THE TOP 7" OF THE PAVEMENT WITH THE REMAINING PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUDING SUBGRADE TREATMENT, IN ACCORDANCE WITH THE TYPICAL PAVING SECTION. 2. 6" FLEX BASE, TYPE A, GR-1 OR MATCH THE PREPARED SUBGRADE REQUIREMENTS FOR THE PAVEMENT SECTION. TYPE D OR TYPE B ASPHALT OR PREPARED SUBGRADE MAY BE USED. 3- PAY LIMITS FROM EXPANSION JOINT TO EXPANSION JOINT. 4. 9" AND 24" HMAC TRANSITION SUBSIDIARY TO CONCRETE VALLEY GUTTER. CITY MAY APPROVE ADDITIONAL HMAG TRANSITION BEYOND THESE LIMTS [UNDER SEPARATE PAY ITEM FOR HMAC TRANSITION PER SECTION 32 12 16. 5. GUTTER TO BE SHAPED TO CONFORM WITH CONCRETE VALLEY (OR PAVEMENT). Fowr WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 ■� CONCRETE VALLEY GUTTER 3216 13-DS30 m� O W�FSyLo o�m p LU aw 4 sa v II I LJ v � _ 4 L L1J G co W p- NZ 4 L V Nca a FM oQ I I� vm o 02, — w Q4 � "Eva Ing 4a F ,f. II m cold i2HP HE �wi; will - aoc'r palls ALEII C Z �- - ei U F � ml � t• � �4 u arc F - ri � oao a i� a �-• m U w O U L� •� yVy \ IMS h / O Z � Z O O0 w ¢ da a L,w Ir a x> w F- D O U) -i Y J CD 3 r z> m Z� o a a N O a o ~ U X 0 ¢ [/ Ld Q \ 1 v X N Q m Tj W U to ¢a a LL D� aV L� O J U Z d O p a� w W w¢ 0 U \ z z � a x ��\11 f/ Z W y } ¢ IL w °- oa z O O d =ice z z a g z r ¢ d Y J d } a wIL W� Q,) C7 � N � 00 N � O ❑ cm W �i N [7 z 0 z a 171 �r Y) LLJ _It, Im m w M U U F- Q a w W z oV LL o W F- L w O LL. 0 U 1 ,d t— o N C6 N � O C4 d W U) T- cm Lu J w F V W O �Lyy 6i � Q V s u3 a d W tl+ W Q O N O ¢ w V a0 Z W CL a O w / tea} — "XbW m� I // I 0 w� %z CLO j ! zo Q� I / o< U LU 'NIA L OZ .xdw ++. CV �. x [meL z dwda ax ❑ � I I � IL ♦♦ I Z m o Ld xvw ♦♦ I U a zz ♦♦ = (n w F x W Y V) J W W O V W Q F- M: Y Lf J 7) F 3: ¢ 7) r J IL 0 W U Z C? to W � W Q F z Ld W b Z w z Q J d w w Q L� 2 L7 0 O EY O 2 F ty w H f w 2 F 2 F 3 J g '+ Q W L) N z u oQ N F <z W w O Z�.7 F a (4o E7 wia w ca a F 0 z Y Z O J ~ < V) Z O W Z Q V) a Z F O �^ ar or w� H 1 Z I w I a a C) I o N �a J Li I I I I z Z� Z I J X E 7 I � 7 I E e �eeq Ld mo Z) W I I N N U cn I I Z N a o 'o Q I I J n) m W W w F � w (n W Z X-0- d lq C) 4z z z 3 ¢a W a v a w N z Y J w U n, Z d' o� z0 W U C) L� O W a w 7) Ct Ld v (D 0© CV to O CV � Q w U I11 C4 co a a IU IL LLI W ® D g w.r LLJ IL Z w d� p L.L Z LE.. O U 1 W cp � (V 00 � � k a w F"9 m I Z Y J U U 4 in Z O q w r qpi Q V U 4 F11 z ^ un a < a a W� d} �Z ~mco } w� �o ® Z L.L I �Lu Z uO 1 x Z I I oN i _ � o a OLi w i ? Z LL Lo ' (-) <I I LLJ F 1 'NIW 1 ,S 1 H Iu I U I I I I_ �Lv �� N I I f PI I I Pk I x I o z z x I ¢ 1 D Z � a;r I �No ^N I U 1 Ld Q a fy I 7 � r U � F z w o Az g � Z O J ~ Z ^ X r o r J d S w W ❑ U Z l7 ❑ Vf ~ W R W ❑ z vi w 1, i p 0 o14 co 1 O 0 U O z aW }'a Z� oz� NIW ` 7 Z O F w ¢ U m ¢ zo O m Za U QM TO ¢ Q D 4.0 L,U �a:i a� J O In FVO ¢ U < Z �- ly W W:01v` I k + 4,444 \ \ Z AlVM301S car a z !V[W L ;OZ + +++ \\\ \ z_ a iL z n XVW L :Z L \\ ¢ X dWVb +++++++ �� �n in Z Y F z o LU ! aON 33S a in o W ¢ o¢r O a' W N .~i Z C) � �Z H W � Y y W W W � ¢ a X� = ¢ Z� �`-' ¢� W FmL�Z wm OmZWO L, 2 Wes. BOO-ul [� Jrl m W O Q 0 z Cn O H N m W 0 Q z W =,— zdXacqo zO~< .JZQ mL� W F-w 0� ¢YU t F-CLo Omo0naJOZWONp-WF) W W x w� S r t O 3� a z� J} d d W Z Ca ULd H � H ~ V W d T. W R W Q Z O F H Z V1 IL W J W ❑H q (L T— z 0 U UO � Z J W iJC Z 02 a_ W T J0w U pa FU ~O W U !Y U S Z Q 0 w LLID� NIW NOIIISNV?Jl s MiM Z � 71`IVM3a15 N 'XVW C :Zl \\ \\ ¢ x J dWV�j v I z o z W o Z m U O LC w u) U < Q } w ~ c� 6 MON -M w V) Eat ZiiLWWmO ULi3 Z� EYO W U On=N W Y� EQi JU~ W ¢ I TUUlEeJELZm I-- m -� OW N W Jr7 CO Z N J Ofn H Z O W S o zU W Q QN Ek: a ZOQ M Pr UM L, Z mHUU W UW Wr i� W Z Jw LiJ W d a_J UPI-QU= zda Qr W H Z �fYUCOW ¢ m CD LZ�IQ W F EL Z w m U J Z O- 2F ML, H fr[-4Z[] WX ��OUoinJ¢�� O Z I I 6f Co®LU ~_ D z O� _j L 7 � 0 O LL O C U- LU LLJ C\l LO N a ¢z = w O - w r Y U Hw~�O a Few¢ �nL` z z ¢ U O� co U7 �Q Q Z J� W Fop N w Q 3 wo zN1�a �o c�a -viz J pvr azF� q cwi LLI p ¢ZWza � =©a Z S 0�2� J m pM T yq 11 Iqi.. F..._W VO1�Q.g1 F-- F ww~Ww g0 C9jUd m Q z Z a > •�q7 HOOW Va 20 w OOFw-�Uv)OW UIU� W H F " gZH O zw w U W U U LL <mp wZZq j N WTK 0w UmF wo w m FZ €1 lai Ow J Z 0 w a- w Z p p m O p U ¢ w 0 O Q J m Q O Ld Q w71 W F MO Uo:, wH W gti O�OW q zwL�7 J ¢ U] U m� m� ZU(lFm W�� K gSU%w Y�z� =mWQ r W W Q� FZ i--V ZV) g Jm olw QF ZF W~QOWW �FLg Z m z Q fY�LLI z w11 LL ¢=ww wCL w"�wwom<20 oW=w ww d w cn 0 i~s.la Fq �FQOUwouj MF-<w cJ= rnm �WO� Z n3 00 wWUl l-W O Wx ZWrOr p0�0 U 0 J z ooaoo moo maZf�i]Zawm cn��o �O-JD mUOOr 0[%i0 w O Z3 6� OOOoO F Q F r O b W F W J Z J Cr W UJW WIl7� maaaL,az � o aw FEU 7 CA 0.0.0� ~ � Z VFjO ~UY�m �¢ fyll J[OiJN O-Q < �z� �pJD W �- !L gym_ l3AVal. 00000. w 0 z� w a z� [i p� vip 0 F� r v ¢- ui NVI�LL5343d 0000a, ca o c� qww �zw> ww7) r a 'awpr ¢ wF� M 00000 4 ¢m gUjOZU FO UQWUF00m O�UI¢J7a0 J mW F- 0 NOI103d! ooaoo c zw`Fw �a q'L a1�awxwzp w�J ��omQ p q ¢ o ooaoo Q g U� L- 00-t z w mz� FL�Q�Fa-�Z O a Fw 'NIN Q zwwafozwv1i ���4{Wv=i�a ¢ Sao>za�� z wWM tiZ r 0 CL UU W C)N� z z a w w z z a g z w p w w¢ Of: FY w z ~ 6L ~Z �U QZmOZJpF=-zC)0ZNwcn a}z—U,?Z{a/1=ap U)F=-�WW � 0Q� w ��raaw vow tiz Q UFn�aO��Hc9w �wg�wz���HNl-wrNaWw�zz-WW teQam -] WgU)¢pwWw,ma O uj mol Oma�mmz-mz?<O�zjY�lU_,j_~.v�OZ0�w �O¢ mmW¢w Z:C wZUL`F WCl =� OWQW 7zwH wLL Q0 U) j 0 U0d0 wQ J m U- -1-1 M1-q wc�oaaaro�amoo���3waowJ�a��-�� c�i M; �cnv) U o m m J z .-- N M 4 L6 E6 Q Fa.� 3 a W 0 V m n U � w q O m Z g Vl a z Z cc,Q w N m _Zm mW F F J OW V1 U j 0 Q F W Q U Z Q1� 0 p a d 0 K J U W w Qm wL, W J� H m W JU m^ .�. DOF QUa -j U) a ¢ � � X n m U FQ a I`11I C7 pV U U g ..� g U! W W�1�T ��z�o� m Z_ X U M m a z 7� O �� gU� Q00 W U Z F- z U ¢ Q J J Uaf Z J m W � J Q q a a zElm v < LLJa voo - w z r oaaoo w oaaoo w O oaaoo - 00000 a O vwi 13AVdi _ � NVIdIS303d dV4Vd ooaoo H w zo z 0 F oo0oa 30 NOUD71 CI LL O w O 00000 a ¢Ln 00000 -NIVV ui > v, W �Z z p ¢ z w W ¢ U O }� rr Z CC) Q L, Ld F mF O F T ¢ F w0 } FZ m w0 Lr O U F F In F Q U n, m m w �m ma a � C) 0V m 'U qr P N ,xvM ,£ O1 UM ,l Al ® pe /Lp = Ni y!�¢hrc J 6i TTT X-211 m�j h Ld ❑ m � V J .=Ti m En �Z �� pOp1JS LU FU = IL o U r 'vM 3wciLU N ❑ r =�LLJ 4 I _ O 4gG1 l M m m N s AL L m �LLJ P-z U Uw2 Q mi W iim ��� pLL S o _ M y 4,0 O� ry E,L UJ O ~tea �i3 .ar ZL alYh o En o�w �'— _ Y �W N E4i __ '1 G5• m U O 12 s K _ _ U aw IT, U h � III--' � } 4 mS 40F I III -II �Oa . UI/1A o 2m Qm B6 S F /j O o +(' m W w go O !$ W H > W �I �1 C i �a II# Q Q IL m � iv p p O ...y IRa# F 110 H d O Z %i wm N� Z ¢ eo '� ❑ I mm �¢ �.,. w� ~ U 1 w w X a ..G CO J VI VI w 93 Q a en II ii 5 �i= O m JF m p �d �a S31tlV� o a� �o CITY OF FORT WORTH T STANDARD DETAILS TRAFFIC J m r CAD �rc ispa>- m� LSJ wo a w OO 5 mCl �o Waa O�m O� QU a LU cl Lvg Jo p 6 Z v!il aWS >O Z W ZZ~- �_1UZ Ew 0 Rw W<ip a o z - a Cl - o o g of ix r azo o "� O a O Wx woo zusw .F3 J __ C � U Q tt Uoa rv�-_E p ¢ O'j- Ex.jr O Ur�N �gg m w o uq _ VJ ¢ aaC �diF w Z 4 U \ �4 Z aN c+zj p w aamz Nym � zo la a a ((� W _ iN z � w -671 o i a z < m� �Q &oo� 0- z� F_ozg\ W 6=9c O C 8 z sF'a rc iJ �] w0� �Om 4Q _ Z Vs p�Urc pQ3N O wvZ o <� rczQ,� . m x¢ rc w F o a vwi?ma F- w a Li ��®� o z uj z a FU pzoFj �iw ��oww wF0 o p z q Q r Oho 2�oi< U !) v s i— p P. w _pper� p� in �x w Jwaz �a� u a �. Q u o ?��� W �iL iil .. ?'Ja ar� �armw aka a a in oo oa `enrca. �2 �-A U L' ®® �Yww� CL L- w0 LU ? :-O O Q Mw¢ w oNo Q �"' �' ✓iY U ill oaf m� izw .j v� w w - '-" rcz gFz Li Q Z Z W a� 'Owf Z py� W 9_6 wp 75; � L'J p � Lv Z Nw o� �iw w dzi ,Oi U Z 7 '• o� �o z.z QOQ o� � cn a I K w �Qz a O d W `m a X � � LV z L� az 0 a w ox1 aA z U aw 00 w F zNa c a o L�a� a ap W zs o C) 0 as o a¢ d a a� a SN mp O 4Q �� NQ O o �p aOw¢wpW �m mo Fo�om3loll mw oo_ omo� � pe x v ia�zrc � a coo aw Llj LL 00 j L CL I T 0) (19 Y w XF_ Z 0 LU LU 0 LL LL 0 L) L —1 AM JOc :==MMXr ii .F owk qpm z mam io z p oa a" mz° N Nil co W❑ IZ p J aoa�rc 'Topazi�as �i <Wyo aagoQ _ �zo :% i � aEazR .> W,gE av Sri m_ Xw-J z Vo - vi}�z p Q a� wa aq�a� ��aa'w o a2-'J' wz J ��'-`�z� amn a4 � �d� svl Nz m��'v�a� ��€¢�a aam� as m��, rcQ>zaaam � ia-Wiv C0 P p z�w� J�p Vorc a� '�-zw F�u� .x- p oaz�a�a�°a oadau 3uTia� —wp— ;2,22 [�i ttti UO��� ViZ 66wQ4.4 4� �� NLLO WU�H 3rczFaVW TWT qW IL xtt-}YwU� w�z w1{.aflpo� azi4 O vi�¢Irw=¢w'4ti F2nv F Q 1 1y rc � I 1 �-wz xhm wtn wzw0 F ❑ �o��5zaaaa'�az"'4z�6o z�-o Nrcumy��w �Ja o�i� �s y�Wa~ uua�a�a�u'a"�rc awa�'Qoa"�J o��oF-oo�wp;n wzu �7z oa�az�z��raoa���� maser awz�d�2ama����� a>�w — n r p a w O 1W �a a� " 2 LL -rca mz� I�roa moJao xi oa x' mz_ z_as5gp � aN �`aV �4a02 U -tt i1 W UINZ p yU�rc�p¢ } rv�er�n �-a v��nm�ary r] �E5 �f puiSaWQZ ff w�FJF w �¢ .-Jo:�ao a¢oaz r�m�s�fl 3FJ O] O * 0 F r I I J r r J w n of 1� � U V orvF w 1 c)o z wF 4- 00 p Yw�Q 0 z ? LY o Q O � gyp} F Z rc o €, Ltj Z m Q � J W � � 5 16" 6' 6` 3' 3' TYPICAL BIKE LANE DETAIL R5-1B (12"xi8") "VARIES 4" SOLID WHITE LOCATION CURB 20' � MIDDLE OF EFFECTIVE BIKE LANE 6' 6' 6' TYPICAL PIKE LANE DETAIL WITH ON -STREET PARKING R5-1B 0 2"xt$") LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR "x24")ICURB OR CROSS WALKS ft $" SOLID WHITE 4" SOLID WHITE OPARKINC) (ON—ST 20' 20' $' SOLip WHITEV MIDDLE OF BIKE LANE TYPICAL BIKE LANE TREATMENTS AT UNSIGNALIZED INTERSECTIONS 4" SOLID WHITE OM LANE 4" WHITE R3-17 4' (TYP_) 2' (TYP.) o (30"x24") 0 0 w co (VARIES) 50' (MIN.) I cc) to = n (ON —STREET PARKING) } 2' (TYP.) 4' (TYP. (30") R3-17x24"4" WHITE ) NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 BIDE LANE PAVEMENT MARKINGS UNSIGNALIZED INTERSECTIONS 3217 23-D647 BIKE LANE SYMBOL AND ARROW DIMENSIONS w 16 8.. 6' 6' 3' 3' TYPICAL BIKE LANE DETAIL R5-1EI (12"x18") "VARIES 4" SOLID WHITE LOCATION CURB 46- 20' MIDDLE OF EFFECTIVE BIKE LANE 6' 6' 6' TYPICAL BIKE LANE DETAIL WfTH ON -STREET PARKING R5-1B (12"x18°) LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OR CROSS WALKS [� WRONG 8" SOLID WHITE 4" SOLID WHITE WAY -s -I (ON -STREET PARKING) 20' 2fl' CURB 8' SOLIO WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE TREATMENTS AT SIGNALIZED INTERSECTIONS .4" SOLID WHITE " 4" WHITE ollR LAW R3-17 4' (TYP.) 2' (TYP.} io1 (30"x24"} w 50' (MIN.) w N N Ja (VARIES) 50' (MIN.) _ z z s. (ON --STREET 2' (TYP.} 4' (TYP.) R3-17 (30'x24") 4" WHITE �1KY LA1� NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 BIKE LAME PAVEMENT MARKINGS - SIGNALIZED INTERSECTIONS 3217 23-®648 1 BIKE LANE SYMBOL AND ARROW DIMENSIONS U iv m 16" r 6' 6' 3' 3' 1 r TYPICAL BIKE LANE DETAIL I 8 RS-1B(12"xl8") "VARIES 4" SOLID WHITE LOCATION CURB MIDDLt OF EFFECTIVE BIKE LANE 6' 6' 1 6' TYPICAL BIKE LANE DETAIL WITH ON --STREET PARKING Rs-1B (12"xl6") LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OMD OR CROSS WALKS ("zj WRONG 8" SOLID WHITE 4" SOLID WHITE WAY BIEE LABE y rn (ON -STREET PARKING) CURB 2d 20' 8' SOLID WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE TREATMENTS AT PRIVATE DRIVEWAYS 330' (VARIES) 4" SOLID t iE o WHITE (OPTIONAL) -- f ON -STREET PARKING} z Q (ON -STREET P i > E o a. (VARIES) CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS PRIVATE DRIVEWAYS NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. REVISED: 08-31-2012 32 17 23-D649 BIKE LANE SYMBOL AND ARROW DIMENSIONS 6' 6' 3' 3' TYPICAL BIKE LANE DETAIL R5-1B R3-17 (30"x24") 02"x18") RONGI WAY HIKE LAW 4" SOLID WHITE SIGN LOCAl10N VARIES CURB 20' � MIDDLE OF EFFECTIVE BIKE LANE TYPICAL BIKE LANE DETAIL WITH ON -STREET PARKING R5-1B (12"x18") LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OR CROSS WALKS WRONG 8" SOLID WHITE 4" SOLID WHITE WAY .per s�c� LAIi 16 - 3' 6' 6' 6' m (ON --STREET PARKING) CURB 20' 20' 8' SOLID WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE TREATMENT AT RIGHT -TURN ONLY LANE 4" SOLID 4' (TYP.) 2' (TYP.) 4" WHITE 4" SOLID WHITE 7 —1 i_ _11 _ / t f WHITE -'- NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. ®�� ® CITY OF FORT WORTH, TEXAS REVISED: 08-31 -2012 BIDE LANE PAVEMENT T MARKINGS RIGHT -TURN ONLY LANES 32 17 23-®6S0 BIKE LANE SYMBOL AND ARROW DIMENSIONS i 16" 8 6' 6' TYPICAL BIKE LANE DETAIL I I A R5-1B (12"x18") "VARIES 4" SOLID WHITE LOCATIONCURB 20' MIDDLE OF EFFECTIVE BIKE LANE TYPICAL BIKE LANE DETAIL WITH ON -STREET PARKING R5-1B (12"x1B") LOCATED A7 CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OR CROSS WALKS RONG 8" SOLID WHITE 4" SOLID WHITE WAY 6' 6' 6' (ON- STREET PARKING} CURB 20' 8' SOLID WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE BUS STOP TREATMENTS BUS STOP 4" WHITE 8' TEXT 4" SOLID WHITE 4' (TYP.) 2' (TYP.} 4" SOLID WHITE -----100.---- - - - - - - - - - - - - (ON -STREET PARKING) (ON -STREET PARKING} 8' TEXT BUS STOP 7525' NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. RTH CITY OF FORT WORTH, TEXAS t32 ED: 08-31-2012 BIKE LANE PAVEMENT-- _ - MARKINGS a BUS STOP 7 23-13651 BIKE LANE SYMBOL AND ARROW DIMENSIONS w I N a0 16" 8" 6' 6' 3' 3' TYPICAL BIKE LANE DETAIL R5_16 jj� R3-17 OW (30"x24") (12"x18") WRONG WAY BIKE LAW 4" SOLD WHITE SIGN LOCATION VARIES CURB 20' � MIDDLE OF EFFECTIVE BIKE LANE 6 6 8 TYPICAL BIKE LANE DETAIL WITH ON -STREET PARKING R5-1B (12"x18' LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24"} OR CROSS WALKS ft WRONG 8" SOLID WHITE 4" SOLID WHITE WAY �E{L LAW (ON —STREET PARKING) CURB 20' 20' 8' SOLID WHITF MIDDLE OF BIKE LANE TYPICAL BIKE LANE TO SHARROW TRANSITION REFERENCE SHARED PAVEMENT MARKINGS DETAILS AS INDICATED IN THE DRAWINGS FOR PLACEMENT 4" SOLID WHITE 4" WHITE 50' (VARIES)p I . (ft R4-11 MAY USE (30"x30") R3-17 FIIS.L LAPSE / (3D"x24") REFERENCE TABLE 1 R3-17b FOR RECOMMENDED SIGN (24"xB") EJIIGS SPACING BASED ON P05TFD SPEED LIMIT TABLE 1 ROAD CLASSIFICATION POSTED SPEED (MPH) SIGN SPACING (FEET) CONVENTIONAL HIGHWAY 25 100 30 120 35 f60 40 240 45 320 NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. &qp CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 BIKE LANE SYMBOL AND ARROW DIMENSIONS W 3' 3' TYPICAL BUFFER —BIKE LANE DETAIL *30"x24") R5-18MWRONG (12"x18") 8" SOLI❑ WHITE ®45'4" SOLID WHITE 20' (TYP,) LOCATIONES CURB 20' n ly MIDDLE OF EFFECTIVE BIKE LANE VARIES (2' TO 3' RECOMMENDED) TYPICAL BUFFER -BIKE LANE DETAIL WITH ON-STRFET PARKING LOCATED AT CURB RETURN UNLESS R5-1B CONFLICTING NTH STOP BAR (12"x18") OR CROSS WALKS VARIES 133-17 (2' TO 3' RECOMMENDED) (30"x24") 8" SOLID WHITE @ 45' r 8" SOLID WHITE 4" SOLID WHITE -A WRONG WAY �-6—I 3--,'.- I rn t 6' 6' 6' (ON —STREET PARKING) S CURB zo' zo' $' SOLID WHITE MIDDLE OF BIKE LANE NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT RTu CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 BIKE LANE PAVEMENT MARKINGS - SUFFER -BIKE LAND 1 32 17 23-13653 BIKE LANE SYMBOL AND ARROW DIMENSIONS W 6' 6' 3' 3' TYPICAL BUFFFRBIKF LANE DETAIL "VARI R5_15 (12"x18") 8" SOLID WHITE ® 45' 4" SOLID WHITE 20' (TYP.) LOCATION ES CURB 20' MIDDLE OF EFFECTIVE BIKELANE VARIES (2' TO 3' RECOMMENDED) TYPICAL BUFFER -BIKE LANE DETAIL WITH ON -STREET PARKING LOCATED AT CURB RETURN UNLESS R5_18 CONFLICTING WITH STOP BAR (12"x18") OR CROSS WALKS VARIES R3-17 (2' TO 3' RECOMMENDED) (30"x24") OW B" SOLID WHITE @ 45' WRONG 8" SOLID WHITE 4" SOLID WHITE WAY BIKE LI oo -- 6' 6' 6' ro (ON —STREET PARKING) Ln 2a' 20' CURB 8' SOLID WHITE MIDDLE OF BIKE LANE NOTE: I. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - BUFFER -BIKE LANE (CHEVRON) REVISED: 08-31=2012 32 17 23-13654 SHARED PAVEMENT MARKING TRAVEL LANE S 14' S 14' MIDDLE OF TRAVEL LANE ;k2 � (CENTER OF LANE) S14PARKING TICKS 20 .� MIDDLE OF TRAVEL LANE (CENTER OF LANE) TYPICAL SHARED PAVEMENT MARKINGS TREATMENTS R4-11 (3p"x3p") rAr use (CENTER OF LANE) PARKINGL Laule TICKS 20' 250'TMAX T T T T T ZZ IK\ ft R4-11 (CENTER OF LANE) Wlr use (30"x30") RIILL LAM N OTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. ForyWolffH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 SHARED PAVEMENT MARKINGS TRAVEL LANE 5 14' 32 17 23e13656 � I I w a t�q O ST =ap w W Z C> w rp �.iw� o z� Z J vhi U�� �Y=LLO� � w OVl¢q��Nx OVz6 W� 3 ayYd u'U2 .�i�B¢ QLJi�>oQ� �VOVxt LU LU 1-1 C- zQZo W 7 P¢= a W m NmU Y¢NwyN� grcwNwmwczs��wzyj rp, �Qa [nUpq� ¢()6zQ¢xm41J.0¢ zpV - � ¢Q �¢�pn ✓iZW��U¢�icwiJ VlOQtnQ w �I 2�j p ��4 aOpz_p UpU>Uyn� � CiO�F wz$a o I U� zI cz�o a oz_a4�rc 1 r zm��u��aw��E`i-"�k'nonoa>uy�' aa� �� -� a¢¢inoop z�r;��o auaoo�srcrc��ya� 1332i15 ?JOIJIYJ — �i qUa�-in NI�UQ Zo���a�c�nU¢¢N>wrc �_W_o� w Zj2� g�flxo¢�WC9 f"trw [S�¢5 I xa m pp�� a244� ~ i €[Jiro¢a too V,8 a Z wO¢Iwi �'...-O aVIK s F I oo nna�yy 6 LL U_ LL F- FL in n� oQ rc31 �� w � M 8 a1a CD lw � u € U I o ze I V p 9 . I�: w ao O yJ o _ w •�I`5 oa p q� ~ ~ o I o 5 w i7 � � O N •� f'i K I H Q o a= OF o Q 3 �NU i� xFa� o as �1 � 7p 'o c o - ' o n� 3 w� a� I I w � iw _�� € " oo w szz w o� a ziR. ooa�z � oz crioo mo 0o pd�wmz 0 8 F'¢o' z a c�rc ppw N 3F_ u.- z Po w mNQw p aKKd VNNZP Z� O� MTI � 1�12 ��p Op� NYCY ¢O 44T p 2m2� �flt¢ ✓'43ZFVIW Oz wpv 1ONOJZgw �¢l9mJx m �F NZ YJw 4N: Nd O� Zr oN oZ O� d�U ��f YY WN QU N� U� �VQ� P��� ii F�v�cwi ����nwN ��dF2O rVGioVO {{Vvvbe~n�oF S4 mW3 pz o�NQvi Ytn P m ¢d� p2 z W, �� ZW - jgc�3� w� rio _ ¢[> VdiQ JV�� NN€w YRW4 OO^Frc �nwU��l- w4N. P[2FFU w0�¢�z Pmz o�.�pg d J�W w�O ZOa oN ow wJ RmU3d �Oq z aka O� m �r(5z�� Wcmi�P ��SNS vYl ZJ x� VyYY �O @z0 w� r Uk? 6-P� H PJ p[KOU wpU y� o z rcrc r- oa���r �oPrcwz c,l o P w�J �d��yy" �v13 i�N �� w Z45 wrna C-- �i W� M1OJ� FZ�zU NLLw O�U wU Ij U�04 ww¢O N�o� FmJz�NGO r�a wZk ¢o¢< N�O.mO K'wOww� �uSim Zmw€ wJ�¢m0 ¢j m03a x�P t�¢Za wad a z�aFo �$g awowo ow. `Ts �o qvM w €o'�'Nrc�i�Q��wJ�a I�ow m��J¢ mmmw GSF z�in r =za U �'F SN�w czizv' j✓x+ �'w`xN�oa " N~ zow P3¢za �Prnw LLw sma c� aQo d6 m�mc'now PN'¢ ��iNrc �c�ia yF odd zF r�Qo �o �Pdw rc�w�z rca a� < N�1nN"' coio 3m 9m mmwzaa rc ern al" Nmm as-i mm o m�? 3�F�oa �no �vmio2sm� a H aA� LLJ`— O 3 o Y R' I x mmo z a CD o I � dz O CD N CD 1 CD C Q cl rLi^j iV J w of 98flO 80 3003 1N3N3AYd o4Q a [Y O mwrc�N � rct�? Tw NJ�W Md �B�Nw W ¢ N❑ do F rp a j m - rrbiZ Ka ,mz rKIERN FY Z pUf � P pzU mid -Z f]ij���30 U(9mnzd�fQ 3 Uz4 Um .55-Z NiJ f33 b0 39031N3W3Rtld 3s ,w a waa � 9�mrc� a BPS lriw sarc J � �1 ;KS"a o T Dr J m�Pbm n I m0 Q m =� 2 O W Q D' 4 la p W rwoo ry n ox pm a - p.a THIS PAGE INTENTIONALLY LEFTBLANK APPENDIX DIX APPENDIX �k GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions - City of Fort Worth T/PW Soil Lab Services — Street Test Hole Report — 4/11/2015 GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Conditions at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance r 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 Water Department Standard Products List MISC-01 City of Folt Worth T/PW Typical Traffic Control Plans CITY OF FORT WORTH MAIN 34, 100, AND D100 DRAINAGE AREAS S.S. IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02397 — November 19, 2019 Revised July I.2011 "- ,01 Availability of Lands THIS SECTION LEFT INTENTIONALLY I A.LL' BLANK (I1),(n.FE191%viWI1 MAlN34,1W.AND DifIiiLIRA INIMFAREAS S-S.IMPROVEMi=NTS ti I A MDA RI) it TION SPA I FIC'ATlfJN DOCZrryll NT-l.' City pmea RL);:033,37- Kewmbo 19. 201 �j Rev isodhiIV i_ 011 GC-4.02 Subsurface and Physical Conditions 0 11' 11F WRT "-ORTII MAIN M, IOU, AND D100 NA-(NA{i1-�ARRAS S -�. ININUM'_N1E'1 i-S L'TAV C?hREjt"[rf 47RUC 7ION SPECIFIC'NNON 1XXTIMrNTAi C`IIY PtaWl No 4231?7-NowniNr IQ. 2f114 Hc'3x{I.liil, 1. 2W 1 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: Downtown Fort Worth Project# DOE No: 0909 Fund Code: 03 Contractor: HOLE 1 Fade St _-... _— 'LOCATION: 40'N of 5th St C/4 -3.00" HMAC 7.00" Concrete (3494.0 PSI) _ 6.00" Lt Brown Sandy Clay JATTERBURG LIMITS: LL:29.1 PL:14.2 PI:14.9 SHRKG:8.0 J MUNSELL COLOR CHART: 10YR 8/3 Very Pale Brown Sandy Clay HOLE 2 LOCATION: 1521N of 5th St C/4 i _ _ —: r 7-75" HMAC R 3.00" Concrete (5756.0 PSI) 5.25" Brown Sandy Clay W/gravel ;[[ATTERBURG LIMITS: LL:23.4 PL:13.6 PI:9.8 SHRKG:6.0 ,`MUNSELL COLOR CHART: 10 r 6/3 Pale Brown Sandy Clay . ............._._ - ;�HALE 1 Henderson St ;LOCATION: 751SE of 1st St SW/4 L-34R 4.75" HMAC II 6.00" Concrete (3537.0 psi) 5.25" Lt Brown Sandy Clay w/gravel JATTERBURG LIMITS: LL:40.6 PL:22.6 PI:18.0 SHRKG:1.0.0 MUNSELL COLOR CHART: 7.5YR 6/4 Lt Brown Clay OOLE 1 Burnett, St j LOCATION: 50' S of W 6TH St E/4 � 3.25" HMAC _ 5.50" Concrete (4861.0 psi) 7 25" Brown Sandy Clay ;ATTERBURG —LIMES':-'-LL:46.4 PL:23.2 PI:23.2 SHRKG:11.0 'MUNSELL COLOR CHART: 10YR 5/3 Brown Clay HALE 1 `nth St LOCATION:951SW of Lamar St NW/4 7. 75" HMAC -- _ 6.50" Concrete (5402.0 psi) 1.75" Brown Sandy C.lav 2 ATTERBURG LIMITS: LL: PL,: PI: SHRKG: f4"SELL COLOR CHART: _ HOLE 2 LOCATION: 120' SW of Taylor St NW/4 4.00" HMAC 4.50" Concrete 7 .7 5" Brown San (2353.0 pL�i) ly Clay 'ATTERBURG LIMITS: LL:58.8 PL:25.0 PI:33.8 MUNSELL COLOR -CHART: 10Y_R 5/3 Brown C.l.a HOLE 1 � loth St L,OCK-PTON: 140'E of 'Taylor St- S/4 SHRKG: 18.0 4.00" HMAC 6.00" Concrete (1805.0 psi) 6.00 Dark Brown Sandy Clay ATTERBURG LIMITS: LL:30.5 PL:17.6 PI:12.9 SHRKG:6.0 MUNSELL COLOR CHART:10yr 5/2 Grayish Brown Sandy Clay HOLE 1 Tex" St r CATION -- 15(J { W of Monroe St tN f 4 2.25" HMAC 7.00" Concrete (5369.0 psi) 1.75" Dark Brown Sandy Clay 5.00" Lt B3 -own Sander Clay ATTERBURG LIMITS: LL:20.5 PL:12.8 PI:7.7 SHRKG:2.0 MUNSELL COLOR CHART: 10yr 7/3 Veery Pale Brown Sand HOLE 1 13t"a St LOCATION: 301 W 13TH St N/4 - — 2.00" HMAC 3.75" Brack 5.75" Concrete (2533.0 psi) 4.50" Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: TT -MUNSELL COLOR HOL1� 1 Houston CHART`: F3o__t___ St T WCAT101v: 101 SE 7th St SW/4 4.00" HMAC 12.00" Concrete (5324.0 psi) ATTERBURG LIMIT'S: LL PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 40' NE of 8TH St SE/4 5.00" HMAC 6.00" Concrete (5788.0 psi) 5.00" Dark Brown Sandy Clay ATTERBURG LIMITS: LL:23.6 PL:15.7 P1:7.9 SHRKG:1.0 MUNSELL COLOR CHART: 10yr 7/4 Very Pale Brawn Sand 3 HOLE 1 commexoe St LOCATION: 220'NW of E 14th St SW/4 ""D-100R" 3.2 5" HMAC -- - 7.75" Concrete (5198-0 psi) AT5.00" Lt Brown Sandy Clay w/gravel. TERBURG LIMITS: L ._ _ L : PL: P I : SHRKG:�-- MUNSELL COLOR CHART: HOLE 2 LOCATION: 40'NW of 100 E 15th St SW/4 ""D-100R" 4.75" HMAC 5.75" Concrete (5031.0 psi) 5.50" Brown Sandy Clav iATTERBURG LIMITS: LL: PL: PI: SHRKG: -MUNSELL _COLOR CHART: HOLE l� 13t' St -- IILOCATION: 100'SW of Jones St SE/4 ' 5.50" HMAC 5.25" 2:27 Concrete (1050.0 psi) 5.50" Lt Brown Sandy Clay w gravel 1 ATTERBURG LIMITS: LL: PL: PI: SHRKG: r MUNSELL COLOR CHART: HOLE 1 :r14th St - ----- - - - — k LOCATION: 70`SW of Jones St NW/4 3.00" Brick 5.50" Concrete (3656.0 psi) 7.50" Brown Sandy Clay ATTERBURG LIMITS: LL:47.0 PL:23.2 PI:23.8 SHRKG:13.0 MUNSELL COLOR CHART: 10yr.-7/3 Very Pale Brown Clay HOLE 1 2ND St LOCATION_: 112'SE of Main St NE/4 "L-23R" 3.25" Brick 8.50" Concrete (5863.0 psi) 4.25" Lt. Brown Sandy Clay W/gravel ATTERBURG LIMIT �� S: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: _ HOLE 1 - 3ra St LOCATION: 951S of Houston St C/4 "`L-2R" 4.00" HMAC 8.25" Concrete (5434.0 psi) 3.75" Lt. Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 1 D;Rxm St LOCATION: 66'SE of V1 St SW/4 3.00" Brick 4 HMAC Concrete (3803.0 psi) Dark Brown Sandy Clay ATTERBURG LIMITS: LL:40.8 PL:21.0 PI:19.8 SHRKG:11.0 MUNSELL COLOR CRAFT . ? Oy- , 6/2 Lt Brownish Gray Clay HOLE 3 LOCATION: 60'NE of Jones St NW/4 8.00" Concrete (4922.0 psi) - 4 ,8 _ 00" Lt Brown SrandX Cla W/gravel ATTERBURG LIMITS: LL:29.8 PL:15.1 PI:14.7 SHRKG:9.0 - --�T MUNSELL COLOR CHART: 10yr 7/4 Very Pale Browr, Sandy Clay HOLE 1 ^Grove St LOCATION: 25' Nth of 7TH St SW/4 "L-1124R" _ 2.00" HMAC 10.00" Concrete (5509.0 psi) 3.50" Lt Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: VOLE 2 LOCATION: 38'NW of 7th St C/4 "L-1124R" 2.50" HMAC - - 8.00" Concrete (4296.0 psi) 5.50" Lt Brown Sandy Clay .ATTERBURG LIMITS: LL:25.1 PL:18.7 MUNSELL COLOR CHART:IOYR 6/3 Pale 13.00" 2:2.7 Concrete (1063.0 p l) ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART - HOLE 1 5*h St LOCATION: 130'E of Houston St N/4 �6.25" HMAC 5.75" Lt Brown Sandy Clay 4.00" Brown Sandy C3ay AIVI'EirtiBURG LIMIT'S: LL:42.1 PL:21.8 PI:20.3 SHRKG:11.0 �- MUNSE" COLOR CHART: 10yr 5/2 Grayish Brown Clay _ i4OLE 2 L0('ATION:70'NE of Calhoun St NW/4 3. 7 5" 6.75„ .50" 6.4 SHRKG:6.0 S a nj f4CJLE 3 �— - � - - LOiTION:115' S of 5TH St S/4 "L-1124R" 6.00" Concrete�(4943.0 psi) 10.00" Orange Sandy Clay ATTERBURG LIMITS: LL.Zo.O PL:15.9 PI:10.1 SHRKG:5.0 MUNSELL COLOR CHART: Syr 6/6 Reddish Yellow Sand Clay HOLE 4 LOCATION: 85'S of 5T11 St N/4 "L-1124R" PI: Brown 5 HMAC 5.50" Brown Sandy Clay W/gravel 5.00" Concrete (5791.0 psi) 4.00" Brown Sandy Clay w gravel. ATTERBURG LIMITS: LL:29.4 PL:16.4 PI:13.0 SHRKG:8.0 t MUNSELL COLOR CHART: 10yr 6/3 Pale Brown Sandy Clay HOLE 5 LOCATION: 1001S of 4TH St W/4 "L-114R" 9.00" Concrete .(3182.0 psi) 6.00" Brown Sandy Clay ATTERBURG LIMITS: LL:26,5 PL:14.8 PI:11.7 SHRKG:7.0 i MUNSELL COLOR CHART: 10yr 7/4 Very Pale Brown Sandy Clay Approval: ' Ryan Jeri Routing: Date Tested: 3/28/15-4/11/15 Superintendent Requested by: Amanda Gentry Tested by: Soil Lab File a9C 3 �[Y' 45 CD qq + O ti s I �y � ■ r r Y■ � r*fir E 7. r { r # #r 45 F M 11 � rrel rl } * JJ M r� rt • • { 4T • � ♦ FI im3pfl a 1} F . ! r I ti r • _ 14• M �{#. ■ { �I i1fT�. t 1 '44 ry/ # ■ r 1 • /KU # II r F . ! r I ti r • _ 14• M �{#. ■ { �I i1fT�. t 1 '44 ry/ # ■ r 1 • /KU # II r GC-4.04 Underground Facilities THIS SECTION LEFT INTENTIONALLY BLA1 1 Limited franchise utility as-built/locate information has been obtained by RJN Group, which will be included as part of the conforined a nstructiou documents. Contact RJN Group at 817-451-3500 fog - any information requests prior to bidding. -cay C1J= Film, +N[)wn-i I4 AIN 34, 1110. AND DI110 DRAIN�)L i 1: Af4 F Ati ti ,w l OPRf A:1;,Mt-N I-S STAB]Li,1RU CON URI ICTION SPECI F I CATM DtDCITMI-h}T4 �'jiv VunG4ci Nu IF_-07 ',lnvniN•r 11).'1IP) Rc .%u J ,ILa1}- f. -,Vl I - . 6 Hazardous Environmental Conditions at Site THIS SECTION LEFT INTENTIONALLY TI l ALLY BLANK { l i'Y OF FORT WORTH KkIN 34, 1.(U1, AND I?j(IQ URAJNAcpr. %1;I.'kti , w I MIIr t IVIA:LN I N "TANDARDCON STRUt fIClM MTC'kF1CAT3t Doc tIMI.1NTI,4 01i [hujtxt ".1, r"; 11rr 1':r,4eRlhef I!INIIN Revisad .1 I. 2011 C- .o .I Minority and Women Owned Business Enterprise Compliance t I'ry ()F VOR,r, WC MAIN. A I[IQ. Aran D100 DIC&INr fH=. +AMA's S S. IMPROVEMHf� VSIAhll}A[0)�'(INN"I'll[IC"I'IIINSI01A."!FIEATP,)NrX)CI�f FN75 chyPmj"I.W.ill-197—Novembor0,Xb14 Iti��d,kulk I-��II JF 1 -f- WORTH City of Fort Worth MBA Good Faith r-f€^rt Form YFUMt UUMraANY NAMt: PROJECT NAM `C1t1.� r-ti i t Cy} *�' CIO() ecru r , Ctty�a M�F �rbiect Grycl• .,-•_ --• ___u _ - �►'ti-7C7 . T` t 0 ATTACHMENT I page i of 3 Wuw0ap I M1r N kv+yyfl� � - 19 - I VROJECT NUUUER If fhe Offcrar d1d not Meet or exceod tha MJBE au#� ox�tractfrkp gna) far 11ils projeCf, thn Offarar �My cnm�aloto Ihi liorm, If the Offeror's me'hod o€ corrlfrffanCe With the M13E goal is based upon denlnnstratiDn Qf a `"good faith effort", the Offeror will have the burden of ccrye ctry alid accurately Preparfng and subFr? ittfrrq the doculnentatfon requ(red by the City. Oorrrpffance with each Item, I thru 11 below. Shaft satisfy the flood Falth Effort requirement absent proof of fratid, intenlflonaI and1inr k11owInU misrepresentation of the facts or Interitlonaf dfscrlmirraffon by the Offeror. l=ail«re to complete this form, In its or, urety wM1 supporting docurn entaf In n, and it being SUbinitted to and recelved by the Managing Department on or before S;OU P.M. five (5) CRY business days after bid opening, e-W sIve of bId o�roning date, wit) result In the bid balrig considered lion -responsive to bid specifications. 1_j please 11SI each very subconfraoing and/or supplier agportenity for the cD111pfation of thls project. regardless of whether it is to be providad by a MBE or Mil -MBE. DO NOT GIST NAMES OF FIRMS On all projects, the Offeror trust fist each sribcanteaeting and or �snpplier offpar#�atMfty regardfsss of tier. flies adaflfYorral sf+ire#s, 1f rrecassa List of nbcontractirtg Ogpor#unities I�isf of Su ffer O Aft pporturrities M Raw, 51302 ATTACHMENT IC Page 2 of 3 ?,J Obta(n a current Cngt xnore loan ivvo (2) rnorrtils old #rom the bid open data) fist of MBE subcontractors andlor suppliers from the City`s Ml4Va1; Qftice or the City's website. Yes No Date of Listing j — H — 19 3.j Did Y" 1:0J1eft bids from MBE firnis, within the subcontracting andfor supipifer areas pr evlously ilsteid, A least ten calendar days prior to bid opening by mail, exclusive of file day the bids arO opened? Yes (IF yua, dUaeh V8E Fna11 I,aNria to inrlurk narna, of fills, and AIldrelss and a A-ItiW copy of lulwr malii9ii fmlo 4.) Did you solicit bids firvm MGE farms, withifr the subcontracting andfor supplier areas praWotlsty fisted, at ieaist tin ca1`0Rdar days prior to bid Opening by teiaPl1rsrre, exclusive of the tray the bids are afreoed? ill }ryas, etRaei, Ijilt to Includa Warne of MQF tlrrrp- 9� `R corkfaet9d. 13hone huaptmr and Qql!!? and Hnmo of ro11tart.) 6,J Did you solicit bids from MBE firnTs, Wlehin the 5QbContractlog anwor slapp11er areas previously iisIed. at feast ten oafendardays prior to bid opening opened? try faosIn' ife (fa>r), exclusive of the day the bicl are EYLS iir yes, of nCtl slat to IF1CIiide nnla a bi M81E firm, rq,c number and d�a e d AIM0 of conlaGL irk edp�ll�n, �i �#Io fay is roturnlyd ns uradro-llwen,Lle, fhon fh,Z "rundelivorable to0rfmtalion" r9eoiv�d rrruol lac prrnte�l d1roelly frurn the ururn rr Kos proper der urnenlatl�n. Faii�irff f0 submit GO" NrrnnIJOii andlor "urldelhrmbrc conArmazion" daaumarrt ilon rn�y mador fha GFIE r1nn-m5Fan6lUs_J 64 Did you soliril bids f rom 646E firmms, within 117e subcontracting andlor supplier areas previous#y listed, at 102181 ten calendar days prior to bid opening by email, exclusive of the flay the bids are opened? 13a Ye off yob, attRICix amE}Il c6nFir4rFalf041 to lochjdn name of fYJgF fJrm, attr and Ste, irk alfdiNolk, if Ifs► E?mjlfl is rcdlmsd all uniiul�uprabl�, than that "und0FJv2rSbfe rneeaaga" Focaipr nlulst ho Prifatetr direcefy 7F�m i ka+raaJi 5ysr#FFu for rnµ4F CiOLWrncntadue, FRI111 o to UtIbinq roarfFinatlor) andfo( "'undalivoraWe rryseyage. JFVM arrra aj -aV5 rpl,dor the GFE norl. lall{)or,afvo.j ND l�lOTE, The four metha s Identified wave are acceptable For soliciting bids, and each selected Method NE be aAplied to the applicable et r�traet. The Offeror must document that elther at least two attempts +Here rmnade using tv O of the flour methods ur that at least one sl�Cc� cvr�tact was made IIsi11� one of tare four methods In eider to be deerned responsive to the Good Faith Effort raquli~emsfiL NOTE' The Offeror must contact the OnelLe iVlae ifst spec lfi� to each �ubcontfactinc� and supplier +�frpart#lnity to be fir rrorr�pilanee with queigions 3 through 6_ 7,) Did you pmvlde plans and specifications to potential MBEs? —a 1'as No 8.j DJd yeti provide the information regarding live InrAtiOn of plans and Specfficatiorls In order #t� assist the MBEs? Yes �1140 Ray. 6�30112 ATTACHMENT I 9. Pid you prapare quotation [or the MSEs to bid art goodsfaervtoes specifi to their klff setPage 3 of 3 Yes (rr y��, airach Hit copies of ga++xtaNuns,I No IO.J Was the contact Irafonnation on any of the listings nr}t Valid j -- —Yes fli' yos, aMach Rip InforrmailurM that war. not vnitd tl) arLiar far N,a MJWBE 0US IQ addrmss Ihr, corfuctlpgs rtaodarJ.? —JA No i'I.jSuhFPPit docramen[ailen if M BE quotes were rejected The documentatit►n submitted should be in the forms of an affidavit, include a dotalled explanation of Why the M8E was rejeutit�cl pportirsg �u doe-vaiantation the Offeror wi5lies to be considored bar ii$e City, Ilr the event nit abone and any Sufidu dispute Concerning quotes, the Offemr aulll Provide for confideritlal frr-eerraerr ace to and inepe�tiofl of arMy r�rtr-Varrt d0curtleritatfon by City prirsonpcal, AEJU;'FID lAL WFORMATl . Please provido addilion al Information you feel wlff further SXPIatn your goo rf and I�oarast efforts to abtala, MBE p�lrtlr:ipation oil ilifs projact, f— The Offeror further agrees to provide, directly to the City Upon request, complete and accurate Informatiot3 regarding actual work performed on tills contract, the Payment thereof and any proposers changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and t1les hold by their company that will substantiate the actual work performed can this contract, by an authorized officer or employee of the City. Any Interitional andlor knowing misrepresentation of facts will he grounds for terrntinating the contract or debarment from City work for a Period of not less than three (3) years and folr Initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shalt create a material breach of Ray. 5an112 ATTACHMENT 1C contract and may result in a determination of ar7 irresponsible vfFeror and debarment from participating in City work for a period of time not less then one (1) year, The undersigned certifies that the information provided and the MBE(s) listed wasMere contacted in 90od faith. It is understood that any MSEW listed in Attachment I C will be contacted and the reasons for not using tftern w111 be verified by the ityr's MI BE Office. Authorized Slgnawre T We rorepany dame '.. -ax t4o,5� Address T" i LI cityfstatelzip � ; c Prleted Signature Contact Name and TH10 (it different} Phnne Number Fax Number JEmait Address . D� Date Raw. W=12 A -;AC{ F'g3k.%T !A Pima ' of 5 City of Fort Worth Ubcogtrat for l uppilers Utilization Form PRIME COMPANY NAME: WtLLIAM J SCHULTZ. INc. D5A CIRCLar C CONSTRUCTION r PROJECT NAME — 11A111 34, 14r1 & Q1013 DRAINAGE AREAS -SA Ki TARY SErWER IMPROVE aM5. PAFtT I I ity'N'MFWBE PFUJbGt GDAL I 15iEri) 's W- VVBE Pfo�ecl ltLi zation: 8% % Check app!irabin Wook to tleswitm prime Tmwm" X i NON-MMIME 510 DATE 1 V19119 PROJECT' NUME9E;R P2397 Ide ntify all sUbcontra t rSISL1ppIiers }you wrill use on this project Failure to complete this form, In Its entirety with requested documentation, and received by the Managing Qetpartment ors or before 5:0Q p m. five (5) City business dayq after bid upening, exclusive of bid apening dale, 'will result in the bid being wnsidered nnri4esponsive to bid spenifcations. Tire undersigned 0freror agrees to enter into a formal agreement With the A+I/WRE firm{s} listed in this utilization :sti.hedule, con ditto ned upon exec ulicn of a contract with the City of Fart Worth. Tha intentional an Nor kno+rwinq misrepresentation ref facts is grounds for considepahon & di8qualificatiorl and will result in the bid being considered nor�resporrsive to bid specifcafions MMi3Es listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the markutplace at the time or bid. Marketplpce is the geographic ar8a pf Tarrant, Parker Johnson. CoMn, 0aIlas. Denton. Ellis, Kaufman and RofkwaII cuuribas- Idertitlfy ea r,h Tier level. Tier is the level cf subcontracting below the prime contractor- i.e., a direct payment from the prime contractor to a subcontractor is considered 1 or tier. a pefyment try a subcontractor to its supplier Is considered 21111 tier ALL piiWBEs MUST BE CERTIFIED BEFORE COWRA T AWARD. Certification means Th aso firms, Iccated or doing bustnP5S at the tune ()f bid ope5ing within the Marketplsc;e, that have. bean deterrnrned to be borlat!de rmjoodty or women busin5sses by the North GontraI Taxas Regianat Certificatrun Agency (N TR(-,A). or theTexas Oepartment of Transportation { TX DOT-i. highway divtFion. Disadvantaged Businass Enterpr1se (DE3Ej 15 synnnymotls with MirioNtyWornen 8t,sinass Enterprise (MiW9E)- If hauling sery ices are utilired, the prime v+ill be given credit as Iong U the MIS BE listed owns end operates at least one fully licensed anti cperationoI t=k to be used an the cc)ntract. The MANBE may lease trucks from another MMM E firm, including MNVBE owner -operators, and receive full M VBE credit The MIWBE may lease trucks from non-M lIBEs, including owner -operators. but will only receiVe reedit for the fees and I cornmissbris earned by the IVIINVBE as outlined in the jea� a agrtemenL — --I a air 5J3 03 ArAL.-M Eh1 1!% Pnss 3 or 5 �tsKl ��I.aK'IFI R.irnes are fequwred to Identify ALL aijbe htractbWsuppkirs. MgEtFd1es5 of AajdS; i.e., bl naritV- VLbinen aril vicwi-M11ASEs r1eaw Iral MIME frrrrxa firsl. vfw- add*orrv[I shed& It tht�fes ry ' Car�iHaatlon � o SURCONTRACTORI UPPLIER cheefc ane� T'- — N T " EMI datall Company Nwna Address I a 10 W X M Subcontracting ►Nark Supplies Purchased Daliar Amount TeJephDnetfax ' a a. T R 0 a E E c T i � I REDI-MIX CONCRETE 1 X SUPPLYING CONCRETE S 769,3 8.50 P.O. 13OX 844425 MATERIAL DALLA . TX 75284 RICOCHET FUEL DI T, 1 x SUPPLYING FUEL, OIL, $ S 271,991.25 1101-A BEDF I D RD MATERIAL HYD, FLUID BEDFO D. TX 76002 NATIONAL TRENCH SUPPLYING EQUIPMENT - - 11 3 o200.00 SAFETY X RENTAL RENTAL I 1602 F. STH ST. 1 1RVIN , TX 75060 SANITATION COLE'S SANITATION 1 X TOILETS $ ,8 0.00 SERVICE -80 4C.R,518 BURLESON, TX 76028 A ERI E SUPPLYING— BARRICADES 1, X S 84,000 00 BARRICADE CO- RENTAL 107 E. ENON AVE. i EVERMAN, TX 76140 WATER PRODUCTS 1 X SUPPLYING PIPE 340,QO0 00 P.O. BOAC 8 43 MATERIAL FORT WORTH, TIC 75124 Fc)R,r WORTH Pnm+ar aria required tO FdanjIfy 4ALL, 5LIbr-C)rtltdc4ofi51s41pplterfi. reggarrlke=& r11 .1'-'tus; i e , M1"HtyLWorllen orld T1pn-MNVI3Es. Please -I ;, MeWBE flrmei firs 1. use addiI -gridI ;;Neill II I IeLe�Lsary K'TAi Fri.t�r 7 IA Corti}icEAIan i SUSGONTAC' OWSLJPPLEI i tch �*nF,d; rti Gampany Marne !Address i i C X W M Subcoattra4king Work Supplies purchased Dollar Amount Tialephone?Fax T ja 0 R 0 B F E CI T E GROUCH SAND & 1l X SUPPLYING SAND & 53.00(}:oa GRAVEL MATERIAL GRAVEL 618 S. BELTLINE RD IRVIN . TX 7 060 I ARCO CONTRACTOR 1 X SUPPLYING mist. JOB $17,500.00 SUPPLY MATERIAL RELTATED 305 LUDELLE ST PRODUCTS FORT WORTH, TIC 11 HOVE DEPOT .1X SUPPLYING misc. 'JOB S 13,132,0.0 fTHE DEPT - 50 076570 MATERIAL IAL RELATED P.O.. BOX 6031 PRODUCTS LAKES, NV. 88901 UNITED RENTAL, INC. 3120 SPUR 48 SUITE B IR If , TIC_ 75062 JOHN A MILLER � ASSQC P. O. BOX 7 214 FT. WORTH, TX. 76110 TEXAS BIT 1320 ARROW POINT DR. CEDAR PARK, T 178613 1 RENTAL. EQUIPMENT RENTAL INSURANCE BONDING SUPPLYING ASPHALT - — MATERIAL 102,200.00 $ 6.60 00 Row f'lll�l �if�l{Jl� ATTACHTOL- ' e ' �f Rnmas are -equlred in idenlrfy ALL aLAbcan4artorVBupp1jiur5- rogwWass. ai 5rai416, d a,. fwlpnlsrlly, ftma3n and non-Mf i3F-s. PtRarea aisl MNVBE f pmir flail, use alf&Pnnal wheals d na-=,siry Certificatlon 0 1 I SUB ONTRACT1�RMUPPUER [�hacBnne} T, N T �� ��la�l ��L�il Corrt�r�lny N.�rne Atldrens , I a E11 V C M ubcontractVntg Work 5uppiies purchased Oullar AmowiL , TelephoiwiPax r I B B r i a it C . E I I I A; MJ PIPELINE 1 X SUPPLYING GcTv 23,000 00 I P-0- BOX 81 SERVICE GRANBURY, , TX 75049 ACE PIPE CLEANING SUPPLYING tp6xy $ 105.000.00 1 i X 6501 UNIVER AL AVE. I SERVICE MANHOLE { KANSAS CITY, MO LINED 1 64120 I I I i I I I Fi)--w 5f.30101 Al ,#yC#-f1,}ENY 1A .pie 4 cr S INSITLIFORM'TF 1103 PO T Off? ORINTH, TIC 7 FOR l'WORT H �_4� app "iOM Dollar Amournt of M NBE Subcontrectorsl uppllers 1 0 73, 813.00 Total Dollar Amoum of Non-MIWBESubcontractors/Suppliers 1 ,0 1,37 .7 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSi lli PLIERS I S 2,041,374.75 The Gontractor will rZixt make additions, deletions, or substitutions to this zed ified list W1khouI the prior approval of the Minority and Woman BusIness Enterprise Office Manager or designee Ihrough the Subm 1rtaI of a Request for Approval of rwhangelAddilion Any tinju5tified change or deletion shall be a materiel breach of contract and inay reiiult rn debarment in aof,-ord with the procedures oullined in the ordinance The contractor shall submit a detailed expianattori of how tba requested charigeladd1bon or deletion will affect the corn mitted MAW goal It the cletaiI explanation is riot submi[led, it will affect the final corn pliance determ iriation. By affixing a signatUre to this feral, the Offeror further agreas to provide, directly to the City upon request, Gorriplete and accurate information regarding actual work performed by all sLtbcontractors, including hAlWID8E(s) arrangements submitte d-writh II3e bid The Offeror also a0rees to allow an audrt andlor examination of any books, records and files held by tlloirccmpany. The bidder agreers to allow the transmission of IMery iews with owners, principals. officers. empIoyees.and applicable subccntraetorslstjppliers?ccnVactos participating on the contract that will substanliate the actual work performed by the N ANOBF(s) on this contract, by an authorized ofific& or employee of the Gity- Any intentional endlor knowing misrepresentation of facts will be grounds for termirlating the contract of debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred hum participating [n City work for a period of time not less thion one (1) year Autharized igrtature Vice-Frug1doni_ TiVe cirrio C Construction Co, Company #dame P,O. BOX 4032E Address Michele S. Lankford Printed Signatmrn Cmat ct NAMc4TIfle III different 417-293.188 3 FAX a 1 T-293-1 W 7elephane EmWok Fax m, Imnkrord�clrtrnacr�trstr�J�#i4rs.carrt E-mail Address 1.2tE9O.D_. rlatrr Cltylslat"Mp ROv SWD3 City of Fart Worth KYVM OJ11ce 1000 T Itwimartnn St. vortworlbTx 75107 Gfte P171212-2674 FaV (8111712,2501 Certified MBE Firms for Construction Request for Listing PLEASE AN WER ALL QUESTI0NS ON THIS FORM TO ENSURE FASTER FROCFS INIS COMPANY {SAME C,`ITYI TATEIZIPL , 7'—t 6 l 1.4 0_ RECUESTER'S NAME. FAX. &-�-,ZR- V152 EMAIL rn IS THIS A CITY OF FORT WORTH FUNDED PROJECT? Yes--_L_ or No IF YES, PLEASE PROVIDE PROJECT NAME IS THIS A FFMFRAL FUNDED PROJECT? IF YES PLEASE PROVIDE PROJECT BID OPENING DATE. l a ; � 9 - 19 PROPOSAL_ DATE:_ 1-2- - - 19 TYPE wF PROIEC1. CONSTRLMTJON X FIRCFESSIDNAL PROFE5SI ]NAL JRFP) _ PROF FSSIQNAL IRFQ) PURCIIASINC� PLEASE WDICAtTE FOW YOU WOULD LIKE TO RECIEIVE YOUFt REQUEST= MAIL F PICK LIP EMAIL ' SUPPLIF,R OPPORTUtiOES TG► Tk-� This listing ipu rslve of tho tolnmod3Nes you requested can ba utilized fof two months from the date of th€s Iettef as outlined in the Rosiness Diveis€ty Ordinance 420020-12-2011, If additional commodities are needed w€thin this two month Ferind please contact the MMME Dffice at tbi� (817) 212-2674. This listing ipu rslve of tho tolnmod3Nes you requested can ba utilized fof two months from the date of th€s Iettef as outlined in the Rosiness Diveis€ty Ordinance 420020-12-2011, If additional commodities are needed w€thin this two month Ferind please contact the MMME Dffice at tbi� (817) 212-2674. FORT WORTH, De,cember4, 2019 Michele Lankford William J. schliltz. Inc, dba Cirde C Construction Co, P.O_ Box 40328 Fort Warflj, TX 75140 Dear Ms Lankford This. is ire response to your reriUeSl for the attached lisllrr9s to assist your company in se�!kinq and utilizing M $ul�-contmctcrs andfor supplier: ontractor 0pportur)ith s Requested CCTV Supplier Opportunities Requested Tollnt Rental r. Barricade Dental PVC Prpe Di Pipe CIp:PEpe Concrete E2j#factor Ooportunities #provided 5.4 Hpa line Inspedion Supplier Opportunities Provided No USE Firryts Pr0vidgd No MSE Firms Provided 238290' Pipe, duct and boiler Insulation 2371 1 0' Sewer main. pipe and connection, construction 1Vo MBE Firms Provided No MEE Firms Provided 327320' Ready --Mix Concreta manufacturing 3 7320- Ready mix concrete man Lifaeturing and distributing 238110 Concrete finishing 237310: Concrete paving (I_e_, highway, rears. street, public sidawalk) 38120' Concrete product (e_g., .structural precast, strUcturel prestressed) Instalfalion 38110 Ccricrele repair 238110.Concrete resrkrfa(�kng 238110: Foundation, building, poured concrete, contractors VC-70IN05itC DEVELOPMENT DEPARTNTE T C?t rid OF BUSINESS DIVERSITY T1TT= CITY OF F()10 WOft 111 ' 0L) I FXAS STRLEF * FORT WORTJ1, TRNAS' 76102 Ram, t9I 7) 4 I-,f% �-X171 3k12-2681 The atiachad listings man tie utilized up to two months from the date of this letler. per C 4 of Fort 1+ orth's Business MverEAy EnterprPse QFdinanc,e # p020-12-2011. Il add1lional comnlodiUus are r3aeded w1th1n this -month period, please cantact this office and your request -will be processed immediately. Thank you for your interest and if MiVVBE Office can be of tUrther as5istance feel free to oontav us at (817) 392- 574_ inwely, X";j Adminls"We Technician Economic Development Department Q#face of Business -Diverity ECONOMIC DEVELOPMENT DEPARTMENT MfN091-I'YAV0MHN B t J S f N F, SS 1"N-MR.PR IS rt IF UTY c ki. FORT WORT1 i 4 11100 STTtEE'I' ' Fc R'r WORTH, I,FxAs 76 GAY' k 11 m 'E§- ,a 0 Nj A - 2 21 m 8 — C m C) o c w o m 3 C 1 EU r � U r G7 < tl.l R1 [S C L9 tn. £I L O CL a Z-p IT Em as M O U a rj 1-7ilk im pF f4ID �CL > u .� Y * L +� b _io ra Vi rp4 wp p�p v5 0 m E! ZF AR V w � O M O d3 -j E f em o a ns z 6 4 - O yrw U-w Q_D 7tl �- C?qy m m ro ofF 0 w p of a CO w fa ql= y j 0 rn = Lij C ucm fp -� Ed L [m7 O m L ti ID ip _�' Ill "� m v iv 7 x T zl i} C} ( j 0 Q m 0 05 F' = e dl C dF 1} �S �CL 6 e, [h y EL '. ru CD +� a: A�nuS+uS zt� E 3 e E w u p�p 41 m 4 to h d C a u wl El pi A y w ar r. pp 2A n -7 W ay y {Y I"n ,M �m m IG'� M Imo, lI�j� r4ryy d. �74 A ram. M J'F rl .b rl Id M {}13 M c 4 S O a 4 p 2 4� 41 Am u ar "J t3 4 Q 0 w IU c 4 m ra q C � y M r5 V O r v z a w+ G N w d ra P _4 IP i3 'm K a tp y 4r P .. C tr 10 j2 n 9 ja _ �o u 4 U r r 4 3 IV Fr^I ii m ,.pyl +m ic e4 3 E 4 .J 1 iiii � III 4 Cr L q, A o I U a { ��( CL u +y 'E .w u E .5 � .F CO a tp .M1-i ran G U cl yy iN 'A 411 M1 +9 r+4 r -2 � ri iw a� +v hi a Lb �-. r r+ w w .r n's .: w r't MS 7* w 46 'f '. m f'+I m tni , r- rD �+ T h M1 }ti{ � ry it t'� M1 yA�� 74 T4 � r Y F+ � r � i• � � F• � � �i � f-' O s c ip a L o- i b LLr 4 } .F E c � ❑ %P v v, Ir -1 a yp rn -y IN�'LOP, •u -! rb K a a A O G # 6 f etf o u v e z a � Cr L {3 m JI I 1.L. 3 Q 9 ff f E E L 1 .J ll.F 4 y y H � V W A n U ¢ � � L U 0 U .ri4j Inda 4 Ld �03— Z-V-- I 7 44 N i 4 y a F � � = m a D LL ¢ Q L m,uu�� W m 42. rj C B p ':':4 o0 M ry ry kv 42 CO I� 1 C � � � d+ � Ll 1� ✓I' � ..+� G' N 41+ a F a F F L kJ tF v � t r t t � {/5 yK IfVibY ry M� ry OM idi .t fl +� P, V Q D O m 4:J H � � G o 'a uj a a u q� LL 1.1 �ai'l w ,ri � m rj DL e-,(- I 6 c+ 4 m �e + e ,a o m io A O � a a ' b! It A "� m y' � m Ohl Y`! S1 ,I La Il m Gt m m ri w'+ llu b}' 1'41 eh 9E OF 0 Uh IM en p�� y � .y pp w rti i + um rti .gyp ri 6-1 ti7 . J [ LK SC iL [ -X r F � C 13 Q 12 G � V 4 a m D u zi 4+ Q V 4 � n D J 4 4 _ rm }I %M ry *Q+al w'+i La +'+1 n4 m .% a a r ap �0 � J N f3 r L U a Q p µ 4 �V -M ILP Y f L L 8 Ul E M. ZP a J tn tL N� Lit c od q E rrt ra sue[ a 7 } coi iwi 43 0 `.cr .n .?L § ( § r 2 § _ & § { k L k } k ƒ § B § ) \§ k \2 k2 %A AL 4 % m) �m \) kK}§ k§ 7m LC 0 7 - ): T £ k \ & \ ■ � � 2q ) ( a ] \2 § § ■ k 7 ! f 2 E Ld k J § � it a � / \ � itAj � ) ® ` \ ] ) G \ WoA9var.m VVE�b wl PriTii Print I Closie Vibndow Subject; Qurrtia Request-Cl rele C C#trstructton - City of Fort VVorlh - MaiO4, 100 and Dl Go Drainage Areas SS Imp. From; m,Ian kford c[mleccanstwctlon.corn Date: Thu. Dec Obr 2019 4-25 pm To; Sce: broadwayinspactloDsvc aol.com, discourGtdraln@yahou.cvnt. Capecancrate@gmaltmorn, bJ@Jlimperium.com Attach: Main 34,pdf Hel1or please revli vW the a"r.hed request for quoke ran the upcorning City i*f fort Werth job bldding Docember 19, 2019. City of Fart Worth - Malin -34, 100 gild 1]16A RraJna9e Areas Sanitary Sewer Improvements - Part i We are requesting a quote for: Pre and Post CCTV Ready -Mix Cgncrete Michele Larik(ord Circle C Construct+on Co. P.O. Box 40328 Fart Worth, T-X 76140 Ell .la n k WL0_0g 1 rc) eccons tructa an , cc m 817-293-1863 Copyrighl C 2D03-20 ig. All rlghts reserved. hTTSasfilvmaPl14 3scuresarveFna6lule3w ririn1 rr,ortl••r« ltl.fnt. i rrs!#,r� Circle C Construction Company Daternber 4, 2019 RE- City of FDrt worth Main 34, 100 and DWO Dralr age Arias Sanitary UWE!( I rrrp rovemen 15 - Part 1 Qty Project No. Q7397 Circle C Coci5tructTr)n, ;Pn Equal Opporrunity Employer, will be bidthnV as a General Cant ractor Orl thrw clbavt� reFiarenced proleut. We acttvety mQ1iol y m r rnatL-ria1 andfar sub eontrai;�t pfices for app] Jcable portiorl(s) of Lb wank in strict accordance with the Contract t)uCLimejv-s Scone of Work ThP5 projeCt cun5j$4 of sewer pipe Insfallatittn PLarhsasIrLK W Plans. RJN &oup. 141c is701 BtNntwood stair Ltd- SLrite 1001i11 Fort Worth, YX 7-B112 Viewing of Plan Clrr.Is- C Canstru{tran Co- 500 W Trammell Menue Fort warthE, Texas 76140 Copj 0f thef:ojkl=ract Uacumeats may beexiimined rar obtained on-line by miting.khe City of Fort WQrtWs PT.IrchralIq DiVUSLon webslte at hhLLo.flwww.f0rtWdrthlaW.OfK}3LGrChtraWQJ and Llicking Rn the Out-isa pink to the advertised prt5ject folders un the Cisv's 9111rsaw site The Conkr'act DocUrnents may be ctownloadeti, viewou, and printed by interested vontrartot s:and/of suppliers - This prolftt bids on Thumday Oncember 19. 2019 at 1; 30 pm. Rroposais anti.varbal quatt35 W111 be accepted in our offer, on or before Thur.;day, (e[embee 19. 2029 at 10:CO.arr1. Plrra5& rndicate your Intentions, of bidding by corrlpieting the requesk "tow and relurning a copy of this fetter to Circle C Con 5tru r tlon, fax rr'spnnse to R7-2-193-1957 or ,can and email to m - iank fof d V clrclecconstruction. com Should you have any questions plea seduilot (1le10 EantagGt our offlre i3t 817-293-IS63. 5�ncere� l Esilrrkat�r 5(]r1 Nt1{F1-1 AV1;twl •r:, I-i iwi-wr r]t l I r, 1,i.\.1* 81- -141 V W3 F kX 911--793-1')4' TRA SW ION %E� klFi TI0N PEPORT M : l / 19 16:07 NAME CIML C FAX : 8172 &21957 TEL : 7-2 -1957 SEP.■ :600GON60211.5 DATE .TIHE� 121 lR 06 FAX NO./NAB 1 §a56 DLIP4TID,90:00.:26 PAGE�S� e1 RESULT o MODE STAID Ecm THIS PAGE INTENTIONALLY LEFT BLANK I I 1 1 I 1 I GC-6.07 Wage Rates C'ITV k31 Vt]It7 WEATII 'COLAW34. I110. AND DIM DRAINF\61 hRCAN SS. CMCFI")VF;MIk=N'1 4 ST.�NDA10) CONSTRUCTION SK..r lML-AIION DOC'l IM1: C 4 Cq llw7 co f~cp i nL)7 Nim-up Cur 14k. 21] 11k R.dvk" !ub} 1_2011 i "General Decision Number: TX20190026 10/04/2019 Superseded General Decision Number: TX20180036 4 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Note. Under Executive Order (EO) 136-58, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis -Bacon Act for which the contract is t awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is " higher than the conformed wage rate). The EO minimum wage rate Will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number 0 1 2 Publication Date 01/04/2019 04/12/2019 10/04/2019 * PLUM0146-002 05/01/2019 Rates Fringes PLUMBER/PIPEFITTER...............$ 31.68 9.50 SUTX1990-041 06/01/1990 Rates Fringes CARPENTER ........................$ 10.40 $3.64 Concrete Finisher ................$ 9.81 ELECTRICIAN ......................$ 13.26 Form Setter ......................$ 7.86 Laborers: Common ......................$ 7.25 Utility .....................$ 8.09 PAINTER ..........................$ 10.89 Pipelayer ........................$ 8.43 Power equipment operators: Backhoe...... ............... $ 11.89 3.30 Bulldozer ...................$ 10.76 Crane .......................$ 13.16 3.30 Front End Loader ............ $ 10.54 Mechanic ....................$ 10.93 Scraper .....................$ 10.00 Reinforcing Steel Setter ......... $ 10.64 TRUCK DRIVER .....................$ 7.34 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the l+ Davis -Bacon Act for which the contract is awarded (and any ! solicitation was issued) on or after January 1, 2017. If this S contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours k they work, up to 56 hours of paid sick leave each year. 4 Employees must be permitted to use paid sick leave for their 1 awn illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is + like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/gavcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than '—SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average 1 calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers i Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program, zf the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed, With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" "General Decision Number: TX20190025 01/04/2019 Superseded General Decision Number: TX20180035 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum i wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts 1 entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply i to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. r Modification Number Publication Date 0 01/04/2019 * SUTX2011-007 08/03/2011 i Rates Fringes CONCRETE FINISHER (Paving and f f Structures) ......................$ 14.12 ELECTRICIAN ......................$ 19.80 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 13.16 Structures ..................$ 13.84 LABORER Asphalt Raker ...............$ 12.69 Flagger.....................$ 10.06 Laborer, Common .............$ 10.72 Laborer, Utility ............ $ 12.32 Pipelayer...................$ 13.24 Work Zone Barricade Servicer....................$ 11.68 POWER EQUIPMENT OPERATOR: Asphalt Distributor ......... $ 15.32 Asphalt Paving Machine ...... $ 13.99 Broom or Sweeper ............ $ 11.74 Concrete Pavement Finishing Machine ........... $ 16.05 Concrete Saw ......... ....... $ 14.48 Crane Operator, Lattice Boom 80 Tons or Less ........ $ 17.27 Crane Operator, Lattice Boom over 80 Tons ........ ...$ 20.52 Crane, Hydraulic 80 Tons or Less .....................$ 18.12 Crawler Tractor .............$ 14.07 Excavator, 50,000 pounds or less .....................$ 17.19 Excavator, over 50,000 pounds ......................$ 16.99 Foundation Drill , Truck Mounted .....................$ 21.07 Foundation Drill, Crawler Mounted .....................$ 17.99 Front End Loader 3 CY or Less ........................$ 13.69 Front End Loader, over 3 CY.$ 14.72 Loader/Backhoe..............$ 15.18 Mechanic ....................$ 17.68 Milling Machine .............$ 14.32 Motor Grader, Fine Grade .... $ 17.19 Motor Grader, Rough ......... $ 16.02 Pavement Marking Machine .... $ 13.63 Reclaimer/Pulverizer........ $ 11.01 Roller, Asphalt .............$ 13.08 Roller, Other ...............$ 11.51 Scraper .....................$ 12.96 Small Slipform Machine ...... $ 15.96 Spreader Box ................$ 14.73 Servicer .................. ....... $ 14.58 Steel Worker (Reinforcing) ....... $ 16.18 �I TRUCK DRIVER Lowboy --Float ................$ 16.24 Off Road Hauler .............$ 12.25 Single Axle .................$ 12.31 Single or Tandem Axle Dump Truck .......................$ 12.62 Tandem Axle Tractor with Semi Trailer ................$ 12.86 Transit -Mix .................$ 14.14 WELDER ...........................$ 14.84 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. i Note: Executive Order (EO) 13706, Establishing Paid Sick Leave I for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any I I solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: FLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/12/2014. SU indicates the rates are survey rates based on a weighted average i calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based_ The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate f that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date ]]] for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board). Write to: I, Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION m THIS PAGE INTENTIONALLY LEFT BLANK GC-6.09 Permits and utilities Project includes two 2 site locations requiring a TxD T permit. Permits are In the acquisition process and will be included in the conformed construction documents. CITY OF i {]RT-WORTH NIAIN 14. 11111. AND DA10 €}R{rLINAIiE AREKS N S-TANDAR #CONSTRIA-tION ZVIJ-- lFICATI irk r2001NIE:NI S CkIN fIrgguI Nkp, WJj - jaiµ Cndwl It)— (Mlq TOytped,hdy I. 2r)II - . 4 Nondiscrimination THIS SECTION LEFT INTENTIONALLY BLANK l 1Tl' �.kl FCiI� wC?k ri-i MAIN 34- 1 till. AND 1111uk I.TkAll N A G]- XR�AS S:S_ IMPROVEMENT-ls 1..%NDAIMcf,)M1.I('Fl[1N I'LCI.T:l['A'I'M FM hl_'t 1 11:tiTti (Uy 1'ttplect No. iIiliu—iYencmh4r II+� SFRI ROAM 1.24111 Pi R-01 60 00 Product Requirements l CITY (ll- l ORT 14ORTI1 !AIN 34_ 100. ANI7171+10 [)KAINMiL..4INI1'r([1k'l--NJl-1qkN 41ANi7ARDCONS I'lkIlC"rlON 3rrt'l1=ICATION DOCUM!_N S l-�h Tnyocl NNrr Z�3++7 N4o;.L-nolicF I+J_ 3131'0 Ro'Bal Amly I. 201 4 FORT WORTH, 41,10 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: September 06, 2019 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... I 2. Manholes & Bases/Fiberglass............................................................... 2 i' � 3. Manholes &Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 1 I 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters ...................... ............................................................................. 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 r —0 lrt co co L C� bl .. m ICI �- t aj N t m !1 3 3 E- cn P4 con '5 i A C] C] q a -n v 6 p p cr ry rr N a� ry N o o v N �r N v ry o M 0 M 0 M 0 M 0 M 0 M [n O O O O 0 0 00 o z xx xx M o � v6 N W F F, Q Q Q Q Q U N N X - y L C7 z � z z ❑ w � � � y ¢ = rV T ? 7 -Lfrl � 3 y � � � m .yj ti T Y �] O O 4 � ti � Z G Imp N F V y. N G�i N d x'I rCc ti ro m r^3 ti m - - e - er K R a s a W N i. N W N !i W Iz. . N N O 0 0 OrJ 71 5 Z � r� rn :n raps u a m � m 22 a_, 21 - _ n fn! u � ! § � . ] \ \ � \\ \ � � � \ r { � �i � - _ j R % � ~ t ) / E � . a § § 2 \ 2 k § 2 \ = o e o o e e ) )) \ \ \ / LS ) 6 j lb oP4 U - ry f+ P 7 � tC ¢ d d d d U N V o iF. 7 u o 3 0 a C .U+ U � J y G _ � N U � 0 a F v U N U GJ U N FLF O O O O o 5i `Si G V V V V� Lr d V V U N V N V �1 ti V Fr M M M m It cal O N O � A � � Z � � k � � { | \ � � [ EN�E �) \ , ± ƒ \ ' i & , < \\j / } / w } { \) ) o 2` $ .0 � \ k \ § ) (§ } � k u C, W" r V Hz� ra� bil Vl G P ti+ y c �rt J E—W L 0 z zs � � � E-W 04 2±J {j }} \ ƒ } \ ( \ \\\\65 55 °}J \\\�t5w ® u 7 \ § 2 2 \ \ $ ) / 2 � A n . J I \ \ sp to - ƒ /ri 6 4 � / as I 0 16 } � � \ }}k /\/// §*&a& ) } /\\ \\j � K¥ )k\ G\® }7) ! (�) dda d !&c\ ƒ))/( ())}) 6]ƒJ/ R / �k'2C� k N ei ti 4 m N { r . Hza U q� I i � 0 R ra C O a u cog 14 C, 0 N O � Q1 O N R a a iL F*za F ® W V1 l r m /; 9 2 \ \ \ [ ; / ) r \ }, - � § r4 ��\\ D \ \ \ \ " ~ 7 ) � } k s .... \ e � � J \ lu � J u 0, 00 C\ m P+ w r u 0 o+ ti N 0% i 1 1 O M1 Q I M � � -52 � w N v A � v w o o u o 0 R N G o C. ci c4 M7 � a a ? -L -E it 3 3 F� m v a3i asi a6 v] rn rn � v} rn � � cn v: w 4 � (n v3 y •�: - �a>. a''. off, a or.. n�. � o, ems, >c�l O O O c�lN O P ] N b N 6 N t� lV O N o N 0 f�l �� o ry N r -1 1 rf� m M t� rz ri m M i In n o ,* r, M! �•I N N IrN 9% � 2 � A � � � � J . � el =I 7 � � \ ( \ ) z \ � » \ / } ) ) } ; � \ \ } \ ( K )_ \ !®® J 7)\) \Ej — � ) \ . § . � m » � � LS / 4 & 9 ) ) \\ \ ) \ J § } ƒ \ \ ) { ± 3 « } f � ))� ( } � � \ \ �\�}\ \ \ / a / ) u m N 0 N G O I .a i cd a 4 I i J i 1 � � e n S i G LjA� d rGy 6: 4 7 7 `• y a 0 0_ O O O K V Y � J z 7 m ❑ r!j .a N O C. O O 7 `T N ❑ ❑ ❑ U C.J � I 7 � � ❑ m O O Q N^ N N ! E 73 U A W No P] V V V FFo-1 �s as m vl v L 2 v w w e� m o - — L•, a- Tr � � L d 'd 'd � � � C� V Q Q ❑ v C = = o v a v v v O Q v i y v y o o a m° w° m° 7 v.v . v v L m m m � v 5 ti = o c' o p = .� p ❑ 5 o m 'g P, o V o U a U nl N _N A N N -+ nl N f4 N N N N N 7 fil 14 oa N nl n n � o ry ry � O ^ ry �n 0 0 0 0 N nl N N �n �I �n !"1 !n oILI ��, 0 0 0 C O f 0 u .y z w � U a m�aA F� U7 Q Q1 N Vl y F. ni C] h O h in � Vi .. Ci 2 m o c � v ,r; 7 ❑ a v � ❑ Q � T Q Q ❑ h `� a¢ o� ro o cn ;n m o W 7 Y tiI R 7 � W T WI q❑ Q Q� l ❑ R Q � q CS x {' .., N .�; N N N N N N N N �- 4 r oo r po M c� oo oo r x r ca � 00 oc � — O O O O O O P C O b Q N C+ u H E oJ z Ci nz ry N ry n N N F} * t l T t 0 L� Q � C�i U V 3 3 � c x ❑ a°� x� � a �c m m m o N s w _ o Ly 7 V U IOC _G v G r c K � v r � a R� w Od v I IY} 4 �^ G. ❑. G 6 G 0. L 4 r- = e} -4 "1 fl { OO b� 00 c2l f1'• R U P N i a y Y A 1 i I M U o 0 0 `� `� •� ry ¢ � U V U U V� h��� � U u Ell 3 Q ¢ C.r 5 n v� ✓ V U- V C.+ V 3 M U U In 11 �n v, fi C] c c ddLo ro 0 0 C4 FC th F .6 i w v L e� L Td id � � � � fl7 a Cn � U � rn rn � v � j O C '� � "o F o .� G ¢ V W � F � 4 tU tip e✓ d Vz 7 j u uN.t f 2 g 43 G d F o C; o o q v v W m W m .d R. R. -� E � 4i a .'o .'o v� nIo In 3 "I iz a Ej N F� ti w ^ r P] 4] G] N N F F U U U a U 02 in n r7 T V O n— M N u m N N - p gi O O � ryryry q u U U C.i U C� V U u ¢ � 3 z 5 v�i d G C U Q rV �] M O cEi �✓ '��yl �fi o o 0 0 0 5 r✓ in o 0 o o o o M o 0 o o o U U U U V S o 3 3 3 3 3 a U U U? v v o o m M c@ 771 3 x 3 j o 0 ry r x i4Y v v F F rn "i W f•} ar m7�j 'r� m ro n r � .�y C7 C: C7 C7 U C7 C7 C7 C7 C'7 C7 L7 C7 C7 L7 C7 C7 L7 C^ cj � c7 v W 11 a 'tld a •v 'CC :: "` v aGi aGi ❑ o E w U o �i a°i aCii .� v v 0 0 a+ ce cK a a l c4 � ct cC r� 04 a aG P4 c fV r�l �1 N N � nl N J !V •p N D cnF r �1 m F m N O [I N O Nz, N p p N m 0 N N U U CN � � q A ' 2 m g 0 w E. Q � � { �f \ ® ~ _ $ } \) \ & & a \ \ = 2 = w \ ) \ / > � \ � � } ° } k� ■� 2� J� > j \ 3 k .§ ) ) . � � a m a 1% „s- cc W hI ol W"/ V THIS PAGE INTENTIONALLY LEFT BLANK 'mi C-01 City of Fort Worth TIPW Typical Traffic Control Plaits k L I I �.a1; I E )RTI i NtAi N .3.G_ JIWI. ANI-I 1111NI PIR M NALLiV r�RVA-- ' IM.MOVE'A % k A%JDAI� 1) CLINi � FKIX 'I' I ON tiNiVI FIC-- TION Uf K I')ME NTS' { 1�i I�ti 14'ti� 11S1 U�t77 �rtkpmbm 14..20PO RL'A kdd J olkw I - ?.(11 I rl R�Ao waRx 1>IVC 7U O M ::7 ,T> 7z 0000 — C ARnU&7 UllffiML4 jr swEEn UP-114 e -,q IS 40 MPM OR GREA7ER 0 -n 2: rn m �V ` LEFT �E L A14E CLaSF.i1 � r ROAD WORK AHEAD Fen FEN© RCiACY OFIK sa� b ! 4 O 0 o 0 ao LEFT 0 CLOSED r� is u a ®ROAD L This plan is stibmitte€i for TCA. 1 certify this plan will be used for the follinq location(s): and that all channel zing devices will conform to " c 7! Notes" as shown on the back, Signature: Tate CITY OF FORT WORTH i '' P-CAL ! NE WAY � i EONr l ��" I '''�1E � _OSi R AND IN10 te: � 1 AN reverse i ! ! Sen eerse ctAe For, General ��ns :x }yand ocve sp��.�g PUB[ IC WORKS r _ - "GENERAL NOTES" 1. All channeli7ing devices shall be in accordance with the current edition o! the Texas Manual on Uniform Traffic Conlf-ol Devices_ 2, All Traffic Control Devices shall have working visible warning IighIs as re€ Lured to accofdance with the current edition of T!! UTCD, 3_ For Ternpa ra ly Situations, when it is not feasible to remove and restore pavement warkings, channeiization Must be trade dominant by using a very ''Icse device spacing. This is especially important in locations of conflicting information, sl.lch as where traffic is directed over a double yellow centerline. In such locations. channel iz!ng device spacing of 10 feet is required_ 4. For Long Term StaflonarV-wark all conflicting pavement markings must be removed and centarline striping provIded where two way traffic i5 in adiacent lanes. 5. Contractor shall provide sidewalk closure, crosswalk closure; and/or walkway bypass where er peclestfian movements are affected by construction activities. All sidewalks and crosswalks shall be accessible when+ coriti actor ,s not working unless a; i ,�rwise approved by the City Traffic Engrinee-r, f . The use of trailer mounted ,ARROW DISPLAYS may be required on all lane closures, The contractor shall provide one (1) stand-by unit in good woi king c--dition a! the job site, ready for t,ise, if his opera fie n. requires 4-hour a clay closure setups and if r gui_re.dr , City Traffic Engineer and/or m2y r_wre addltional traffic control devices, Posteci Speed I FarTnula' 50. L=VV TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMkJ11,+1 SPACING OF DEVICES Minimum Desirable Taper Suggested Maxlrnum Device 5ugger)ted Sign Len fha L Feet S aci. ng S acin (Feet) 10` 11, 12` can a Taper On a Tangent Q Lane Lana t_arle (Feet) (Feel) Offset Offset Offset Dimension _ 120 160 - 150 165 iSo so00-75 205 225 245 35 70-90 205 295 320 40 80-100 240 450 4915 5 i i 45 90-1110 320 500 600 50 100-125 400 ---- ....... ... — _- .... ...... ..J *L- Taper length in feet %JV= 064dih OF ONSel In fee! Note. Buf(Gr Zone will be 25 feet (rr bX1inum), S-= Pasted speed LEGEND za r Channelizing devices Trailer morintad arrow dijplay Flagger Barricade _-,-_ d RR�sO WQR� RIGHT LANE CLOSED J_ �x RCA© '1EIA �HREi i FNt] R010 WORK e ,_ - p0T00� IS d4B ?4,5q] on rMEAG -- This plan Is submitted for TCP. [ certify this plan will be used For the follinq locdtiontal; aria thdt all rhannell71ng devsces will conform to 'General Notes' as shown On the bock. LO Signature: Da e CITYF0 ! ���O TFF____TYPjCAL WAY STREET #' _R CLJ lit t I T 1111NSPM TA T ION i `fin Notes: f LAN IZ_ I ���I. IC -WORKS See reverse szde t`ar General Netes nr=d 1)e:•:�e Spa:�:!'g "GENERAL NOTES" . All ehanneilzing devices shall be In accardnnco with the crirrent edition of the Texas l anl.lal on Uniform Traffic Control Devices. 2. All Traffic Control Devices shall have working vilslble warnlno lights as required In accordanw with the current edition of TIMUTCD. . For Temporary Situations, when it is not feasible to remove and restore pavement mark ngs, channeliza.Ho,n must be made dominant by using a very close device --pacing- This is especially important i„ locations of conflicting Informatl❑rn, such as where traf{lc is directed over a double yellow centerline- In such locations, channelizirng device spacing of 10 feet Is recluired . 4. For Long Term fationqr�rk, eil conflicting pavement markings must be removed and centerline striping provided where two way traffic is 41 ad! acent lanes. 5. Corllractor shall provide sidewall� closwe, crosswalk closure and/or wakNay bypazs wherever pedestrian rflovernent$ are affected by construction octivilles. All sidewalks and crosswalks shall b�when contractor is not working unless othenMrs e approved by the City firaffrc Engineer. 6. The use of traller mounted ARROW DISPLAYS M.2y be (egUired on all lane ClosUre-5. The contractor shall. provide one )stand-by unit in good VV ^rising condition at the job site, nearly for use, if his operation requires 24-hater a day closure Beet --ups and if required. i. Ciiy Traffic Engineer anclJor Ins ctorz may require additional traffic control devices, TYP'l-CAL TRAM S ITIDN LEE THSAND . SUGGESTED MAXIMUM SPACING 017 DEVICE Minimum Durable Taper Suggested Maxi mum Device SLlrgrgested Sign Lerr the (LI Feet Sp -acing Spacl g Feet PO es 10, 1 V 12' On a Taper On a Tarigent ., S ►eed Fora ula" Larne Lane Lane (Feet) (Feet) Dimension MPH Offset Offset Offset �3(3 'i 50 165 180 30 60-7 120 35 1_7VVS' 70-90 205 225 245 35 160 0 265 295 320 40 80-10a 240 40 45 320 450 495 Jot} 1 45 U-i 'r u 50 L ' 4uC1 600 550 600 50 � 100-125 4L= Tager length in feet W= WidlIi of offsel In feel Note. 8uffor Zone Wrtl be2.5 feet (maximum). S= Posted speed I_EGrzND ra cr ChannalWn$ dewsrx 'Ilur inountrd c� arrow 1111pluy Flaycger Barricade ENO - ROAR WORK Q 7I i I r f' - I 1 �1 d Tfl 70 T> x I s �9rn7t9 EH("W--0 IF SKE10 UNIT C: m � 1 I LdwE r LANE ' CLaSPil I to -- H � b X 11 L Ca a i X i%OAC2 WORK AHEAD 9g =EfW4 i 1f i �l i ICJ LEFT LANE GLOSECD ROAD WORK AHFA© f This plan t� submitted for TCP. I certify thli plan will be used for 11,0 follir-ig location(s}: f� and that all channelizing-evice5 will conform to 'General Notes" as shown -,)n the Mack, Signature; hate CITY OF FORT WORTH i i'rPJi:AL ONE WAY MULTIPLL. LANE STREET TRANSPORTA ' ION ONF LFFT LANE CLu:�! IRE. I A10 at�: P[OLiiOL34S gee reverse 5iP car �, {,r�l oev � ��D M¢ s$d», °LAN 'IL "GEMERAL NOTES" 9 - All channelizing devices stall be in accordance with the current edition of the Texas Manual on Uniform Traffic C'oRtr;i Devices. 2. All Traffic Control ^evices sf1all have work.ing vi-;ibJP warning lights as required in accordance with the current edition of TMLJ, D, . For Te-mporary Situation , when It is not feasible to remove and restore pavement markings, channelization must be made donlinar1t Ohl, using a very close device spacing. This is especially important in locations of conflicting intamYakion, such as where traffic is directed over a double yellow centerline_ In such locations, channelizing device spacing of �10 feet is required. . For Long —Term StaflQnjarywork, all conflicting pavement markings must be removed and centerline striping provided where two way traffic is in adjacent lanes. 5. Contraclor shall provide sidewalk closure, crosswalk closure andfor w;Mkway bypass wherc-ver pedestrian rnovemLnks are affected by conatruction'actMfles. All sidewaNs and crosswalks shall be acres ,ibie when contractor is riot working unless otherwise approved by the City T faf is Enqineer. 5. The use of trailer r; a inted ARROW DISPLAYS may be required on all lave closures. The contractor s haJf provide one (1 ) stand -bar unit 1n good working condltJon at the job site, ready for use, it his operation requires 24-htour a day closure set-ups and if required. 7. City Traffic Engineer an&or inspectors may require addManal traffic control devi s, TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES lviinirnurn Desif able Taper I Suggested Maximum Dovice Suggested Sign _ Len thrx Feet S ing SpacingFeet Posted 10' 111 12' On a Taper On a Tangent Speed Formula* Lane Lane Lane (Feet) (Feet) Offset Offset Offset DimensionNIPH 30 150 105 1;30 30 60-75 120 L=W 2 35 205 225 245 35 70-9t) 160 60 40 265 95 320 40 -' 00 40 45 450 495 540 1 45 90-170 � 320 L v+ 50 500 550 600 50 100-125 I 400� Nate: uffr_,r Zone will be 2.5 feet €rrmaXtmum)- OC+�OQI (L � — —� LL Z IS 4M I;nj OR U19-ATeU i I QLANE �� % "IGHT LAW O C ) ] O CLOSED o� rn x � AOAO WORK I I y ro €aHE(aD > x ff ROAD] WORK '. I AFfEAO I c � fhis plan is submitted For Ti:P. 1 certify this p[an will be used for the folling location(s): and that all channelizing davlces will conform to "General Notes' as shown on the back. LLJ Signature: Date (;ITY OF FORT WORTH I - - TYPICAL ONE WAY MULTIPLE FR NSPOR IA T ION ONE RIGHT LADE CLOSURE AIJ Note: RpAD StJH� END ROAD 'O'X > Lu Q 11H. I31R" See reverse side for General Noses ai.c., Oevice Spacing PLAN ` PUBLIC WORKS LA I i "GENERAL NOTES, 1. All channelizinq devices rxhall be In accordance with the current edition of 11he Texas Manua! on Uniform Traffic Control Device%.. 2. Ail 'Traffic Control Crevices shall have working visible warning fights as required accordance with the current edition of TMUTC0. 3. For Ternporary Situations. when it Is not feasible to remove and restore pavelrnent markIngs, channeli atlan must be made dominant by using a very close device spacirkg. This is especlafly lmporlmnt in locations of conflicting information. such as where- traffic is directed over a double yellow ce-riteriine_ In such locations, channelizing device spacing of 10 feia is regriired. 4. For Long Term tati oar wank, all conflicting pavement r!�arkings must be r n,ov d and centerline striping provided where two way traffic is in adjacent lades. 5. Contractor shall provide sidewalk closure. crosswalk closure and/or Y-valk ay byf ass wherever pedestrian movements am affected by coristruction activities. All sidewalks 20d crosswalks shall be accessible when conlract6r Is nal working urilass alhBrvose approved by the City ?"rµfli:; Engineer, . The use of trailer mounted ARROW DISPLAY maybe reauirad on all loge closures, The contractor shall provide one (1) st rid -by kinit in good workfng condition at the job slte. ready for Lll .L--, if his esperatiOn rewires 4-hour a clay closure set -cps and if required. 7. City Traffic Engineer and/or Inspectors rriay require additional traffic control -devices- Speed Formula' i5A PN 30 35 L=WS"' 6{t 40 l L 50 L=VVS TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPAMNG OF DEVICES Minimum Desirable Taper Len ttas Lat Suggested Maximum Device Sp In Sugge ,ted Sign spaclr« Etel 10' Lane Of#s$t iV Lane Offset 12, Lane Offset IDirnensiark On a Taper (Feet) Onn-a Tangent (Feet) L�» 150 i65 i o T 30 60-75 I [i 205 22 45 35 70-90 160 6.5 295 320 40 so-io 0 240 - 10 495 540 45 50 90-11D n20 400 500 5;u 600 100-125 'L- Taper length in Net VV - Widiti of unel In leel Mate: Buffer Zone will be 25 feet (mRximu n.). S= Posted speed LEGEND 0 M hnrrn ll ing derteas arfawmounl$d arrow display Ftagger �' Barricade LEh�ra0F , M XI I> ;I;z ,'�snti w"Wo ir SPEED ONI C= (;R undhTER r Z Fri M � LEFT LANE CLOSED C E L RDA© WORK AHEAD O 0000 0 0 0 0 � I t t� U EtdD RDAD WORK IL < LEFT LANE MOSED R0 WORK >FAD AHEAD I ,K5 in This plan is submitted for TCP. I certify this plan will be used for the falling oro ion s 14' End --7)dt 611 channelizing devices will conform to 'General Notes` as shown on the back, <r I gria Lure: Date 7 MY OF u�,. WORTH hplo,,- ONE WAY M-M UPLE LANS E REET -[ATION ONE -FFT 01,IF CLOSURE No Lei. PUBL:' WORKS bae reverse side for -ii Notes and Device S pactlig PL AIN "GENERAL NOTES„ 1. A-11 cha,nnelizing devices shall be in accordance with ;the curreril e0 i-on of the. Texas Manual can Uniform Traffic Control Devices, 2, All 1-raffia Control Devices shall have working visible warning Ilghts as required in accordance with the current edition of TMUTDD. 3. For'Ternpara[y Situations, when It Is not feasible to remove and restore pavement markings, channeliz?tion rrrust be made derninant by using a very c!cs device spacing. This is especially important In locations of conflicting information, such as where traffic is directed over a double yellow centerline. In such locations, ch nnelizing device s actrig"of 10 feet is rei, uired. 4. For Long Term Stationary work, all conflicting pavement markings must be removed and centarline striping provided where two way traffic fa in adiacent lanes. Contractor shall provide S[dewslk closure, crossu+alk closure and/or walkway bypass wherever pedlestrian movements are affected by construction activities_ All sidev,alks and crosswalks shall be accessibly: where contractor is not working artless otherwise approved by the Cuty Traffic Engineer 6. The use of trailer matmted ARROW DISPLAYS may be required on alllarre closures, The contrac#or shall provide one (1) stand-by unit in good wqrklinq condition at the job site, ro�aa_:y for use, if his operation requires 4-hour a day closure set-ups and if mqulred. 7. City Traffic Engineer anclJor Inspectors may require edditlonal traffic control devices. TYPIC AL T RAN S M ON LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES Minimum Desirable Taper Suggested Maximum device Suggested Sign Lengths L Feet IZZP P Ing spacinnFeet Posted 10 11' 12` C7ri a Taper On a Taripnt „X„ Speed Formufa" Lane Lane Lane (Feet) (Feel) MPH %?##suet orrset ohlsat Dimension 30 150 "i 65 ISO 30 50-715 120 L=!8t82 85 70-90 35 205 225 7'15 160 60 240 -- 40 265 295 320 40 80-100 45 450, 495 540 45 90-1110 320 L=DNS 500 550 � 600 50 100-125 50 400 *L=Taper jer-I .14n !fit W=Width of offset In feet Note: Buffer Zone will he 25 feet (maximum), S= Posted speed LEGEND a C'h�rnotl�ifiy d�Yt�es arrc':w dts ptq Jtmmr �� �arrirado ENE) t RIGHT LANE CLOSED < ROAD wonx AHEAD This plan is -.-,bMLttOd for TCP. [ certify this j.an will be used for the fulling location(5): onci that all channelizing devices will conform to 'General Notes' as shown) on the back. Signature- Date CITY OF FORT WORTH TYPICAL ONE WAY MULTIPLE LANE STREET R ANSPORTATION ORIGHT LANE CLOSURE ANNote: - I See reverse side for General Mota� and Device S08cing PLAN 0111IR" PU-8LIC WORKS "'GENERALNOTES" 9. All channelizing devices shall be in accordance with the current edition of the Teas ;s Manua on UnifQm3 Traffic Cnotrv[ Devices- 2. All 'Traffic Corltrof devices shall have working visible warping lights as regrtired in accordance vrith the current edhian of TMIUTC , 3. For Temporary Situations, when It Is not feasible to remove and restore pavement markings, channelization must he made dominant by using a very close devices spacing. This is espe ially Irnportant In locations of coriflictinQ inforrazat`rnn, such as where traffic is directed over a doLbJe yellow centerline. In such iccatianss, channeJizing device spacina of 10 feet is required. 4. For Long Term tstianary wor:% ail conflicting pavement markings must be removed and centerline striping provided where two way trafFic is In adjacent lanes. 5. Contractor shall provide sidewalk closure, crosswalk closure and/or walkway bypass wherever pedestrian mnvernent = are affected by construction activities- All side�nial_k_s and crosswalks shall be accessible when contractor Is riot working unless otherwise approved by the Ci3y Traffic Engineer. 6. The use of frailer r"olt^:Ld ARROW DISPLAYS may be required on all Carte clost-i us. The contractor shall provide one (1 ) stand-by unlit in good working condition at the job site, ready for use, if his operation requires 4-hour a day r losure set-ups and if required. City Traffic E^gineer andiar Inspectors may require Gdditlonal trafFJc r°r)ntrnl rl-kii -4,cr TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICE MIr ltntim Desir ble Taper Suggested Wximum 130� Leng IL at 11' 12' Sp era Posted' On a Taper __ Grp a Tanf SpeedFormula' Leese Large Lane (Feet) (Feet) MPH Off let GUSElt Offset U 34 150 165 130 60-75 f 'VVS' 80 2r0-5 35 225 245 35 70- 0 4d 265 295 320 4n 80-10.0 5 450 495 540 45 90-1-1 C 50 I.�VUS 500 550 500 50 100-12' *L= Taper length in Fee', VJ= Width of offzel in feel Note: SufferZaji8 will be 25 feet (maximum). 5= Peak d aipeed LEGM Q 0 GhannaJIZinydOVICEH Traflor mounied -� arrow dimnlav +lz=411' Flaggdr Bar lcade � | � | | | � �-------^ | ' " � " ^ " o * = u� u� _ o � p - � .. q CLOSED <* -__--- TWO I-AMES �LEFT M0,40 WOJ , ~ 00,103% 1,P SPGO LIMIT | | TWO LANES � � \/ <WILEF I TWO LAIIES � =r UI cWORK | / t. ROAD | � | ,~ "O"O n wu^ | ` | / | ^ / | This plan is submitted For TCY' lcertofu thxs plan will be u�e6 F*r the Folbo9 \ocot«on(v): 6n6 that all ohonne)tzing devices will conform to ^CenorolNnte,^as shown on the 6zick. Signature: Dote ONE WAY NU| T��/iE CANF S|KtF| ' ' /TY U� FORT WORTH ~,.- . . ...~ �4' ' "' ' °``' "`"`''' | 7WO |��T LANES �|O�UD� / "° LEFT �...�~ =^.~...� |nHM�rUM|o!1�m -- . IL AN|Note -..-. ��`".—.'. | �ee rFVn~sw 51de for General Notes and D:v`ce SpOc`n8 | p| �� old71 n "GENERAL NOTES" 1. All c,hannelizing devices shall be in accordance with tiro nurrent e�dltlon of the Texas Manual art Uniform Traffic Control Devices. All Traffic Control Devices shall have % arking visible wern[ng Nghts as required in accordance with We cui-rent edition of T t% UTC 0. 3. For Temporary Situations, when it is not feasible to remove and restore pavement markings, cThannelization must be made dominant by using a very close device spacing. This is especially Important In locatlons of conflicting information, such as where traffic', is directed over a double yellow centerline. In such locations, channelizing devise spacing of r`eet is reauIred. For Lang Term Stationary work. all conflicting pavement markings must be removed and centerline stripinn provided where two way traffic Is In adjacerit lanes. 5. Contractor shall provide sidewalk closure, crosswalk closure anchor walkway bypass wherever pedestrian movements are affected by construction activities, All sidewalks and crosswalks shall be acr--E�sVible when contractor iu not working unless oQiE-rm,)ise approved by the City Traffic Eno Ineer. 6, The use Of trailer mounted ARROW DISPLAYS may be required on all tame closures: The contractor shall provide one (t) stand-by unit in good working condition at the J-Wb site, re<3dv for use, if I•lis operation requires 4-hour a day closure setups and iF req,! fir---d. . City Traffic Engineer and/or Inspectui-s may require addllflona.l traffic wntrol devices_ TYPICAL TI?ANSITION. LENGTHS ANO SUGGESTED MAXIMUM SPACING OF DEVICES Mim morn Desirable Toper �uag"t2d Ma irnurn Davie Suggested Sign Lengths L) eet SpacIng SpaclngfFeff€) Posted 1 ill 12' On a Taper On a Tangent .,X„ Speer# rurrFlUla- Lane Lane Lame (Feet) (Feet) MPH Offset Offsel Offset Dirrierlsion 30 150 165 18 30 60-1 120 35 L-VV9f 205 225 245 35 74-90 f 6o 60 265 40 295 320 40 50-100 240 45 l = vS 450 495 540 45 90-1110 320 0 500 550 600 50 100-175 40 *L= Taper length in fr_-L-1 '4V= Width of offsel in feel Note: Buff ar2"One wIll be 25 feet (Maxln'ium). S= Pasted speed LEGEND C3 to Channaiiitnc d6vlves Es Trailer mauntgd arrow di2play rlacgger 0 � aatdcado I C — AOACt WC1RK .Sk ko-O 4O 13CARM IF SPVEP LIMIT IS 40 VP14 CR GAEATER RIGHT Two LANES CLOSEQ RIGHT S41it l-ANF.S Ci.QSEP Q W Q M UJI LL- Iii LL 0 CO " R4A0 WpitK RIGHT TWO LANES CLOSED A1GHT. TWO LANES r`j f _ CLOSEG. Ia C � C L a � R DAO cas C WORK 9 AHEAQ 'o X a ROAD WORK ]Jj � AHEAD This plea is submitted for TCP. l c rtif+ is plan will b u ecl far the falling locateants): this and that :all channvl.izi� dpviCes will conform tO 'General Notes' as shown ons.he back. Sic nature. 00te 1,{ TY OF PORT WORTH 1RA IS ORTA 110N AND D FOBLi:-:. WORKS) j, 8 0�0 O 1 ° TYPICAL ONE WAY MULTIPLF LANE STRFET TWO RIGHT LASES CLLISURF O vet See reverse side for General %late;; and Devi-ce RAN y412R' "GENERAL �NOTES`r 1, All c.hannelizin' devices shall be in accordance vjjih the current edition of the Texas Manual on Uniform Traffic Control Device-. 2, All Traffic Control Deviaes shall have working v1sible warming lights as required i„ accordance yvith. the current edition of TMLJTOw. 3. For'remparary Situations, when it is not feasible to remove and restore pavement markings, channelization must be made dominant by using a very dose device spacing. This is especially important in locations of conflicting Infbrmatior,, such as where traffic is directed over a double yellow c-enledine. In such loca#lons, channekzin_g device spacing of J 2 feet Is required_ 4. For Lang Term Statl'onary_work, all conflicting pavement mark[n9s mast be refrtaved and centerilne striping }provided where hvo way traffic kq in adjacent lanes, z. Coniracior shall Provide sidewalk closure, crosswalk closure andlor w-lkway bypass Wherever pedestrian movements are affected by MnStrUrdOn achvitles. All sidewalks and crosswalks shall be accessible when contractor is not working ! �n1Rss atherMse approved by the City Traffic Engineer. 6. The use of trailer mounted ARROW DISPLAYS may he required on all lane closures. The contractor shall provrde one (1) stand-by unif In good working condition at ilJze job site, ready for use; if his operation regUires 24-hou f a day clos,rre seit-ups and if rOgUlred. 7. City. Traffic Engineer anchor Inspectors may require additional trat�c ront.rol devices. TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES Desirable Taper Suggested Mzxlrntjrn ljev'ice buggesled Sign j Le the L Feet Sp rip S acirx Feet Posted 10' 117 12' On a "Taper On a Tanaerlt „x„ Speed Formula* Lane Jane Lane (Feet) (Feet) MPH affset Offset Offset 1irnerlsJon 30 7 50 165 180 30 60-7� 120 L=W82 35 205 225 2,}6 l0- 0 tau 60 40 265 296 320 40 80-100 240 48 450 496 540 45 90-1 t 320 �1 {}0-125 50 600 00 � 400 *t =-raper length in feel W-- Width of offset in feet Note: suffar zope WiiI be 26 fact (maximum). S� i'ustudSi.—_ erl LEGEND n Chanr�al��n�daaices Trailer mmimad arrraw dixplay 4 1� ro hue plan is submitted for 7CP. [othisrt/[U t�plan will be used for the fo]ling lountxon(s): I '^ -----' ' the back. / --�---------------------/ devicios will cofiform to 'General Note3' as shown on and that all channelizing Signature - Date Tr .-,ISPORTA AND No te, PI AN '2M All "GENERAL MOTES" 1. All channeiizing devices shall be In acc-rd.nce with the current edition of the Texas Manual' on Uniform Traffic Control Devices, 2. All Traffic Control Devices shall have working v1sible warning lights as required in accofdance With the current edit+on of TIVILITCD. . For TemporalrV Situations, when it is not feasible to rernove and restore pavement markings, channetization must be made dominant by using a vary close dLvice spacing - This is especia111y important In locations of conflicting information, such as where traffic is directed over a dar.lble yelidw centerilne. In Such in-ca iions, channelizIng device spacing of 10 feet is reautred. 4. For Long Ternj Stationary work, all connIcting pavement markings fmu'st be rer^oved and ceMerline stripling provided where two way traffic is in adjacent lanes. 5. Contractor small provide sidewalk closure, crosswalk closure andlor walkway Bypass wheraver pedestrian rI1over ents aFe affected by construction actiVities, All sidewalks and crosswalks s[Tall be accessible whoa contractor is not working ttrltess otherwise approved by the Ci#v'frafflc Engineer. 6. The use of trailer mounted ARROW DISPLAYS may be. required on all lane closures. The contractor shall provide one (1) stand -bar unit iri good working corldlhoo at the job site, ready for use, if his aperaflOn retlUires 24-hour a day closure see: -ups and if re ;wlired. T City Traffic Engineer andlor Inspectors may require additlonal traffic control devices. 1-YPICAL T N I-PON LENGTHS -AND SUGGESTED MAXIMUM SPACING OF DEVICES MInimum beslrabl Taper �,ad ggeStL-d M2XiMUM DC-%JiC2 c�ugge�ted Sign Len the Feel S ado Spacing (Feet) Posted i 11, On a Taper On a Tangent „ Speed Formula* Lane* Lane Lane (Feet) (Feet) f PH Offset Offset C]ffsol DlmirnsEari 3 ? ISO 65 1 0 30 i30-7� 20 L =VItS 70-0 160 205 225 2455 �0 40 265 295 _ ;320 40 60-`t00 240 02�1 45 450 495 540 45 �.90-1.1 1_- S 100-125 400 50 500 55L� 600 50 'L= Tapir lenglr) In fe€;t VV= VVIdH l of offset in reef = Posted speed Note: Buffer Zone will be 25 feet (niaxirntim) LEGEND ra r� C��snn*4xIRMd dCYiees arrorrr dis oiay 70 Fl"Par 1=4 0 a O 10 FEET 4 � MIN. o, I � + U � LL Li ROAD WORK AHEAD � 1� This pion is submitted far ICG', 1 certify -,his plan will be used for the folling '_ocaclon(sh •r. and thot ail) chann:lizing devices will conform to 'General !Notes' as shoxn on -.'7e bark. ISignature: Date d4 T�`C[TY ail= FORT WOR1111 ' ��AUSPORTATLION, AND PIJDL:C WORWS WHIM Figure Tf-3.4 & G TYPICAL TWO WAY STRLET - SPEED L I_r='.I1 1 30 MFH UK Ltbb SHORT TE�M STATIONARY - 12 FIRS I_ R LESS - OAY i IME ONLY Note: Se-- reverse s;du for Genera: Notes cad Device Spacnnq PLAN "220 _ GENERAL NOTES"' 1. All charinelizlhg devices shall be in accordance with the curt.;nt edition of the Tees Manual' on Uniform Traffic Control Devices. All Traffic Control [devices shall have working visible warning iights as required in accordance with the currant edition of TMLJTCD. 3. Por;Temporary.Situations. When it is not feasible to remove and restore pavement rnarkincs, channelization must be mace dominant by using a very close device spacing. This is especially important in locations of conflicting infamiation, such as where traffic is directed over a double yellow centerline, to such locations, ci annelizing device Spacing of 10 fee t [s required. 4. For Lon Term Sta-ttionaU wok all conflicting pavement markings must W removed 'and centerline stdpincg provided where two way traffic is in adjacent [apes. 6. Contractof shall ,rov�ide siide alk closure, crosswalk cicasure and/or ,^;u1k��+air bypass wherzver pedestrian movements are affected by cW^struct[on activities. All sidewalks and crosswalks shall be accessible when contractor is 7,ot working unless athenvise aparaved by the City T raffic Engineer. . The use of trailer mounted ARROW DISPLAYS may be required on all lane closures. The contractor shall provide one (1) stand-by urilt in good working condition at the jots site, ri=ady for use, if his operation requires 4--hoar a day closure set-ups and if required. 7. City Traf ic_= Engineer andlcr In#pec,ars may requires devices_ Posted Speed ForMuia" cal N I i 30 35 L=VVS2 60 40 5 50 1 L ®S TYPICALTRANSITiON LENGTHS AND . SUGGESTED MAXIMUMSPAGING OF DEVICE Ivllnirmirn Desirable Taper Suggested Maximum Device Lei the I- Feet Splicing lox 11' 12' On a Taper On a Tangent Lane Lane Lane (Feet) (Feet) offa et offset Oftet 150 155 i8o 30 60-75 205 225 265 205 ►5C 49.5 500 1 560 245 35 320 40 540 45 600 I 50 'Lz= Tijper length in feet VV- Width of uffset in fee3 Note: Buffer Zone wilt be 25 feet (maximum}. S= Posted npeel 70- 90 80-'100 00-110 100-125 LEGEND Channelizing deviras TrOorrmnunipci straw display � Saraic��le SLIgg -Steil S Spacing (Fei „X. Dimension 12_0 160 00J, I R(A[3 WURK AHEAD X ENR RtS,AD WORK I Rt9Af3 Wt?RK U'k L � C X n ROAD 1— NORM AHFAC) C A a d 2 ZD This plan; is submitted for TCP. I certify this pion will be used for the following ldcotion(s): r u end that ' channelizing devices will conform to "General Notes" as show:A on the back. < Signature: Date' 0 l CITY OF FORT WORTH TYPICAL TWO WAY STREET -- SPEEQ LIMIT 30 MPH DR LASS INTERMEDIATE TERM 0VERH1rt1T 10 3 DAYS TRANSPORTATION AND PUBLIC WORKS Note: _, PLAN "220 CI' _ See r vers side for Generall<lotas and Devoe "GIENERAL NOTES" All ch nn 11 rl , devices shall he in accordance with the current edition of tl e Texas i�larlual on Uniform Traffic Control Devices. 2_ All Traffic Control Devices shall have working vieble warnlino lights as required in accorda� nce with the nurrent editior, of `l`MUTCL. 3. For Temporary Situations, when it is not feasible to remove and restore pavement markings, charmellzation must he nit de darninarit bby usino a very close d�vic.e spacing This is especially [Important in locatlons of conflicting infwmation, 51-1ch as where traffic ; dfrected over a double yellow centerline_ In such locations, channelizing device spacing of 10 feet is required. 4. For Long Term Stationary work, a[I conflicting Pavement markings mug i be removed and centerline striping provided where two way traffic is in adjacent lanes. 5, Contractor shall provide sidew2lk ciosure; crosswalk closure andJar vial[ fay bypass wherever pedestrian rnovement5 are affected by construction actlulties. All sidewalks and crosswalk shall be accessible when contractor is not working unless ether vise approved by the City Traffic.Engineer. 6, The use of trailer rr punted ARf~rOW DISPLAYS may he required on all large closures. The contractor hall provide one (1) stand-by unit in good working oanditton at the job site, ready for use, if his operation requires 4-hatir a tray closure- set-ups and if required 7. City Traffic Engineer andlar lnspacfars may require additiorial Iraffic control devices- TYPI'CALTRANSITION LE NGTJHS Af+11 SUGr3ESTEID MAXIMUM PACING OF DEVICE PA[rdmum Desirable Taper Suggested 11vS?xi. um D'evice Suggested Sign Len the L Feet Spacing acifl (Feet Fasted Speed PAPH �30 Formula* i Lane Offset fi' Lana off -Get 12, Lane Offset On a Taper [off a `l`��gGtnt � E Dimension 150 165 180 30 60-75 120 35 L=WS2 60 205 225 2 a 35 70-00 160 240 265 295 320 rtC} 00-100 240 45 450 4M 540 45 90-110 320 50 L=WS 400 500 550 600 50 100-125 'L iapar Ienglh In feet W= Width'of n%ol In fuial Note' Buffer dZcne +witl be 25 heal (maximum). S= Pasted sluf ed LEGEND M c3 CfanneEizirs¢� dL%vrCes trailer mans :d aIMW crlsp�ay �1ii{19dr � 9 Patric Lid(] VL �1 J r Required On or/Resident,10, e, Additiona€f:logger's Required Depending On tpnd[ions_ QNE 4 AME ROAD nr+tns Ri?AD WORK AHEAD )wing locatjori(s)- on the back. "GENERAL NOTES" 1. All devices shall be in accordance wlth the current edition of th—e Texas Manuel on Unifurm Traffic Control Devices. . Ali Traffic Control Devices shalt have working visible warning lights as required in accordance with the current edition of TMUTCO, 3. For Ternp_orary Situatlans, when it is not feasible to remove and restore pavernent markings, channelization must be made dominant by using a very close device spacing. This is especially important in locations of conflicting Information, such as where traffic i$ directed over a double yellow centerline. ill -such locations, charinelizlnq device spacing of 10 feet is required, _,. For L onri.Term tationary_work, all conflicting pavement markings must be retrieved and centerline striping provided where two way traffic is in ad]acent lanes. . Contractor shall PFGVide sidewalk closure, crosswalk closcrre and/or walkwav bypass wherever pedestrian mov, r?ments are, af?ecied by con.-truction activities. All sidewalks and crosswalks shall be accessible when contr ck_-- is not working unless cther~uise approved by [I;-,. City Tragic FnninRpLr, . The l l,,w t,r 4L;iler Mounted ARROW DISPLAYS may be required on all large closures. The contractor shall provide one (1 ) stand -bar unit in goof working condition at the inh site, ready for use, i; his operation requires 24-hour c day closure set-ups and if required. 7. City Traffic Engineer and ar Inspectors may require additional control devices. TYPICAL TRANSITION LENGTHS AND SUGGESTED MA WUM SPACING OF DEVICES rlinlrnurn Des lea hto Taper Suggested Pulaximum Device Ssggealed Sign Lengths 1Lj Feet 5 acing S aeincg Feet Posted 10' 11" 12' Can a Taper On a Tangi�rit Spead Formula* Laine Lane Lane (Feat) (Feet) „x„ MPH Offset Offset Offset l��rnenslcn 30 150 165 � '184 1 30 60-75 120 L= ' 35 205 225 245 35 70-00 160 60 40 265 205 320 - 40 80-100 240 45 450 465 540 4v 00-110 320 L�Vv 100-125 5a 500 550 6.00 50 ' 400 'L= Taper lenoh in feet WN l fdtli of ofEser to feet Ante: Buffer Zone. 'Oil II bu 25 fart tmaxfmurnj. Sw Posted speed LEGEND Chan nelizing davIrrc Trailer rriauotatl arrow dlia Way Flatigar / 000�71 pj X X -j LANE CLOSED a ROAD RO\ /WORK AHEAO This plan is submitted for TCP.|certify this plan ,iUbe used for the following |000fkon(s): ond that VIchoone|izing devices viUconforrn to "General Notes" on shown on the bock, � � Signature: Dute: "GEHlzRAL NOTES' All chann ilzing devices shall be in accordance with the c-urrent edit:cn of 0.hle Texas Manual on Uniform Traffic Control Devices. 2. All Traffic Controi Devices r}hail have working i ible warning lights as required in accordance with the Current edition of T UT D. Fcr Temporary Situations, when It is not feasible to remove and restore pavement n;afkfngs, channelization must be made dorninant by using a very cic+se device spacing, i'his is especially important �� locations yr corttTirring Information, such as where traffic is directed over double yRllaw rentedine. In SUCK IOCatiorrs, charinelizing device Spacir3g Of 10 it Pt is required, - 4. For Long Terra Statlona!y work, all conflicting pavernant markings must be removed and centerline striping provided where IWO way traffic ib in adjacent fael _ 5. Contractor shall pr^ vide sidewalk closure, crosswalk closure arldlor walkWay bypass wherever pedestrlan movernents are affected Icy eonstructlan activities All sidewailks and cres,sw,atks shall be accessible when contractar ig not working unless ctherwise aPproved by the Cily Tr affilc Engiraesf. 6, The use of taller mot lnt d ARROW DISPLAYS may be required on all lane closures. The contract+xr shall provide one (Ij stand by unit in good wurlcing condition at the job site, rowdy For us8-, if his operation requires 24-hour a daV closure ei-;�.ps and if required. 7. City 11raf#i'r E gineer andlor lnspecl4rs may requim additional traffic controfdevfcas, TYPICAL TRANSITION I-ENG-FHS AND SUGGESTED MAXIMUM SPACING OF DEVICES Minimum Desirable Taper Suggested MaxifrWrn Device Suggested Sign Len the L Feet 5 aCIn{ ap sing Feel Posted 10, 1 111 12- On a Taper Una Tangent u�» Speed Formula' Lane Lane Lane (Feet) ) ) (Fee+�� Pl-C Offset Oftel Offset Dimension 80 150 165 1 0 30 60-75 120 35 L=1 !'- 205 225 245 35 70-90 150 60 40 265 295 320 40 80-100 240 45�Y 450 4;35 5�QQ 45 90-110 320 L@ ' 500 �I 8,[}[] 50 100-125 50 550 400 *L.= Talper lang(h in feel W=LMdlii of offset In feel Mote: Buffer Zonu will be 25 feet (maximum), 8= Posted seed ■ CJ C7 Channukzlnq davices Traile��- arrow imUy iiZP7Uv dl■Ar]Y Bvdaiwo z V z ROAD work AHEAD T V x _3W . D-I R ]K y ,; � ff 1500FID 17 MMV 7- is -Sr*.,EB .14 � CMCAMP RICtlT LANE CLOSED r io RQ AD /.. XR, AHF AD <rL el: B This Peru is Submitted for TCP. I certify this plan -.-.-;.Ibe used for the following locmton(s): 0 will conform to "General Notes" as shown on the bock - and ttiat ailchanneliz;nq devices Signature: Date: 40 y FORT YPICAL TWO WAY STREP 7or ONE LANE CLOSURE R ANSPORIATION T AND Note: PUi3L1C WORKS Ise,- reverse sZc—for Genera#Notes and Orvice Sr, i.-:111 Z-41R "GENERAL NOTES" 1. All channeli'zing devices shall be in accordance with the curren! edibc-n of the Texas Manual on Uniform Traffic Conlrol Devices. 2. All Traffic Control Deg ices shall have working visible warning lights as required in accor€Iarice-vuiflh the current edition of T 4UTCD. 3. f=or'Ternpora[y Situations, when it is not feasible to remove and restore; aveman€ markings, channelizatiofl must be made dominant by using a very close Ciavlce sparing_ Th s is especially important in locations of conflicting information, such as where. traffic is directed over a double yellow centerline. In aUch }Locations; channelizing device spacing of 10 feet is required, 4. For LonU Term) Statlpnary wont, all conflicting pavement markings must be removed and centerline striping provided where two way traffic is in adja nt lades_ 5. Contractors ;G!I provide sidewalk c!a5ure, cros walk closure andlor walkway bypass wher2vc�r pedestrian movements are affected by constructl!an activities, All side -walks and crosswalks shall be accessible when contractor is not working unless ot1herwise approved by the City Traffic Engineer. . The use of trailer mounted ARROW DISPLAYS way be re-qufred on all lane closures, The contractor shall provide one (1) stand-by unit in good worlJng condition at the job site, ready for use, if his oporaf on reaulre6s 24-hour a day closure set -Lips and if reniilrerl, r'. City Traffic Erigin er and/or lnspecttrr rt� y require a lditiortal uItt C conirot de rives, TYPICAL "rRANsIT[ON L E NGTHS AN 1) SUGGESTED MAXIMUM SPACING OF DEVICES Mlrlmuni Ueziirable Taper Suggesl7d Maxlmum Device Suggested Sign Lens (L Feat S acin aclrt Feet Pasted 10' 1l' on a Taper can a Tangent 'Speed Formula` Lurie Lurie Larne (Feet} (F�ed) MPH Offset Offset Offset ©lrrienslorr 30 ISO 165 '184 30 60-75 120M L=WS 35 205 225 245 35 70-90 160 60 40 265 295 320 44 801100 240 45 450 4g5 540 4.5 00-110 320 LLB 5Cl inn 550 ___ 50 100-725 Wit= Taper length irl fees W= Width of ofN.u! in fee! Nato: HufferZone will bo 25 Peet (maxinium). S- Posted speed LEGEND a Chogr%u N Irngdavlcas d arrt�w display il=wer spbiy F7agg�Y� is /11 �Xo x :?UV_1 - 1,421 Xy r- L WORD IF SKED 0MIT 1/2 L M1111 4 END RpAp WORK This plzin s submitted for TCP. f cor Sai.' Erin RDAi� WORK a P 4 Y2 L MIN Ell L MIN OR L)DARD IF SK,--LI LB-41Y 16 49 WH OR MEAT�n FttCMi TWO LANES x CLOSED x j ROAD A D WORK AHEAD tify this plan will be used For the feel ling i0cotlOnk): and that n)] channe]Mng devtce,3 ,,III conForm to 'Gancrat Notes' as shown on the bonk. Signature; odte TWO 1 ANE �L O'JURE IT- _Y0 F '-- 0 R T R IULTTILA.NE STREET T 1) J.RAN"t.; "'Uh -AT ION D IANSee reverse side for 3erkeral °10-,es oral Device Spacing L_ f-UBLIC VORKS :MUTCD Fig. -ire TA-32 PLA' 242' "GENERAL "-NOTES„ All channelizing devices stall be in accordance with the current edition of the Texas Manual an Uniform Traffic Control Devices. 2. A.11 'Traf c. control Devices shin1 have working visible warning lights as requir5d in accordance with the current adiVan of Tit UTCQ. 3_ For Temporary Situations, when it is not feasible [a remove "and restore pavement markings, channelfzatlon must be made dominant by using a very close device spacing - This is especially important in locations of confilrtinn Information, stash as where traffic is 17 directed over a double yel[ow centerline. In such locations, channatizu]g device spacing of 0 feet is required. 4. For long Term Stattanari+ Work, all confllcting pavement markings must be removed and centerline striping provided wherE! two way traffic is In adjacent lanes, . Contractor shall provide sidewalk closure, crosswalk c;'^sure and/or walk'.vay bypass wher=ver pedestrian movernents are affected by construction activities. fall side aNs-and crosswalks shall be accessible when contractor is not working unless otherwise approved by the 01y Traffic: Engineer, . The use of trailermounted ARROW DISPLAYS may be required on all lane closures. The contractor shall provide one (1) starid,by grit in good �uarking condition at the job slie, ready for use, if his operation requires 24-hour a day closure set-ups and if required. 7, Clty Traffic Engineer andfc, Inspectors rnny require additional traffic cantrol devices, TYPICAL TRAN S ITilON L E N GTHS AND SUGGESTED MAXIMUM SPACING OF DEVICE M1nirriLI+ri Desirable Taper Suggested Maxtrnum revlce Sr]ggested Sign Lej0hs Q Feet I Sonc1nq Soacina fF@at1 Posted 13peed MPH Forrnuln` 'I or Lane Offset II 1 Lane Offset 1 17, Lane C)f#set On a Tapir (Feet) can a Tangent (Feet ) -- "'� Dimension 30 ISO 165 180 31) 60-75 120 L=VVS 60 35 205 225 245 35 70-90 16 265 295 320 _ 40 40 1 a 0 24AJ 445 1 450 e05 640 45 90410 320 50 L=WS 500 i00-125 400 I 550 600 50 Tape# lennih ail ( t W= w1011 Ot off5el in FLiat Note: BWLi ,r Zane wflf be ? _feet � rnaxirhum). 0- Posted spe+ad LEGEND cs Channeking devices r,..� Trailer rnbUnted arrow r1liploy Plagbrrr Barricade 2 Signs R 0 �AD (BaCk-to-E30ck) FCN��ACI WORK AHEAD x rgA-= El: �PEEO LINO is 4 KV41 an CrIE"WTIR o This plan is submitted for 1CP. Icertify this plats willbe used for the following 00060rl(s): and that ollchanneNzing devices will conform to "General Nol:es" as shown on the back Sigrioture: Date, CONTINUOUS CITY OF IFFORT WORTH LEFT TURN LANE - DETOUR TRANSPORT A ON Note: AND e side for rjerkerpIrlotes oed::B!tvlc,1 SPOc e imck. PLAN "252" PUBLIC WORKS "GENERAL NOTES" All channeli ing devices shall be in accordance with the current editiQn of the Texas "Jlanual on Uniform Traffic Ce ,t, nI Devices, 2. All Traffic Control Devices shall have working warning lights as required in accordance with the current edition of TMUTCD . For 7amporarV Situations. when it is not feasible to remove and restore pavement markings. channel 7-ation mUst be made dominant by usina a v_r ry close device spacing. This is especially important in locations of conflicting information. such as 'where tree iS directed over a double yelhmv cv,ntedlne. In such locations, channeli ing device spacing of 'i0 feet is required- 4. For Lana Terra S ta# ona.ry_Wo-fk, all conflicting pavement markings must be lerrl v�d and centerline striping provided where two way traffic is In adjacent lanes. 5. Contmctor shall provide sidekkalk closure, crosswalk cfesure and{or walkway bypass wherever p-rlestr?an n,avemertts are affected ctlanati,cites, All sidewalks and crosswalks shall Lie accessible wher, contractor is act warkinp Unless Otherwise approved b+y the City Traffic Engineer. 6. The use of trailer mounte-d ARROVI DI PLA` S may be required on all lane closures. The contractor shall provide one (1) stand-by unli in geofl vir)rklnn candl#lnn at the job rile, ready for Lrse, if his opera#ion requires 24-hour a clay closure set-ups and if required, 7_ City Traffic Engineer and/or Inspectors may require additional traffic control devices. TYPICAL TRANSITION LENGTHS AND SUGGESTED GESTED MAXIM LJP CIN OF DEVICES knimurn [)esirabJeTaPer Sr�ggested Wiximum Device .`�. uggesteid Sign Len the Feet .acing Sparing(Feet Pasted 11' 12; On a Taper On a Tangent Speed Formula' Lane Larne Lane (Feet) (Feet) ;X, MPH Offset Offset offset Dirre1r,15-MIn 120 30 150 165 ISO. 30 60-75 L=WS2 35 205 225 245 35 70- 0 160 60 40 265 45CI 295 491 320 5140 40 45 80-100 10 2,40 32C, 45 L=WS 400 r-50 00 550 500 50 100-125 *L ­ Taper length in Teet W- Width of ezeet in feel Note: Buffer Zone will blag5iret (maximum). S = POE -led Sped 0 Cl ci implizing dorlcrs E— arrow splayed arrow display Fiagger Barricade I La Lij t� Z 1i Q � fn e> FC LAN 2 3 x ROAD WORK AHEAD 0 0 This Plan is subr -nitted for TCP, ]certify this pion will used for the lullowing location(s): CV devicns willcOnfOrm to OS S-hown can the bock, ond that a4chonnelizing Signoture: Date: --YPICAL Two WAY OIVIDFD ARTERIAL k�,'CRTH CITY OF FORT ONE - LANE CLOSURE TRANSPOR r A [10!-I AND See reversesidefor Gen�erolNotes and De'vice 7 Is PLAN --2/1 PU6LIC WORKS "C_-',ENEPAL NOTES" I. All channelizing devices slicil; be in accordance with the current edtfon of the Texas Manual on Uniform Traffic Control Devices. 2. All Traffic Control Devices shall have working visibie warning lights as required accordance with the current edItIorl of TMUTCO. 3. For Temporary_ Itu4tions, when it is not feasible to remove and restore pavement rrerkin-g,, channelization must be made dominant by .using a Y'ery close 11evice spacing. This is especially important in locations of confl[aing information, such as where traic is directed over a double yellidw centerline, In such Locations, charinelizing device spacing of 10 feet is reclOred. 4, For Lan Term StaqmoLwork. all conflicting pavement markings t'r'iusi lie removed end centertirie strlpinrg provlded where two way traffic is in adjacent lames. 5 �cntraclkar shall provide sicl+_nralk closure, crosswalk closure arrd/or walk way bypass wherever pedestrian mover -cents are affected by construction acHvities_ All Sidewalks and crosswalks shall be accessible When contractor is not g�utrkierg unless othelwlse approved by the City Traffic Engineer. 6. The use of trailer mounted ARROW DISPLAYS maly be required on all lane closures_ The contractor shall provide one (1) stand-by uriir lri good working condition at the job site, rE ady for use, it his operation requires 2 -hour a day closwe set-ups and if req:rrlred. 7. City Traffic Engineer andior Inspectors may require additional traffic control devices. TYIEICAL IFRVA% N SITION L ENGTHS AN1) SUGGESTED MAXIMUM SPACING OF DEVJCES MInInium Desirable Taper Suggested Maximum Devi_- StPggestr~d Sigra Le _ the L Feet _ Spacing _ acln Fqq Posted 10L 1 t' 12' On a taper On a Tangent Cpeed Formula* Lane Lana Lame (Feet) (Feet) MPFI offset Offset offset Dimension 120 30 150 165 '10 30 60-75 L=WS 160 35 205 225 1 245 35 0-90 � 0 155 40 295 320 40 60-100 240 45 450 wa 5ad 45 90-' 10 320 50 L- SDCi 100-125 _ 4001 _ — 55a 600 r 50 -® *L= Taper length in f-vt W= V-1th of offset irs feet Nota: 13uffer Zona will be 25 Feet (maxim S= Posted ;lpeod LEGENQ c r ChatiouWng devices Trailer mouRled avow display � Li Fla®�kr \TYPE I BARRICADE U I Lij IA fr a) C DUMPSTER IN DUMPSTER IN PARKING LANE L LANE This plan is submitted for TCP. I cortify this Plan W111 be used for the fulling ]0cbt10n(!S1: K and that ail rhannelizing devices will Conforrn to 'General Notes' as shown on the bock. 1'i r1j T U r e: Date CITY OF FORT WORTH i'(1`11CAL PAYOUT FOR DUMPSTFP TPAMC�D LAME ROAD WORK AHEAD I Aid e 'Cr Gee,.aj t�oire5 and Device Srp�icinLqL PLAtk 010' MBLIC li,,'ORKS Sef�- -9,,erse 5!d °"UENERAL NOTES" 1. All channelizing devices shall be In accordance with the currerit editiori of the Texas Manual cart Uniform Traffic Contrc1 Devices, 2, All Tra.NG Control Devices shall have working visible warning,lights as required I, II accordance wlth thn current edition of TMLJTCD, 3. For Tenn era Situations, when it is not feasible to remove and restore pavement markings, chonnelization must be made daminant by using a very close devir:e spacing. This Is especially important in locations of conflicting information, such as where traffic is d1rected over a double yellow centerline. In such locations, ch2rineli,zing device spacing of 10 feet is required, 4. For Long Term Sta JJpnary vtrark, all conflicting pavement mafkings must be removed and centerline striping provided where two way traffic is in adjacent lanes. 6. Contractor shall provide sidewalk closqure, cresswatk Closure and/or walkway bypaws whln,..nver padestd2n movements are affectad by constructlpn activities.. All sidewatks and crosswalks shall to accessible when contractor is not working unless otheRvdse approved by the City Traffic Engineer. , The use of tra;ler mounted ARROW DISKAYS may be required on all Jane clns?Ires. Tl-ie ct.witractor shall provide one (1) stand-by unit In good working condition at the job site, ready for use, if his operation requires 24-hour a day closure set-ups and if r equired. 7. City Traffic Engineer andlar Inapectors may require additional traf#lc control devices. TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES � u,timurn Desirable Taper ur esi tl l eximurri [ evrce Suggested f i e Lin the L Feet Spacing Spacing (FeiA Posted IT 11' 12` On a Taper Can a Tangeril' Speed Formula' Lama Lane Lane (Peet) (Feet) � MPH Offset OffseL. Offset irnensiorl 30 '150 165 15Q 30 60-75 1 120 L=IVV ' 3 205 225 245 35 70-90 160 0 24011 40 266 295 320 40 80-•100 45 450 4R5 540 .45 90-110 320 L=VVS 400 I � 500 550 _ 6o0 50 I I 100-125 'L= Taper Jt1f)gtf1 in feet W= Width of offset In feet Mote- Buffer Zone -.01l be 25 Net (max fmurn), s ^ Posted!: er'f1 LEGEND ra M Ghannetlting devises TraiI�-1 rucorited arrow L{iSpiq I-i 3 Flagger J==0 ' @aerlcada R A6Ab CEpSE€1 -i � ANEA4 1�11 AHEM �. � � �! I T.' �..�----,•.--1 19 ca.s_�.aa,s T G eA p]5017 UfUe - e ROA CIn2 L.iSED „ I L r� LIM, ws F- y w caw x _ ETET011R OrTOUp AHE> This plan is submitted for TCP.Icertify this plan will be used for the tollowing loca loni5): and that a(I channeli ing devices wi;l conform to "General Notes" as shown on the back. Signature: 4 — CITY OF FORT WORTH TRANSPORTAI iON AND r-I_I"—LIC WOPKS Date; FULL SI.PLEET CLOSURE HTOUR 3Votp:` see reverse €-P rL7rItsrc�tw a kc. G ^S'IQ1h�if PLANT "r .._jii "GENERAL NOTES" 1. All chanrializing devices she l be in accordance with the rrrent-edition of the Texas Manual on Unifarrrt Traffic Control Devices, 2. Ali 'Traffic Control Devices shall have working visible warning lights aS required in accordance with the rsurrent edition cfTMUTCD. 3. For Temporary Sttulatfun , when it is not feasible to remove and restore pavement markings, channeliaat'ron must be made domInarit by using a very Close device speci.ng. This is especially irnporiant in locations of conflicting information, such as where irafi'ic is directed over a double yellow centerline. In such locations. nhannelizing device spacing of 110 feet is required_ 4. For l aria 'Term SM111onarywork. all ccnfl eting pavement markings must "v- removed and centerlins Wping provided where two ,<,,ray traffic is in adjacent lanes. . Contractor shall provide sidewalk closure, crosswalk closure andlor wvilkWav bypass wherever pedestrian movements are affected by constrLictiork activities. All sidewalks and crosswalk shall be accessible when cnntraetor is nVt Yvorking untes, otherwise approved b the City Traffic Engineer. 6. The (Ise of trailer mounled ARROW DI S P LAYS may be required on al Iane r_:[nsures. The contractor shall provide one (1) stand-by unit in good wcirking candikian at the jot) slie, really for use, if his operatlan requires 24-haur e day closure sek-ups --nd if tequlrad. 7. City TrafFlic Eitigineer and)ar trtspectoTs may require additional traffic control devices. Posted Speed Forrnula' MPH 30 35 L=Vt1S� 60 L45 50 t-=V'IS TYPICA!_TRA+!51TlON LENGTHS MEAD SUGGESTED MAXIMUMS PAC I NG OF: DEVICE Pk+lirrimr jm Desirable Taper Leng the L) Feet Suc0gesked Maximum Device Sp acinq Suggested Sign sp;a6fig fFeptl 113' t_arie Offset 150 `i1' Lane Offset 12' Lane offse[ €:in a Taper (Feet) On, a Tangent (Feet) inn Dimsiar� 165 10 30 60-75 120 205 2,25 245 35 70-90. 160 265 295 320 40 80-100 240 450 495 540 45 90-110 320 500 550 600 50 100- 25 400- 'L= Taper lerigth In fee! W= Width of offset 1n feet Note' Buffer crv2 w111 be 26 feet (maximum). PdS1+_*d sped a CNonrmlirinn ifavires Trailafro&r inpli11eS� 86F@'N Sj;A Prey ITO FlagC on ICI Sorr1E_'do ovorr x- 3;N L3UIT W � (I pl IAD _OSEC� ROAD CLOSED -if lG CL uj fZ 1p, I?- ;.-.I A 1 A yy OF TOUR K This plats is submitted fol- TCP. I certify *thtplori will be used for the following location(s): . . . ..... .... and that oil chonnelizing devices will conform to "General Notes" as SrIOwn nn the back. Signature' )cite: CITY of ror,,,- WORTH rULL. STREET CLOSURE DETOUR FF-AN!5.")RTA7l0N I — -- -- Note' - — A AND ��nd Device,; P L 'T -21 Ptjj3LIC WORKS See revers�, - s; , e for GeneralNctes "122ENERAL NOTES" 1, All channelizing devices shall be in accordance with th.: current edition of the Texas Manual on Uniform Traffic Control Devices. 2. All Tra`ic Control Devices $hall have working visible'Warning fights as required In accordance with the current edition of TMUTCD, . For Temporary Situations, when it is not feasible to removc: and restore pavement markings, channelizatic)n must be made dominant by using a very close device spacing - This is especially important in locations of conflicting infrr_rmatirn, such as where trafirc is directed over a double yello., centerline. In sulch locations, channelizing device spacing of '10 faet Is required, 4, ForLong Tenn StationarV work, all conflicting pavement rnarkigg5 mursi uu- removed and centerline striping provided when two way lraffic is in adjacent lames. 5. Contractor shall provide sidewalk closure, crosswalks closure andlor walkwey bvcross wherever pedestrian movernents are affected by construirtion acl:!Ajes- All sidevi+alEcs and crosswalks shall be accessible when corilractor is not working unless otherwise se approved by the City Traffic E-Mgir.aer. 6- The use of traller mounted ARROW DISPLAYS may be required on alf lane closures, The contractor shall provide one (1) stand-by unit in good working condition at the job sitar ready for use, if l;iz operation requires 24-hour a day closure set-ups and if required. 7. C-Ity Traffic Engineer andlor Inspectors may re+q!tlrp additional ' Ir control devices, TYPICAL TRANSITION LENGTHS AND 'SUGGESTED MAXIMUM SPACING OF DEVICES Minimum Oeslrable Taper Suggested Maximum Device Suggested Sign Lengths hs L) eet S pacin 'Spacing (Feet Fasted 40' .11' 12' On a Taper bn a Tangt rnl Speed Formula* Gone Lane Lane (Feet) (Feet) �� PH offset Offset Offset Dlrper>;sian 0 150 1635 1%60 30 66-75 120 ! = 5� 205 225 24 5 3;i 70_90+ 160 60 r-40— 2.65 295 320 440 80-1 Q0 240 4a 450 495 5,40 45 00-1 1 0 320 L=S 50 5170 550 6nr, 5q 100-125 400 ,.L='raper Canrlh In test VV= Width oF ofb u t In feel Nata: 13uff r Zane will le 25 r--et (maximum). Poster) aped LEGEND I ❑ ® Channelizing devices TraIw cl lkspla drr�;�; ;R's�lay t1.=4 Flagger Forrlcadt 2-24x24 inch flags W11-2 3Gy3o L� 1 z (n r� L� 1 i STRIPED LEFT '. ?N LANE t� ea W11-2 3ON30 MEDIAN OR ONEWAY STREET REQUIRCM NTS 1. A]! fund raisers mint be eighteen (18) , !rs of age or older. 2. No fund raiser may ..:,r -'ve traffic of any tirnp. .3. Fund rarer may enter or remain in roadway only 111'i1e the yw---v-! ..!;ing traffic signatis red. 4. `All fund raisers must remain ;:ill :DCi feet or less frOm the intersection approved under the permit. 5. Construction vests conforming to current TMUTCD are required for each fund raiser person. 6, Time restrictions: DAM to one (1) hour before sunset. c rhis plan is submitted for TCP. l cer Wy this pion will be used for the fallowing r 'ersection= Ln and Date: c Signature: CITY OF VORT WORTH FUND RAISER TCP TRANSPORTATION — - Af,i i - r u3! IC WORKS "GENERAL NOTES" I. All channelizing devices shall "e in accordanice wlih the current edition of the Texas Manual on Uniform Traffic Control Devices, 2, All Traf;,c '"ontrQi DlevicEfa shall have working visible warning lights as requ[red Tn accf).dan e with the currant edition of TMUTCD, 3, For Temporary Situations, when it is not feasible to remove and restore pavement markings, channeRzation .must be made dominant by using a very close device spar,ing. This is especiallyimportant In locations of conflicting linferrrtation. such as where traffic is directed over a double yellow centarllne, in such locations, channefizing device spacing of 10 feet is regii!red. 4. For Long Tsrm Stationary work, all co�riftictinrg pavement markings must be removed and centerline sfi'ipinl prcvtded where two way traffic is in adiacenl lartes. . Contractor shall provide sidewalk closure; crosswalk closure and/orwalkway bypass wherever pedestrian movements are affeoted by contitructiorn actiVkties. All sidewalks and cross dlks shawl he acc;essVe when contractor is not working unjess cthermse approved by the City Traffic Engineer. . The use of !caller mounted ARROW DISPLAYS may be r&4uired on all lame closures. The contractor shall provide one (1) stand-by unit In good Ivorklnicl Wndition at the job site, ready for use, if his operation requires 24-loan a day set-ups- and If required. 7. City Traffic Englneer and/or Inspector: may require additional traffic control devrc=-es, TYPICAL TRANSMON LENGTHS AND SUGGESTED MAXIMUM SPACING OF DE-Vl j=-S hRinirrtui Desirable Taper rested tul,xlmurrf iCvlce�agtedir� J Lengths L Fret cin e� acir1 Feeti t'csted 117 1 i' '12' On a Taper On -3 Tangent Speer) Formula' Lane Lane Larne (' eet) (Feet) �g Dlfset CENet Offset Crirer�nslal 0 150 165 130 30 t�U-75 120 35 L= ,92 005 224 245 35 0-90 15 ]0 240 40 263 29-5 1 320 40 80-100 4 450 495 540 45 400-11 n 320 =V4f 500- 550 600 50 100-125 4011 VO *1 "M Taper length In feet W=VVidlh of offrel in feel 8- Posted speed /dote; Suffer Zone gill be 15 feet (maximum/. LEGEND o Ch nnNGzirip levlc.r,5 Trallst moullIart arrow display i f r 40�^�' Flagger ■ #elrT��L�� C BEACONS AND FLASHING LIGHTS € 0- x 30" Min. y OCONVOY I Ins I f 1 f I This plan is .submitted for TCP. I certify this plan will be Used for the Polling lacatsantsi; and that all chonnellzing devices will Conform to General Notes' as shown on the back. �Iw r� Siona turec !late CITY OF FORT WORTH MULTILAW STREET , SPUD LIMIT�30 MPH a LESS i';ANSL'DRTATION - MORILL OR `!161 ' T DURATION - I HOUR CAR LESS - DAYTIME; ONLY AND dote: See reverse side foY- General Notes and Device Sp6C1rsg PLAIN "M-34" PUBLIC WORKS THUTCL) Figure TA-35, Sec, bG-i(d) "GENERAL NOTES" 1. All channelizing de-Vice-3 -shall be. in accordance with the current edition of the Texas Manual on Uniform Traffic Coriltrol Devices. 2. All Traffs: Control Devices shall have working visible warning lights aS req:Uired in accordance with the current edition of T i+riUTCD. 3. !"o " empor ry it.uations, when it is not feasible to remove and resiore pavet7lenl m rkIngs, channelization must be made dcminant by using a very close device spacir�g, This is especially important in locations of con#lictlr«g Information, such as where traffic is directed over a double yellow c-enterllne. In such locations. channeli ing .device ,5pacing of 10 feet is required. For Long Term to l:priary work, all conflicting pavement oarkings must be removed and centfarline striping provided where two way traffic Is in adjacent lanes, 5, Contractor .shall provide side0aik closure, crosswalk cibsur>e and/or wafievjay bypass wherever pedestrian movements are affected by construction actbcities. All sidevialks and crosswalks shall be accessible when contractor is not working unless ott?enisppf-oved bV the City Traffic Engin r- 6. The use of trailer MOLInted ARROW DiSPL 4YS may be required era all lane closures. The uontraetor shall provide one (1) stand-by unR in good,mrkinq c.ondifloo at the jqb site, ready for use, If his operation requires 4-hour a day closure set-ups and if r equimd, 7. City Traffic Enginaar andlor Inspa may raquire additional traffic control devices. T (PIf :AL TRANSITION LENGTHS AND SUGG ES T E D MAXI MUM SPAC N G 0Ir DEV1 E MillirrlUM Desprable Taper Suggested Maxlrnum Device Suggested Sign Lela the L) Feet Sp ing Spacing(Fast) Posted 10' 1 1v 1T Can a Taper On a Tangent „X- Speed Formula* Lana Lane Lane (Feet) (Feet) MPH Offset offset ofis.et 30 i 5o 165 1 160 30 bu-ib 7 �a L=WS2 35 205 225 24KJ 35 70-90 t �0 265 295 320 40 30-100 240 40 �} ';�� �f9b 54r �$0- 320 — 50 L��IS 500 550 600 50 100-125 400 I I 'L= Taper leach in feet VV=WAdth of offset in feet Note: Suffer Zo n will brs 25 iont Imaximurn). S= Posted speed ChanneiN4nrL dc,Orr,5 Trailer ulaiJILIL%d Aram dlsnitiy Flagger ol # filpEYiPLK CL45�P isx�es�ka c�oSE6 RISE RTiA S� i j I { 7 y l This plan is submitted for TCP. I certify this plan will be used for the fallowing locotion(s): 0 cv and that oll chnnnelizing devices will conform to "General Notes" as shown on the back, Signature: date: CITY OF FORT wORTH T RANSPOR "ATION A.Nl) P U B L IC YV'Cf:!< ofte� Sew f PLAN EIP-11, "GENERAL NOTES" 1, All channel izing devices shall be in accordance with the current. edition of the Texas ManuaI on Uniform "Traffic Control Devices. 2. All Traffic Control Devices shall have working visible warning lights as reauir6d in accordance with the current edition of -i`MUT-CD. 3. For Tempgrar+r_Situations, when it is not feasible to remove and restore pavement rnafkiings; channelizatlon must be made dominant by using ? very close devire spacing. This is especially important in foeations of conflicting information. such as Where traffic is diretcted over a double y-llow centerline. In such locations, channelizing device spacing o 10 feet is required. 4. For ! o.nsa_ Term Stationaa work. atl conflicting pavement markings must bee r�lM; nk+e,1 ,anu centerline striping provided where two way traffic is In adjacent lanes 5. Con'rae'tor shaill provide sidelivalk closure, crosswalk closure arld/or walkway bypass wherever pedestrian movements are affected by construction activities. All sidevi; lks and crosswalks shall be accessible when. contrnctor is nQL working unless otherwise, approved b thgl- City Traffic Engineer. G. The use of trailer mounted ARROW DISPLAYS may b7e required can all lane closures. The contractor shall provide one (1) stand-by unit fn good working condition at the job site, ready for use, if his operaticn requires 24-hour a day closure set-ups and if required. 7. City Traffic Engineer urtdfvr Inay% Mors may require addWanal traffic contral devices. TYPICAL 7RMISITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES -!inimum Desirable Taper Suggested M;3ximtrm device 9uggEsted Sign Len thn L Feet Spacme 5 arJin Fee I Posted 1 10, 11' 121 On a Taper On a Tangent Spend ormufa- Lane Lane Lane (Peet) (Fr -et) Fti R11 Y Offset 0ifse- t Ofkel Dimension 30 60-7.5 150 165 180 30 120 5 L=WS 205 225 245 35 70- 0 160 60 —_._ 265 295 40 320 40 80-100 24t7 45 4450 14-95 � 1-110 3 i� L=�J�f 00— 50 100-1 5 400 50 550 600 *L = Taper Ten-ith iri feet W= width of vt[sel in feet Not,-- Buffer Zone will bo 25 font (maAmum). S-- Pasted speed LEGEND 0 o Channellr1rng &LyTc;�� arrowr nplay d arrow drsplay 4 laggerr This plan is submitted nr TCP.|cerUfy this pion wiilhn used for the following |ocptinn(s): and that oi|vhnnnolziog devices will conform W Notes" (is shown on the bock. Dt CH-Y OF FORT 111VOR'FI,-] SIDEWALK CLOSURE DETOUR PUBLIC WORKS I See reverse side for Generc�N I "GENERAL NOIE�V' 1. All channe-llzing devices shall be in accordance with the current edition ci h,� Texas Manual on Uniform Traffic Control Devices_ 2. All Traffic Control Devices shall have working v - ble warming lights as reclui - red in ac:cc+rdence with the errant edition of T fUT ID. 3. For Temi2orary Sisk"ations, when it is not feasible to remove and restore pavement markings, channelization MUst be made dominant by using a very close device spacing. This is especially important in locations of cc, Efiictin inform2tiorl, such as where traffic is directed over a doable yeliow centerline. In such iocations, chanrelizing dew-e sp; cing of 10 feat is required_ 4. For Lonef "TermSlat] ona warp, all conflicting pavement markings must be rerroVed and centerline striping provided where two way traffic is in adjacent lanes. 5. Contractor shall provide sidewalle closure, crosswalk closure alndior walkway bypass wherever sect&strlan movemer Is are affected by construction activities. All sidewalks and crosswalks shall be accessible when contracibr is not working uniess other ise approved by the City Traffic Engineer. The use of trailer mounted ARF; C)W DIS PLAYS may be required) on all lane cliasures. The contractor shall provide one (1) stand-by unit in gavot working candition at the job site, ready fcf use. if his operation rewires 24-hour a day closure sel-un, and ii regLjirerl 7. City Traffic Engineer andlor lnspectcrs may :c ;uirti attditlonal traffic control devices. TYPICAL TRANS ITIC y LEIN THS AND SUGGESTED MAXIMUM IMI~ M PACIN OF DEVICES f0ir imum Dedrable Taper Sioggested Maximum Device Suggested 9 _ Len ttq s M Feei S2 - ng Spacing (Fee Posted 1 111 12' On a Taper c n a Tan-ent u Speed Frmuta" Lane Lane Lane (Feet) (Feet) MPH OfNet offeat Off-'r-1 DIrTief75ifrn 30 150 165 30 60-75 120 3a l `_5 20,5 225 24`� 35 70-90 ?150 0 40 265 295 1 320 40 60-100 240 45 45P 4 5 540 45 90-i 10 320 5a L=WS 500 550 6011 50 100-125 400 'L= Taper Itulp1 a its feet W= Width Df offi:vr in fevli Note: Buff br Zone will he 5-feel (maximum). 5T Postud.speed LEGEND Channallzing devices r-7-,-i Tralinr wount4d r LL anew rllapfay Fi uga