Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 53679
RECEIVED .i ~ 2020 CITI OF FORT WORTH Cli'i sECREiAlW CITY SECRETARY . CON TRACT NO. 53b 79 fOJ.TWORT CONTRACT FOR THE CONSTRUCTION OF LAKE WORTH TRAIL PHASE lA City Project No. 1920 Betsy Price Mayor David Cooke City Manager David Creek Acting -Director, Park & Recreation Department Prepared for: The City of Fort Worth Park & Recreation Department 2019 Prepared liy: •• FREESE . I ~NICHOLS FREESE AND NICHOLS, INC. 4055 International Plaza, Suite 200 Fort Worth, TX 76109 (817) 735-7300 Texas Registered Engineering Firm F-2144 ORIGINAL OFFJ~ '.U.C}' I EtCO!RD -:..:1 Sf.C'{E'lTAR'if :;;''ii ,!Ai; ~•YI/';\.,/, il"'W l!i ~. v1:rv-:r... J ti 1;, 11 .+'~ ORTWORTH, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 -1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 4 SECTfON 00 00 00 TABLE OF CONTENTS Division 00 o General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0031 15 Engineer Project Schedule 00 32 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Qualifications 0045 12 Qualification Statement 0045 13 Bidder Qualification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 0132 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 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 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 1000 Concrete Formwork and Accessories - Bridge (Structural-Gojer) 03 20 00 Concrete Reinforcement - Bridge (Structural-Gojer) 03 30 00 Cast -in -Place Concrete - Bridge (Structural-Gojer) 03 3001 Cast -In -Place Concrete 0335 19 Colored + Chemically Stained Concrete Paving (Freese and Nichols) 03 63 29 Drilled Piers - Bridge (Structural Gojer) 03 80 00 Modifications to Existing Concrete Structures Division 05 — Metals 05 50 00 Miscellaneous Metals (Freese and Nichols) Division 10 — Specialties 10 43 00 Site Signage (Freese and Nichols) Division 11— Furnishings 1167 13 Site Furnishings Division 31 - Earthwork 31 1000 Site Clearing 3123 1.6 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 01 90 Preservation + Protection of Plant Materials (Freese and Nichols) 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1373 Concrete Paving Joint Sealants 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Cates 32 31 29 Wood fences and Gates 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Division 33 - Utiiities 33 04 30 Temporary Water Services 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 30 Location of Existing Utilities 33 12 10 Water Services I -inch to 2-inch 33 1225 Conncction to Existing Water Mains 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3471 13 Traffic Control APPENDIX: GC-6.01 TxDOT Standard Technical Specifications 529 - Concrete Curb, Gutter, and Combined Gutter ® 644 - Small Roadside Sign Assemblies 0 666 - Retro rcflectorized Pavement Markings GC-6.02 Geotechnical Investigation (Gorrondona Associates, Report No. FNI1317.00) GC-6.03 Minority and Women Owned Business Enterprise Compliance GC-6.04 Wage Rates GC-6.05 Weather Table END OF SECTION CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 2, 2016 City of Fort Worth. Mayor and Texas Council Communication DATE: 0211$r20 MB,C FILE NUMBER, M6C 20-0105 LOG NAME: SOLAKE VtiURTH TRAIL PHASE 1A COLE s11 B.fE tr T Authr,rize Rejection of all BM Reca=d an OCcob r 17, 201 �3 far the Lake Wcnh Tr3,l Panne to Project; Auftrize aecutl pf a contrucTwith Cole Coristruchon. Inc., in the Amount of $2.4D1,140_00 for the Oonstruction cat the Lake Worlh frall Phase 1A frarn Bids ReCoNed an Dac.6r'nber 5, 2019 and Provide for Adttrllonal Project Lost end Canhngencjes in the Amount of 3122,000.00 fa: a Total Canstructran Cass of $2,613.140.00 (COUNCIL DISTRICT 7) RECOM4tERDATION', 1(15 ri`:conimended U791 the City Counafl: 1, Aulharize rejection of all bldr} redeue0 an October 17, 2019 for the norisLructlon of the La ke Worth 'Grails P hasu I A Project and 2. Aulhonzfe execLiGnn afscantmot with Cele CorlstNcUw, ,In The srnount of $2,491.,140.00 foT-theconstruction of the Like Mrth TraAS Mae 1 A Project from bids receivnd on C.ecember �, 201 , MRIT0i6a"I 1'r,r. purpoac of thl-5 Mayor and Counet] Communication {M& 0) 115 tv reject ell bids rew1vad an October 17, 2010 fDr the lake Werth Trill Phase i A prgeo, snd to authorize ft award of a uaristructiart contract with Cale Constmctlon, Inc, In the armunt 4f $2491,140.00, as a result of the -bids reeelved on DeGeniber 5, 2019, after a new advertisenlerd ror btds was rssr,ed for' the trance ordiect. On September 113 and,29, 2019, the pra]ect was adv!ihftsed in Ifae Fcft Worm Star-Talc--orem. On Oclnber 17, 2019 blda ware reueiVed, however, dire to an errul'vrthIn the project cipnimct t7'oQkl the prided was required to ba fe-Wd. The project way m-Wwedsod on.OdDbef 30 and N-Overriber e, 2019 In the Farr V-lorth SieLT_e' cram, The folCoWhq bldS wese reeet d on Decr.Lrnber 5. 2019!. BIDDER BASE EEO ALTERNATE ALTERNATE 1 3 TOTAL TOTAL Ct4e Consljkjct'arl Inc ,2 _83.4,00- $75,308 00 $1 a1,000-001,$2,491.14100I NcrthstarCanstructjonLk.0 j$ .245,6.33.4 � 8 7,7 0 $I�1.000.40$ ,$14,397M C. reurlSCrOprng,LP ,327,738,30.I 9 ,A3 .0L1j [ .Q ,578,170.30 2LCorrstn. hori, LLC ,388r4_75.1 103,404� Dl) $141,D00,UD �2,�i2,�79.ID The Fain group, Inc $2;422,391613 BSI V0.00 $181,000.00 $2,685,260.50 hlprltl Rock Consulacl-ir3n, LLC $2.3bS,3$0.711 $1.2,612.12 i81,00. 2.718.902,83 Baca Lld - Units 1. 2, 3, d $, 5-imptaverrionts Indude m hillzaUon, demo, eruslun control, Installation of 10' tioncrate trap, CNa padeutri�n bridges, retaining vratls, fer�.ng, and sIgnage. Bid alternate 1 - t,frrlt 1 - amprvmrnQntc Include installation of limestone boulders, rwicrole wajkri and bench pads, drinking tountaln, security ligniinp, banchets, and tr4fih receptacle- B Id altemaW 3 A11owBnce - improverneMS include funding -bF a rttiscalioneous altowanra durIng the jprgecL Total appropriat ws are surnrrwrizml belukk 1Pwk Sour Current Propowdl Tow pproprlations—J _ L.aku Wgrttr 1=1 Labe Worth Gas $6,927.234.00 NIA $8.927,234_00i Tram Leese _ _ Lake Werth 39302 MACS Gn Lease 5420,000,04 NIA $420,13M.00 TraA i--- $7.347,234,0; $7,�T7,22-40111 Tire annual maintenance cost forthis projent Is $76,687,40. Canstnxtlon is anticipated to commence In Mamh 2020 anal be wnVietud by January 2021. Tne contract time is 275 eolendar days. MNOE OFFICE; Croke Com itrwilon,1nr., is in compilan.ce with Itke CIty's B0E= 0rdlnorl� by r o mrniLting to '17 fo MBE particlpaNan ort the bare bid price prrly, The City's MBE goal on base bId cmtract tu.15% These proje are locked in COUNCIL 0ISTRICT 7_ FISCAL INFDRM611QN � GE"FICAT'ION; The Direr of Finantm certifies that funds a4,e �jailable in ttiE urrent capital budgel, [ma appropriated, of the Lake Worth f jg LBaSe Capllal Legacy Furled and PARR Gas Lease Capltal Project Legacy rund $ubmitled far Ci y Malmigor's Office la' Fe.mand6 fiostb 5122 Originating ass n"g Unll Imo" w: David Creek 5704 AN�1 ks"Ei. IWk-matron contact_ Carlos Gonzalez 5734 ADDENDUM #1 Lake Worth Trail Phase 1A November 5, 2019 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual PROJECT MANUAL REFER TO SPECIFICATIONS: Due to the City of Fort Worth requirements, the Pre -.Biel meeting will be postponed until November 12, 2019, and the Bid Opening will be delayed until December 5, 2019. Replace the specifications in the project manual listed below with attached specifications. 00 11 13 — Invitation to Bidders CLARIFICATIONS 1) TRWD to fabricate and deliver the pedestrian bridges within close proximity to the proposed bridge sites.. The contractor shall be responsible for installing the bridge and providing expansion joint plates. 2) All work and staging at the Pedestrian Bridge B location are to remain within the limits of the Easement shown on drawings. 3) Any asphalt repair is subsidiary to concrete trail paving. 4) All construction staking and survey are to be done in grid coordinate system. 5) Project has an MBE goal of 15% as staffed in 00 45 40 — Minority Business Enterprise Specifications. 6) Bidder qualifications are to be submitted within 7 days after the bid opening. 7) There was a question about the need to test bore for the pedestrian bridge abutments when a Geotech report is already included. The Response is as follows: No borings were done in close proximity to the bridges. The contractor needs to provide a test bore adjacent to the bridge to verify that the bearing stratum is within the anticipated limits as indicated in the drawings. END GE ADDENDUM #1 Bid Opening Date: December 5, 2019 — 1:30 pm Acknowledge the receipt of this Addendum on your Proposal. Digitally signed by Carlos M Gonzalez jrJ7'bat�. �- 2019.11.05 15:08:06 By: -06'oo, Carlos Gonzalez, Project Manager Design Consultant Matt Milano, RLA, LEED AP Freese and Nichols, Inc Release Date: November 5, 2019 001113-I INVITATION TO BIDDERS Page I of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Lake Worth Trail Phase lA will be received by the City of 6 Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas, Street 1.1 Fort Worth, Texas 76102 12 until 1:30 P.M. CST, Thursday, December 5, 2019, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORD 16 The major work will consist of the (approximate) following: The Base bid will include the 17 construction of apprx. 14,700 Lf of 10' wide concrete trail, related markings, and signage, and (2) 18 Two pedestrian bridges along the northeastern edge of Lake Worth. This base bid segment begins 19 on the eastern side of I-820 and runs east to Cahoba Dr. just before Marion Sansom Park. Bid 20 Alternate 1 will include the Two (2) trailheads and related site furnishings. Bid Alternate 2 will 21 include apprx. 1,300 Lf of 10' wide concrete trail starting at Cahoba Dr. west of I-820, and 22 running south east through Arrow S Park and under 1-820 and connecting to the base bid 23 segment. Bid Alternate 2 will include apprx. 4,700 Lf of 8' wide concrete trail starting at the end 24 of base bid segment at Cahoba Dr. and running east along the lower elevations of Marion Sansom 25 Park, ending at the existing access road along the trinity river. 26 27 QUALIFICATION 28 The improvements included in this project must be performed by a contractor who is qualified by 29 the City. The procedures for qualification are outlined in the Section 00 21 13 — 30 INSTRUCTIONS TO BIDDERS. 31 32 DOCUMENT EXAMINATION AND PROCUREMENTS 33 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 34 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasin / and 35 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 36 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 37 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 38 Parties Form 1295 and the form must be submitted to the Project Manager before the 39 contract will be presented to the City Council. The form can be obtained at 40 https://www.ettiies.state.tx.us/tec/1295-Irnffo.htm 41 42 PREBID CONFERENCE 43 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 44 BIDDERS at the following location, date, and time: 45 HATE: November 12, 2019 46 TIME: 11:00 am 47 PLACE- 4200 South Freeway, Suite 2200 48 Fort Worth, Texas 76115-1499 49 (LOCATION: Conference Room #1 CITY OF FORT WORTH Lake Worth Trail Phase l A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from and dedicated by Resolution of Lake Worth Gas Lease Capital Funds and dedicated by resolution of City of Fort Worth to the work under this INVITATION TO BIDDERS. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Carlos Gonzalez, City of Fort Worth Email: carlos.gonzalez@fortworthtexas.gov Phone: 817-392-5734 AND/OR Attn: Matt Milano, RLA, Freese and Nichols, Inc. Email: mlm@freese.com Phone: 817-735-7300 ADVERTISEMENT DATES 1 S` Advertisement October 30, 2019 2°a Advertisement November 6, 20.19 26 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 Lake worth Trail Phase 1 A 1920 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page I of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 11. Defined Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Qualification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be qualified for the work types 36 requiring qualification after bid opening of bidding. Bids received from contractors who 37 are not qualified (even if inadvertently opened) shall not be considered. Qualification 38 requirement work types and documentation are as follows: 39 40 41 3.2. Each Bidder unless currently qualified, must be prepared to submit to City within seven 42 (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, 43 BIDDERS QUALIFICATIONS. 44 45 3.2.1, Submission of and/or questions related to qualification should be addressed to the 46 City contact as provided in Paragraph 6.1. 47 48 CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.3. The City reserves the right to require any qualified contractor who is the apparent low 2 bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time frame. Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 10 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 3.4. In addition to qualification, additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 17 4e Examination of bidding and Contract Documents, Other belated Data, and Site 18 19 4.1. Before submitting a Bid, each Bidder shall: 20 21 4.1.1. Examine and carefully study the Contract Documents and other related data 22 identified in the Bidding Documents (including "technical data" referred to in 23 Paragraph 4.2. below). No information given by City or any representative of the 24 City other than that contained in the Contract Documents and officially 25 promulgated addenda thereto, shall be binding upon the City. 26 27 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 28 site conditions that may affect cost, progress, performance or furnishing of the 29 Work. 30 31 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 32 progress, performance or furnishing of the Work. 33 34 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 35 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, 36 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 37 Nondiscrimination in Federally -assisted programs of the Department of 38 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 39 affirmatively insure that in any contract entered into pursuant to this advertisement, 40 minority business enterprises will be afforded full opportunity to submit bids in 41 response to this invitation and will not be discriminated against on the grounds of 42 race, color, or national origin in consideration of award. 43 44 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 45 contiguous to the Site and all drawings of physical conditions relating to existing 46 surface or subsurface structures at the Site (except Underground Facilities) that 47 have been identified in the Contract Documents as containing reliable "technical 48 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 49 at the Site that have been identified in the Contract Documents as containing 50 reliable "technical data." 51 CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents. No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.7. Perform independent research, investigations, tests, borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations, tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations, tests and studies. 17 18 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work, time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 2I own estimates, investigation, research, tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima -facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents, 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities) which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 0021 13 -4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents, but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4,02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data, interpretations, opinions or information. 8 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means, methods, techniques, sequences or 13 procedures of construction (if any) that may be shown or indicated or expressly required 14 by the Contract Documents, (iii) that Bidder has given City written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc., have not been resolved through the interpretations by City as described in 18 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 28 29 30 31 32 33 5. Availability of bands for Work, Etc. 34 35 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 36 access thereto and other lands designated for use by Contractor in performing the Work 37 are identified in the Contract Documents. All additional lands and access thereto 38 required for temporary construction facilities, construction equipment or storage of 39 materials and equipment to be incorporated in the Work are to be obtained and paid for 40 by Contractor. Easements for permanent structures or permanent changes in existing 41 facilities are to be obtained and paid for by City unless otherwise provided in the 42 Contract Documents. 43 44 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 45 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 46 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 47 the award of contract at any time before the Bidder begins any construction work on the 48 project. 49 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, casements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and/ Addenda 7 8 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth Park & Recreation Department 19 4200 South Fwy St. #2200 20 Fort Worth, TX 76115 21 Attn: Carlos Conzalez, City of Fort Worth 22 Fax: 817-392-5724 23 Email: Carlos.gonzalez@fortworthtexas.gov 24 Phone: 817-392-5734 25 26 27 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3. Addenda or clarifications may be posted via Buzzsaw at Lake Worth Trail Phase 1. 31 32 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 33 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 34 Project. Bidders are encouraged to attend and participate in the conference. City will 35 transmit to all prospective Bidders of record such Addenda as City considers necessary 36 in response to questions arising at the conference. Oral statements may not be relied 37 upon and will not be binding or legally effective. 38 39 7. Bid/ Security 40 41 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 42 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 43 the requirements of Paragraphs 5.01 of the General Conditions. 44 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within. 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Threes 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or -Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M, CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bias Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or Ii*1 VITATIOIN TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of lids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of ]lids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1, City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF PORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 002113-9 INSTRUCTIONS TO BIDDERS Page 9of9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 21, 2015 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 I SECTION 00 32 15 2 CONSTRUCTION PROJECT SCHEDULE 3 PART 11 - GENERAL p��'i111► 7l�!/'AI��J 5 A. Section Includes: 6 1. General requirements for the preparation., submittal, updating, status reporting and 7 management of the Construction Project Schedule 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —General Requirements 13 D. Purpose 14 The City of Fort Worth (City) is committed to delivering quality, cost-effective 15 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 16 properly structured schedule with accurate updates. This supports effective monitoring 17 of progress and is input to critical decision making by the project manager throughout 18 the life of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work follows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor will designate a qualified representative (Project Scheduler) responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAY117[ NT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Noncompliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD SPECIFICATION 1920 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 will develop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule requirements as defined herein. The data and information of 3 each such schedule will be leveraged and become integral in the master project 4 schedule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The master project schedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critical Path Method (CPM) based. The 10 City's Project Manager is accountable for oversight of the development and 11 maintaining a master project schedule for each project. When the City contracts for 12 the design and/or construction of the project, the master project schedule will 13 incorporate elements of the Design and Construction schedules as deemed 14 appropriate by the City's Project Control Specialist. The assigned City Project 15 Control Specialist creates and maintains the master project schedule in P6 (City's 16 scheduling software). 17 18 2. Construction Schedule 19 The Contractor is responsible for developing and maintaining a schedule for the 20 scope of the Contractor's contractual requirements. The Contractor will issue an 21 initial schedule for review and acceptance by the City's Project Control Specialist 22 and the City's Project Manager as a baseline schedule for Contractor's scope of 23 work. Contractor will issue current, accurate updates of their schedule (Progress 24 Schedule) to the City at the end of each month throughout the life of their work. 25 26 B. Schedule Tiers 27 The City has a portfolio of projects that vary widely in size, complexity and content 28 requiring different scheduling to effectively deliver each project. The City uses a 29 "tiered" approach to align the proper schedule with the criteria for each project. The 30 City's Project Manager determines the appropriate schedule tier for each project, and 31 includes that designation and the associated requirements in the Contractor's scope of 32 work. The following is a summary of the "tiers". 33 34 1. Tier 1: Small Size and Short Duration Project (design not required) 35 The City develops and maintains a Master Project Schedule for the project. No 36 schedule submittal is required from Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information through discussions with 38 the respective party on an as -needed basis. 39 40 2. Tier 2: Small Size and Short to Medium Duration Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies "start" and "finish" milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the kickoff of their work effort. 44 The Contractor issues to the City, updates to the "start" and "finish" dates for such 45 milestones at the end of each month throughout the life of their work on the project. 46 47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 .Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD SPECIFICATION ] 920 RevisedJULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 I alignment with the VVBS structure in Section 1.4.H as agreed by the Project Manager. 2 The Contractor issues to the City, updates of their respective schedule (Progress 3 Schedule) at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 7 monthly updates to the City Project Manager (end of each month) as a "progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. 10 11 1. Baseline Schedule 12 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City, it becomes the "Baseline" schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work, and only after 17 receipt of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule, the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more practical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification 00 32 15.1 21 Construction Project Schedule Baseline Example. 22 23 2. Progress Schedule 24 The Contractor updates their schedule at the end of each month to represent the 25 progress achieved in the work which includes any impact from authorized changes 26 in the work. The updated schedule must accurately reflect the current status of the 27 work at that point in time and is referred to as the "Progress Schedule". The City's 28 Project Manager and Project Control Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not acceptable, the 30 unacceptable issues are identified by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule within 5 working days 32 after receipt of non -acceptance notification. An example of a Progress Schedule is 33 provided in Specification 00 32 15.2 Construction Project Schedule Progress 34 Example. 35 36 1o4 CITY STANDARD SCHEDULE REQUIREMENTS 37 The following is an overview of the methodology for developing and maintaining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework 41 The schedule will be based on the defined scope of work and follow the (Critical Path 42 Methodology) CPM method. The Contractor's schedule will align with the requirements 43 of this specification and will be cost loaded to reflect their plan for execution. Overall 44 schedule duration will align with the contractual requirements for the respective scope of 45 work and be reflected in City's Master Project Schedule. The Project Number and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD SPECIFICATION 1920 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name o, f the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number Project Name —Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number _Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 ® Project Schedule Progress Narrative File Name Format: City Project Number _Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN 201801 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets ® Sidewalks (later) • Quiet Zones (later) • Street Lights (later) ® Intersection Improvements (later) ® Parks • Storm water ® Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY 20, 2018 Lake Worth Trail Phase I 1920 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The following is a summary of the standards to be followed in preparing and maintaining . 2 a schedule for project delivery. 3 4 1. Contractor is required to utilize the City's WBS structure and respective project type 5 template for "Construction" as shown in Section 1.4.1-1 below. Additional activities 6 may be added to Levels I - 4 to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Execution" that delineates the activities associated with the various 9 components of the work. 10 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.I below. Contractor will include additional milestones representing 13 intermediate deliverables as required to accurately reflect their scope of work. 14 15 F. Schedule Activities 16 Activities are the discrete elements of work that make up the schedule. They will be 17 organized under the umbrella of the )VBS. Activity descriptions should adequately 18 describe the activity, and in some cases the extent of the activity. All activities are 19 logically tied with a predecessor and a successor. The only exception to this rule is for 20 "project start" and "project finish" milestones. 21 22 The activity duration is based on the physical amount of work to be performed for the 23 stated activity, with a maximum duration of 20 working days. If the work for any one 24 activity exceeds 20 days, break that activity down incrementally to achieve this duration 25 constraint. Any exception to this requires review and acceptance by the City's Project 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Order is issued by the City, the impact is incorporated into the previously 30 accepted baseline schedule as an update, to clearly show impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 33 following: 34 35 1. Time extensions associated with approved contract modifications are limited to the 36 actual amount of time the project activities are anticipated to be delayed, unless 37 otherwise approved by the Program Manager. 38 39 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 40 the date of receipt of the approved Change Order. 41 42 3. The changes in logic or durations approved by the City are used to analyze the impact 43 of the change and is included in the Change Order. The coding for a new activity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity ID. Use as many activities as needed to accurately show the work of the 46 Change Order. Revisions to the baseline schedule are not effective until accepted by 47 the City. 48 49 50 H. City's Work Breakdown Structure CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD SPECIFICATION 1920 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 WBS Code WBS Mamie XXXXXX Project Name XXXXXX.30 Resign XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design X_ X X.30.50 Environmental XXXXXX.30.60 Permits XX)OM.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - 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 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity II) Activity Manic Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting 41 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting 92 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD SPECIFICATION 1920 Revised J ULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 2 Water & Sewer 3 3330 Conduct Design Public Meeting #3 (if required) 4 3360 Final Design Complete 5 ROW & Easements 6 4000 Right of Way Start 7 4230 Right of Way Complete 8 Utility Relocation 9 7000 Utilities Start 10 7120 Utilities Cleared/Complete 11 Construction 12 Bid and Award 13 8110 Start Advertisement 14 8150 Conduct Bid Opening 15 8240 Award Construction Contract 16 Construction Execution 17 8330 Conduct Construction Public Meeting 94 Pre -Construction 18 8350 Construction Start 19 8370 Substantial Completion 20 8540 Construction Completion 21 9130 Notice of Completion/Green Sheet 22 9150 Construction Contract Closed 23 9420 Design Contract CIosed 24 1.5 SUBMITTALS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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 support to the City's Project Manager. The City reviews and accepts or rejects the schedule within tent workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xes, .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 .xls or .xdsx 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. CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD SPECIFICATION 1920 Revised JUL'Y 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 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 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist 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 issuing (w thin fve 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 best deny of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form 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 information is missing or incomplete, the Project 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 reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH STANDARD SPECIFICATION Revised DULY 20, 2018 Lake Worth Trail Phase lA 1920 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 2 following the steps outlined in Specification 00 32 15.4 Construction Project 3 Schedule Submittal Process. 4 Once the project has been completed and Final Acceptance has been issued by the 5 City, no further progress schedules or construction status reports are required from 6 the Contractor. 7 1.6 ACTION SUBIVITTALS/INF'OR IATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY.' ASSURANCE 11 A. The person preparing and revising the Contractor's Project Schedule shall be 12 experienced in the preparation of schedules of similar complexity. 13 B. Schedule and supporting documents addressed in this Specification shall be prepared, 14 updated and revised to accurately reflect the performance of the Contractor's scope of 15 work. 16 C. The Contractor is responsible for the quality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.10 DELIVERY, STORAGE, AND HANDLING fNOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 11.12 WARRANTY [NOT USED] 21 1.13 ATTACH MENYS 22 Spec 00 32 15.1 Construction Project Schedule Baseline Example 23 Spec 00 32 15.2 Construction Project Schedule Progress Example 24 Spec 00 32 15.3 Construction Project Schedule Progress Narrative 25 Spec 00 32 15.4 Construction Project Schedule Submittal Process 26 27 28 HAFT 2 - PRODUCTS [NOT USED] 29 PART 3 - EXECUTION [NOT USED] 30 END OF SECTION 31 32 33 34 CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD SPECIFICATION 1920 Revised JULY 20, 2018 00321s-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARV OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD SPECIFICATION 1920 Revised JULY 20, 2018 00 35 13 BID FORM Page 1 of 10 SEC710K 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required 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 applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/ClQ.pdf http://www.ethics.state.tx.us/forms/CiS.pdf ❑ CIQ Form does not apply 21 CIQ Form is on file With City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply 0 CIS Form is on File With City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Cole Construction Inc. By: Kenne me 10315 Alta Vista Rd Signature: Fort Worth TX 76244 Title" President END OF SECTION CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workb.... As 00 41 00 BID FORM Page 2 of 10 TO: The Purchasing Manager clo: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No.: 1920 SECTION 00 41 00 BID FORM Lake Worth Trail - Phase 1 Arrow S Park to Marion Sansom Park Units/Sections: Base Bid STA 9+83 - STA 159+100 Bid Alternate 1 - Trailheads Bid Alternate 2 STA. 159+00 to STA 206+84 Bid Alternate 3 Allowance 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgemefrnts and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workb.... As 00 41 00 BID FORM Page 3 of 10 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. 3. Quatificationi The Bidder acknowledges that the following work types must be performed only by qualified contractors and subcontractors: a. Concrete b. Grading c. Plumbing d. Electrical e. Crane Operations f. 9• h. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 275 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_131d Proposal Workb.... xls 00 41 00 BID FORM Page 4 of 10 6. Total Bid Amount 6.1. Bidder Will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Bid Items Total Base Bid Alternate Bid 1 Alternate Bid 2 Alternate Bid 3 Total Bid 7. Sid Submittal This Bid is submitted on December 5th, 2019 Respectfully Miffed, By: (Si nature) Kenneth Thorne (Printed Name) Title: President Company: Cole Construction Inc Address: 10315 Alta Vista Rd Fort Worth TX 76244 State of Incorporation: Texas Email: ken aacolecon.com Phone: 817-431-9636 END OF SECTION $2,234,834.00 $75,306.00 $1,767, 574.00 $181,000.00 $4,258,714.00 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: TAV Addendum No. 2: TAV Addendum No. 3: TAV Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 DO_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workb.... As BID TAB FOR LAKE WORTH TRAIL PHASE 1A, DECEMBER 5, 2019 Guarantee: BB -Sid Bond CC -Cashiers Chk CTC-Cert Chk Addenda Acknowledged Project Manager: Carlos Gonzalez Project Item Information Bidlist Item Desc iption Base Bid STA 9+83 - STA 159+100 Unit 1 General Unit 2 Erosion Control Specification I Unit of I Bid Section No. Measure ouanti . . .... ........ Yes Yes Cole Construction, Inc. 10315 Alta vista Rd Fort Worth, Tx. 817-43T-9636 Unit Price I Bid Value 01 7000 LS 1 $100,000.00 01 71 23 _-____ LS _.... 9 _ ..... 1 ... ...... $12,000.00 _.._._ . _$600.DD.0 ._...... 5..81 3 01 EA 2 34 71 13 L5 1_ $8,000.00 32 01 90 L_S 1 $16,000.00 $10 000.00 31 0000 LS 1 $8,000.00 31 00 00 LS mm 1 ^mm m$1 06,000.00 9 Stone Sediment Outlet Traps - (See EC1.03, EC1.07, EC1.1 D) (DT-5) 31 3700 EA 4 $400.00 10 12" Diameter Filter Soxx - (See FC1.01 - FC1.10) 31 25 OD LF 5,480 $5.20 11 8' Diameter Filter Soxx - (See EC1.01 - EC1.10) 31 2500 LF 9,492 $4.50 12 Construction Lntrances - (Soo EC1.01, EC1.10) (DT-5) 31 3700 FA 2 $1 000.00 13 Haymulch (Provided By Owner, Labor toPick-up + Install) (See EC1.01 - EC1.10) See Drawings SF 126,950 $0 2D 14 Hyrdomulch Seed Mix - (See EC1.01 - EC1.10} _ 32 92 13 SF 153,360 $0.10 15 SOGd Sod - (Common Bermuda) (See EC1.07, EC1.10) 32 92 13 SF 3,145 $0.60 Unit 3 Trail _ 16 v. _ . _ _._ _.. ____d . Removal Concrete Sidewalk - {See EC1.01 - EC1.10} _ __...._-._� ....._ .... 02 41 15 ... SF _ .. .._. 65 $4.00 _ 17 As . ......... ..._...._ _. __.. _ _ 18 .._.. Miscellaneous Saw Cutting - (See DM1.01 - DM 1.05) .__ lh _ _ _ _ , 0241 15 ....._ ....._,..... LS .. 1 $890.00 __.. 19 5" Thick Concrete Pad - (See L1.02) 32 13 13 SF 450 $6.00 6 20 - _ _ Trail Lxcavation - (See GR1.01 - GR1.12) -__ _ ___ .____ __.. _ ._ _ _ _. _. . _._ _..._.... 31 1000 _ -2-4---00 Cy 7,20D ..... . $15.00 21 Trail Embankment - (See GR1.01 - GR1.12) 31 24 00 CY 2,500 $15.00 22 Borrow for Embankment - (See GR1.01 - GR1.12) . _. . .. _ 31 2323 Cy 5,000 $34.00 23 Material Haul Off and Rock Disposal . .. CY 4 700 - $26.00 24 Concrete Trail 10' Wide (Including Subgrade Prep) - (See L1.01 - L1.12) (DT-2) 32 13 13 SF 150,300 $5.40 25 Finish Grading on Sides of Tra1 - (See GR1 01 - GR1.12) _ LS_ 1 $45,000.00 26 Trail Markers Stamp - (See L1.01, 1_1.04 - L1.06, L1.08 - L1.12) (DT-1) See Drawings EA 11 $180.00 27 Intergral Color for Trail STA.98+25 - STA.101+05 - (See L1.08) 033519 SF 2,620 $1.00 Curb for Exng Ret. Wall Interface(See L1.08) See Drawings LF 135 $232.00 _ Unit 4 IMseellaneous Improvements 29 Handicap Ramps - (See L1.02 - Lt.11) TxDOT 529 FA 4 -_k--- 30 _.._ _�..._. -._._.._.. .__ .......... _.. .. .-_..."'__... _.. _..... Detectable Warnings - (See L1 A2, L1.D4 - L1.06, L1.11) TxDOT 529 EA .... _ 12 . _ 31 _ -____ ___ L1... __. Pedes#rian Crossing Signage - (See Lt.02, L1.04 - L1.06, L1.11} , TxI7pT 644 EA 12 32 . �..... ... .................. .. Concrete Curb and Gutter - (See L1.02) _ TxDOT 529 _.._.__._ _. LF _. . 70 33 Split Rail Fencing - (See 1-1.02, L1.03, L1.05, 1-1.06, L1.12) (DT-3) 3231 29 LF 1,283 34 Low Water Crossing - (See 1-1.06) (DT-4) See Drawings EA 4 _ $8 35 Concrete Driveway Roccnstruction (Soo L1.08) 32 13 13 LS 1 $2 36 Mailbox Re -Location - (See L1.08) . � _ �_ _ See Drawings LS � _...., 1 $1 7 37 v Pavement Markings - (See L1.02, L1.04 - L1.D6, L1.11) TxDOT 666 LS 1 $fi 38 Existing Manhole Adjust 33 05 14 EA 6 39 _ _g ....... _ __ Existin Meter Ad'ust _...... __.. 3305 14 EA 6 40 48" RCP - (See S-8) 3341 10 LF 33 41 48" Headwall - (See S-8) 33 49 4D EA 4 W _. 42 _._ - -_ 12" RCP - (See S-8) _ 3341 10 LF 40 43 12" Headwall - (See S-8) _ 33 49 40 EA 1 44 in _. _.. m mm 6' Chain.ink Fence {See L1.03) __ _- 31 13 LF 210 45 . Steel Bollard - See L1.01 �.. ! . See Drawings EA 1 ...._ 46 ._,._ ... _.... _ H-post and Cable Fencing Repair_- (See L1.01, L1.02) (DT-1) 3231 26 LS 1_ 47 42" Metal Guardrail- (See L1.09, L1.12) (DT-3) _ _ 05 50 00 LF 120 _ 48 113ridge "Non-Vohicular Signs" - (See L1.06, L1.12) mmmm mm mm mm - See Drawings EA 4 9 $7 $1,400.00 $104.00 $380;0C $tA6,�04 0b 517 fmn GQ $1.2D0.01) $a om-M s m,.1300 i10 $10,tt04 W Sls. tFpG {It1 5t4$.4Q0.00 $1.644.m $24,4915 4Q $42,714.110 ,IEN.4C 325,3� 00 $Irrl l� "Po }+QA7A !;Zs'S.QA "W. 0[I V750 Lo &1013.0w.&D !37 501J.00 gt ei.L}nbno $1 $3,2&0.Oa y} ago.OD $4.1W DIP SU5 0 AO #SW;496.00 $.tea. 00Q,00 5� d40,00, S I,�GO.OD $if,Fi50 Qtl $3,5kQ�i1 $960.00 , WQ.ua 54.4013.00 5T.600 OG 16,3Q0 00 S7f>o Lau 51.41141 N1 $f2.4d4 (vi 51.520 U^ 11 ....... ............ ..... I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fo Revised 20120120 AWARD OF CONTRACT - LAKE WORTH TRAIL PH.2. 12-95-19.,& BID TAB FOR LAKE WORTH TRAIL PHASE 1A, DECEMBER 5, 2019 Cmaramee: BB -Bid Bond CC -Cashiers Chk CTC-Cert Chk Yes Addenda Acknowledged Yes Project Manager: Carlos Gonzalez Cole Construction, Inc. Project Ttem Information 10315 Alta vista Rd Fort Worthy Tx. 817-431-9636 Bidhst Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantify Unit 5 ... _i__ _.. . ................ .. ........ ................... Strucural Improvements .. __.. ... _. __....._._.,._......_ . .._.. .,,....._....,,,.._..__...._.........._................... ........ 49 Pedestrin Bridges (Provided By Owner, Labor to Install) - (See S-2 - S-5) _ See Drawings EA _ 2 $18,000.00 $$0.000 0 50 Bridge Abutments - (See 5-22 - S-5) 03 30 00S CY 25 $1,400.00 35:D90 00 51 Drilled Shafts - (See S-2 - S-5) 03 63 295 LF 145 $118.00 $1T,1 I0 qp 52 Segmental Block Retaining Wall (Including Cap) - (See S-10) See Drawings SF 4,900 $49.00 $24+0,140.00 53 Retaining Wall Drainage - (See S-10) _ . See Drawings LS 1 $27,600.00 17330X]=00 Base Bid Total 1223#_804 Bid Alternate 1 Trailheads i{liscellaneous Improvements Unit 1 _ 1 2 x2 x5' Cut Limestone Boulders - (See Li 07 L1.11} (DT-4) _ _m mm Se _o_ Drawings - _ �F� 22 $1 800.00 �3#,60{1 Q0 2 Plaza Pavement (6" Thick, Sawcut Grid Pattern) - (See L1.D7, L1.11) (DT-4) __- _____ _. --mm 32 13 13 _ . _...... - _ SF _ ._ _ 77D $7.00 - _ $3,394 00 3 ..... n 6' Sench (Including Installation) - (See L1.07, L1.11) (DT-4) ......... _.. _._ _ ......... ........ ......... 11 67 13 EA ..__...._ 2 $1,400.00 ......... SLF,8L3a.ao 4 Drinking Fountain (Including installation and Sump) -- (See L1,07, L1.11, C1.01) (DT-4) 1167 13 LA 2 $7,600.00 515.200.4u 5 V Water Line - (See C1.01) 33 12 10 LF 84 $9.00 5f556 �0 6 - Water Main Tap - (See C1 :01 } _ 33 1225 EA 2 $2,100.00 84, M.W 7 Trash Receptacle (Including Installation) - (See L1.07, L1.11) (DT-4) 11 67 13 EA 2 $880.00 $1,764 00 8 Solar Light (See DT- 6) - - See Drawings EA 2 $2 800.00 $,BTr@ Bid Alternate 1 Total $75 %,31 H, Unit 1 General 1 Construction Stakingand Survey -- _ _ 01 71 23 - LS 1 _ $2�400,00 _ 2,400.0C ... 2 m Project Sign _ m _. __� �. __� 01 5813 EA -- ._ 1 - $700.00 . m__ $700.00 4 Tree Pro#ecion (as shown in drawings) - (See_DM1.D6mm DM1.07) (DT-3) 32-0-1-9- D � LS_ 1 �$5,2D0.00 � $5 20D.00 5.__..- Temporary Watering ....... _ ........ . ..__.. .......... _. ......_ 33 04 30 _ LS _ 1 $7,200.00 $7,200.00 6 Miscellaneos Demo - (See DM1.06 DM1.07) 31 0000 LS 1 $5,200,00 $5,200.00 7 Clearing and Grubbing -_ _._ _.. _.. 31 0000 LS Unit 2 Erosion Control 8 Stone Sediment Outlet Traps - (See EC1.13) (DT-5) ......_ . _ _. 31 37 00 _.. . EA 1 _.. $500.00 _ $500A0 _ ....... 9 _... _ _- . _... 12" Diameter Filter Soxx - (See FC1.11 - FC1 m13) 31 25 OD _ LF 6 180 _ $5.20 _ $32,136.00 10__ Construction Entrances- (See EC1.11) (DT-5) 31 37 00 EA 1 $1 200.00 $1,200.00 11 Haymulch (Provided By Owner, Labor to Install) -(See EC1.11 - EC1.13) See Drawings SF 112,285 $0.20 $22,457.00 12 Hyrdomulch Seed Mix - (See EC1.11 - EC1.13) 3292 13 SF 2,400 $0.08 $192.00 Unit3 Trail 13 Asphalt Removal - (See DM1.06 - DM1.07) ..... ............. 0241 15 .. SF .... .... 10 _ .._ _._..__. $10,00 .. $100.00 14 Miscellaneo_us Saw Cutting - (_See DM 1.06 - DM 1.07) _ 0241 15 LS _ 1 $80.00 _ _$80.00 15 Trail Excavation -(See GR1.13 - GR1.16) 31 1000 CY 4,760 $15.00 $71,400.00 16 Trail Embankment -'(-See GR1.13 - GR1.16) -_ _ __ .�.. 31 24 00 ...u.._... CY ..... 2,501 $15,00 __. . $37.515.00 _0 Ti Borrow for Embankment - (See GR1.13 - GR1.16) 1_2 31 23 23 CY ,00 2,000 $36.00 0 $72,D00.00 18 _ . Material Haul Off and Rock Disposal -- - ... _ _._ _.. _ _ _. _ _ .......... _.. CY _ _ __ 2,260 . � -_. $26.00 $58,760.00 . __._ 19 Concrete Trail S Wide (Including Subgrade Prep) (See L1.13 - L1 16) (DT-2) 32 13 13 SF 38,240 $5 10 $195 024.00 20 Finish Grading on Sides of Trail - (See GR1.13 - GR1,16) _ _ _ __. .__.._ _.... ....... .. 31 10 00 ........ LS _.. ... .. 1 $24,000,00 _ $24,000.00 _...._.--....,_,.. 21 Trail Markers Stamp - (See l_ 4 - L1.16) (DT-1) See Drawings EA 3 $180.00 $540.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Foau Pen d 20120120 AWARD OF CONTRACT - LAKE WORTH TRAIL PH2. 12-05-19..h BID TAB FOR LAKE WORTH TRAIL PHASE 1A, DECEMBER 5, 2019 Guarantee: BB -Bid Bond CC-Cashicrs Chk CTC-Cert Chk Yes Addenda Aclalowledged Yes Project Manager. Carlos Gonzalez Cole Construction, Inc. Project Item Information 10375 Altavista Rd Fort Worth, Tx. 817-431-9636 Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No __...._.......__._...-_......_._. _._. Section No. Measure Quantity Unit4 ........__.___...._._......_..._ ... _.._..._._._... ......... Miscellaneous Improvements ......... _ ............. .._.........---.._...... _._.._._..........._,,,.....,... ._..._______..._. 22 ........_ ..__.. Split Rail Fearing - (See L1.16) (DT-3) _._ _ 32 31 29 LF 40 $30 00 $1,200.00 23 Detectable Warnings - (See L1.13) TxDOT 529 EA 2 $1,240.00 $2,480.00 24 Pedestrian Crossing Signage - (See L1.13) TxDOT 644 EA 2 $380.00 $760.00 25 Low Wafer Crossing -(See L1.15) (DT-2) .... .__ S. 26 Pavement Markings- (See L1.13) TxDOT 666 LS 1 _...... $2,800.00 $2,800.00 27 4 Metal Guardrail -(See L1.15, L1.16) (DT-3) 05 50 00 LF 446 $104A0 $46 38, .00 2$ Bridge "Non -Vehicular Signs" - (See L1.13) See Drawings EA 2 $380.00 $760.00 Unit 5 Structural Improvements -- 29 _ ._ -_ - — Pedestrin Bridges (Provided By Owner, Labor to Install) - (See S-6 - 5-7) See Drawings EA .. ......... 1 $18,mo.00 ........ $18,000.00 30 Bridge Abutments - (See S-6 - S-7) 03 30 00S CY 12 _ $_I 400.00 31 ....._.. Drilled Shafts - (Se - S 7) e S 6 �. 03 63 295 LF 112 $118.00 $13,216.00 32 Segmental Block Retaining Wall (Including Cap) - (See S-10) See Drawings SF 22,245 $46.00 $1,023,270.00 33 Retaining Wall Drainage (See S-10) See Drawings LS 1 $11a 009-0— $1 88909.00 Bid Alternate 2 Total $1.798.274.00 _ Unit 1 - Allowances 1 Allowance 1 NA LS 1 $1,000.00 Ifi t00.00 2 Allowance 2 NA LS 1 $2,500.00 $2.5�D C-0 3 _.__w_ All3 __., _--.......... NA LS 1 ____... $5,000,00 _ 18.10DD_00 4 Allowance 4 NA LS 1 $7,500.00 Si 5p0.0:1 5 Allowance 5 ___NA_ NA _ .L5— _'l_ $10 000.001d,4firJ,0U 5 Allowance6 NA LS 1 $15,000.00 $15.Dol)Oil 7 Allowarce 7 NA LS 1 $20,000.00 1120.i1QO N 8 Alowance 8 NA LS 1 $30,000.00 33t7.ana OU 9 Allowance 9 NA LS 1 $40,000.00 'S+40,GOU Uri 10 Allowance 10 NA LS 1 $50,000.00 E50,000 00 Bid Alternate 3 Total 5ta 1.wlI"Dn j Base Bid Total.2e,534 001 BidAternate 1 Total $TS,3i3E.U0 I.Bid Alternate 2 Total Bid Alternate 3 Total 3181.0aci. U0 Total Bid f�:4s1. r4D d� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Rcywd 20120120 AWARD OF CONTRACT - LAKE WORTH TRAIL PH.2, 12-05-19..k SECTION 00 43 113 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 8 of 10 That we, Company Name Here , known as "Bidder" herein andhl;W„ I =:,r 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 Dive percent (5%) of Bidder's maximum bid price, in lawful money of the United 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 project designated as Lake Worth Trail - Phase 1 Arrow S Park to Marion Sansom Park 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 all requirements and conditions 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 fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall -be used tocompensateCity for the -difference -between - Principal's total bid amount and the next selected bidder's total bid amount. 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. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of 12019. ATTEST: Witness as to Principal PRINCIPAL: BY: Signature Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workb... As 00 43 13 BID BOND Page 9 o€10 Address: SURETY: BY: Signature Name and Title Address: Witness as to Surety Telephone Number: Attach Power of Attorney (Surety) for Attorney -in -Fact Note: It 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. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workb.... As 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 10 of 10 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount louver than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of - -. -- .. ! .I - , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER - Cole Construction Inc By: Kenn horne 10315 Alta Vista Rd ignature) Fort Worth TX 76244 Title: President Date:' LEND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 4313_00 42 4300 43 37_00 45 12_00 3513_Bid Proposal Workb.... As 004511-1 BIDDERS QUALIFICATIONS Page 1 of 3 SECTION 00 45 11 2 BIDDERS QUALIFICATIONS 4 1. Summary. All contractors are required to be qualified by the City prior to submitting bids. 5 To be eligible to bid the contractor must submit Section 00 45 12, qualification Statement for 6 the work type(s) listed with their Bid. Any contractor or subcontractor who is not qualified 7 for the work type(s) listed must submit Section 00 45 13, Bidder Qualification Application in 8 accordance with the requirements below. 9 10 The qualification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Qualification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Qualification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxi)errnit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial qualification. These resumes should include the size and scope 37 of the work performed. 38 e. Other information as requested by the City. 39 40 2. Qualification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 0045 11 -2 BIDDERS QUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 qualification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Qualification Application. A Bidder Qualification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking qualification. The schedule must include 42 the manufacturer, model and general common description of each piece 43 of equipment. Abbreviations or means of describing equipment other 44 than provided above will not be accepted. 45 46 3. ]Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's qualification. 48 b. The City may reject, suspend, or modify any qualification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the qualification approval. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 004511-3 BIDDERS QUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid qualification letter, the contractor will be eligible to bid the 2 qualified work types until the expiration date stated in the letter. 3 8 END OF SECTION W, CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 4 5 6 7 H 004512-1 QUALIFICATION STATEMENT Page 1 of I SECTION 00 45 12 QUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the qualified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Qualification Type Contractor/Subcontractor Company Name Expiration Date <List Manor Work Type> <List Major Work Tvpe> <List Major Work Type> 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently qualified for the work types listed. 11 1l: 111 kn 1 13 14 15 Company 16 17 18 Address 19 20 21 City/State/Zip 22 23 24 W In (Please Print) Signature: Title: (Please Print) Date: END OF SECTION CITY OF FORT WORTH bake Worth Trail Phase ]A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 FORT WORTH SECTION 00 45 0 BIDDER QUALIFICATION APPLICATION Date of Balance Sheet Cole Construction Inc. Name under which you wish to qualify Not Applicable Post Office Box City Mark only one: 10315 Alta Vista Rd Fort Worth TX 76244 Street Address (required) City Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code State Zip Code 817-431-9639 817-379-5258 ken@colecon.com / tadd@colecon.com Telephone Fax Email 175-241-62660 Texas Taxpayer Identification No. Federal Employers Identification No. 150795867 DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER QUALIFICATION APPLICATION" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 9 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 1 and/or Block 2 is checked) V I Has fewer tban 1.00 employees and/or Has less than $6,000,000.00 in annual gross receipts OIL ❑ 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 shall or large business is not a factor in determining eligibility to become qualified. 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-inehes and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1.920 Revised .December 20, 2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 9 ❑ CCTV, 48-inches and smaller CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 004513-4 BIDDER PREQUALIPICATION APPLICATION Page 4 of 9 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Narks 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 1.5,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 9 Note: We own all of the following Listed equipment, but we can rent any & all Equip in case of Breakdown/Repair 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER Trenchers Ditch Witch Rental Concrete Equipment Rental One 1 Sunbelt Rental Water Pumps, Generators Sm Power EQ. Rental One 1 Sunbelt Rental Large Excavating & Earthmoving Equip Bob Ward Equip & Udelson Equip Co Trench Safety Equipment & Plans United Rentals Shoring & Safety Equipment Skid Steers and Mini Excavators Rental One 1 Sunbelt Rental Owned Equipment List is Attached at end of Bid Qualification 2. How many years has your organization been in business as a general contractor under your present name? 12 years (as Cole Construction, Inc.) List previous business names: 22 Years (as Sprinkle `N Sprout Irrigation/Landscape, Inc.) How many years of experience in 34 Years had: construction work has your organization (a) As a General Contractor: 32 Years (b) As a Sub -Contractor: 34 Years 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 $2,384,865.10 Park Trails 7/24/15 City of FW Joel McElhany CFW PARD $1,334,646.00 Park Trails in Progress City of Plano Texas Andrew Charlton, JE Dunn Construction, Dallas TX $1,331,246.00 Walks Walls 4/1812018 Fort Worth TX Texas Christian University - Robert Sulak $1,189,654.00 Parrs Reconstr jet 3/1412017 City of FW, TX Gary Kutilek, LA - The Landscape Alliance $656,000.00 Trails Walks 8/1812019 City of Keller, TX Bob Stoffels, Dunkin, Sims, Stoffels LA $4237,072.00 Conc Parking 4/18/2019 City FW Aviation Dept Brandon Beville, Garver Assoc Engineers Veterans & Memorial Parks conc P ng 10/14/17 Town of Trophy Club Philip Varughese, Teague Nall Perkins Eng *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? No If so, where and why? Not Applicable 6.IHas any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? No If so, state the name of the individual, other organization and Not Applicable 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? fro If so, state the name of the individual, name of owner and reason. Not Applicable S. In what other lines of business are you financially interested? Construction as GC & subcontract on Landscape & Irrigation Projects as Sprinkle N Sprout Landscape & Irrigation CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 9 9. Have you ever performed any work for the City? Yes, completed several Park & Concrete Construction Jobs If so, when and to whom do you refer? City of fort worth PARD, TPW, Aviation & Capital Improvement Divisions 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS Site One Landscape & Irrigation Supply 4733 Keller Haslet Rd Fort Worth, TX 76244-8108 RCI -Ready Cable Steel & Conc Accesor' s 4416 Keller Hicks Road Fort Worth, TX 76244 Cowtown Concrete - Ready Mix Concrete PO Box 162327 Fort Worth, Texas 76161 Whitecap Supply - Cone Accesories 2037 E. Lancaster Fort Worth, TX 76103 Ferguson Enterprises - Fort Worth 2700 N O Connor Rd, Ste 102A, Irving, TX 75062 Longhorn Supply - Landscape & Irrigation Box 59929, Dallas TX.75229 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm, none, not applicable 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY Kenneth Thorne, President President 52 Years Gc&S.1, ;ecs1k1.4MWe President, PM Eileen Banke Office Mgr Ace Pay 32 Years Ge&Sub Projects lkto4MSme Ace Pay /Ace Recievable Tadd Vinson Chief Estimator 33 Years GC& Sub Projects 1 k to 4M Size Chief Estimator of Project Jose Landeverde Project Mgr. 20 Years GC& Sub Projecis1kte2MSize Project Manager Jose Lopez Project Mgr. 28 years GC&SubN.j-[s,kto2MSize Project Manager Victor Duran - Project Mgr. 28 Years GC& Sub Pro;ectslkto2MSize Project Manager 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. none, not applicable CORPORATION BLOCK PARTNERSI4TP BLOCK If a corporation: Cole Construction Inc. If a partnership: N/A Date of Incorporation March 3rd, 1985 State of Organization Charter/File No. 0122225700 Date of organization President Kenneth Thorne, President Is partnership general, limited, or registered limited CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 9 Not Applicable Vice Presidents Not Applicable liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Not Applicable Treasurer None Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: NIA State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partnners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 14. Equipment 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 9 TOTAL ITEM- QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 Please See Attached Equipment List (Owned Equipment) 2 Next Sheet 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. If your firm has more than 30 types of 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 Iist 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 seeping qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 Cole Construction, Inc. Equiptttent List Noveni 2012 EgUIPMENT #1MAKEWODEL SERIAL # DESCRIPTION E ui ment:562 - 1998 Case 570 Loader JJGC225085 570LXT 1998 Case 570 Loader E uipmeni - 1995 Catfiriller Backhoe 416C 1998 Cati iller Backhoe BACKHOE LOADER E g.i primerti586- Ditch Witch Trencher 3510 3KI050 Ditch Witch Trencher 3610 Equipmert:W7 - Ditch Witch Trencher 3610 30455 Ditch Witch Trencher 3610 3510 TRENCHER WIDEUTZ DIESEL E ui ment:568- Ditch Witch 3610 Trencher 3K7161 bitch Witch 3610 Trencher E u ent569 - Ditch Witch Trencher 3610 3610 Ditch Witch Trencher 3610 3610 TRENCHER & ATTACHMENTS E ui men1:570- Diteh Witch Trencher 4010 409717 Ditch Witch Trencher 4010 E uipment571 - Ditch Witch 6510 Trencher SDI 554 Ditch Witch 6510 Trencher E ui meriu573 - 1998 Hydro Mulcher 7dr LT-120 Gi #1248RUA 1998 Hydro Mulcher Tdr Equipment574- 1997 John Deere 2650 Tractor 779909 1997 John Deere 255C Tractor L uipment:575 -2001 Jahn Deere 1445 Front Mower TC1445DOI 1556 2001 John Deere 1445 Front Mower 1445 FRONT MOUNT COMM'L MOWER E ul ment576 - 2002 John Deere 5520 4wd Loader LV5520P156316 2002 John Deere 5520 4wd Loader PLATFORM TRACTOR Equipmen1:577 - 1998 Kubata L35 Tractor 64401 199E Kubata L35 Tractor E ui ment:578 - 1899 KUBOTA L545CHDTW TRACTOR 61730 191 KUBOTA L5450HOTW TRACTOR TRACTOR AND ATTACHMENTS EquilenumtS79 - 1999 KUBOTA F265OF Mower 80819 1999 KUBOTA F2650E Mower Equi ment580 - 1999 KUBOTA B21 Trcir & Backhoe 51949 1999 KUBOTA B21 7rctr & Backhoe E ui ment:581- 2000 KUBOTA B21 TrctrlLoader 53685 2000 KUBOTA 1321 TrctdLoader Equipmeiri =2001 KUBOTA B21 Tractor 60284 2001 KUBOTA B21 Tractor E u eni- 2005 CATERPILLER SKID STEER LOADER PDT02490 CATERPILLER SKI D STEER LOADER E ui ment:588. 2002 Kubata M49005DF TRAC70R 52477 Kubala M49DCSDF TRACTOR E ui ment590 -2C05 CTAERPILLER Puri 2006 GTAERPILLER SKID STEER LOADER MODEL 262B E i roam 1 -2006 DITCH WITCH 2O06 2006 DITCH WITCH Equipment593 - 2000 KUBOTA M4900 2000 KUBOTA FRONT LOADER AND MOWLRATTACHMEN E ui ment:594-KUS07A L3010D KUBOTA FRONT LOADER AND ATTACHMENTS E ui menI-2006 DITCH WITCH CMWRT36XJ70000141 2006 DITCH WITCH-RT-36 E ui men1:602 -ALLMAND ARROW BOARD 0491AL105 ALLMAND ARROW BOARD EquTment:603-ALLMAND ARROW BOARD 0491AB05 ALLMAND ARROW BOARD Equipment:613 981 TDYOTA PORK t IFT FGL18-23825 1961 TOYOTA FORKLIFT Equipment605-62"Z MASTER TORO 220001213 62"Z MASTER TORO LAWNMOWER Equipmeot606-44"7 MASTER TORO 210000719 44"Z MASTER TORO LAWNMOWER Equipment807-60" XMARK L Z27KC604 6C" XMARK Equipmen1-6C8 -72" GROUND MASTER VSC-4111-5005-A 72" GROUND MASTER Equ'rpment609- 72" GROUND MASTER 05142-LC6RK 72" GROUND MASTER Erimpmant610- INGERSOLLRAND AIR UNI7 2489SBUA1221 INGERSOLLRAND AIR UNIT DIESEL MCTOR M#PIES JD 1999 Equipment612John Deere 310J Backhoe T0310JX162484 John Deere 310J Backhoe Equiprrent613-VEMFFR CHIPPER 1 URC1412851 0051461250BO VEMEERCHIPPER Equip ment.614-TL1507AKEUCH TRACK LOADER 203811 TL180 TAKEUCH TRACK LOADER IBUCKET Equipm-1:615- TL150 TAKEUCHI TRACK LOADER 225641 71-160TAKEJCHI TRACK LOADER Equipment:616-JOHN DEERE 293OA-Z TRAK 60"MOWER TC93CARDIDICG JOHN DEERE 2930 A TRAK 60"MOWER Equipment:617-John Deere Ouiktrak Mower TC647AX060058 John Deere guiktrak Mower 647A Equipriam 8 - KABOTA KX713 12166 KABOTA KX71-3 TRACKHOEEXCAVATOR Equipment:619-222 Vermeer Stump Grinder 619-222 Vermeer Stump Grinder Equipment620 - JOHN DEERE SKID STEER 2011 DAC130197588 32D SKID LOADER Equipment:621 JOHN DEERE SKID STEER 2011 170332DAAB0197651 332D SKID LOADER Equipment:622-2010 Ditch Witch RT36 CMWRT36XHA0000171 Equipment Trencher Equipment:623- 2012-210K Landscape Loader -John Deere T8284BB721020 21 UK Landscape Loader Equipment 624- Caterpillar mode€#416F 4S Senai#OKSF01108 Backhoe Loader- Caterpillar model 9416F 4S Equipment: 625- Ditch Witch Trencher RT24 SN CMWRT24XVE000f053 Ditch Witch Trencher RT24 Equipment:626- Somag Pad Feet Compactor (Roller)BWI77 SN0901561551084 Boma9 Pad Feat Comp—le,(Roller) BW177 Equipment: 627 - Mini Excavator -Takeuchi 2007 15520474 Mini Excavator -Takeuchi 2007 Equipmerd:628 - Mini Excavator Takeuchi TU015 11 el2640 Equip #628 - 20D7 -Mini Excavator Takeuchi Model TED16 SKI 1612540 Equipment:629- Kubota- 13-26-4WD Tractor 54775 Equipment #829 - Kobota 2-26 4WD Tractor Serial *54775 Equipment',630- 2C08 Roller Single Drum Smooth 199383835481 RA 630- 2008 Roller -Single Dr.. Smooth Make: Volvo Model: SD45D Serial #199383 835481 RA Equipment:63I - Kubata Tractor-108217 53422 631-Kubata Tractor- SN53422 Rope Model: wlBuckeOLeader 004513-9 BIDDER P'REQUALIFICATi ON APPI N A I11 N' Page: Ea Cyr 9 111ID ER QIikLI1FICATION AFFIDAVIT STATE OF GOUN -1 Y OF _ / ,d V -q _ The undersigned hereby declares that the foregoing is a true statement of Iiiie financial condition of the entity herein fir!�t named, as of the date herein first given, that this statement iw for the express purpose of inducing the party to whom it i� submitted to award the si.ibmitter a contract; and that the accountant who prepared the- balance sheet accornpatzying this report as well as and depositary, vendor or an) other agency herein named is hereby authorized to supply each party with any infonnation, while this statement is in force, accessary to verify said statement. being duly sworn, deposes and says that her sh a is the -s i p C of : t , r _ i .� ,.�.� •, . , the entity described in and m-hiO executed the foregoing statement that he/she is lam [liar with the b+ook5 of the said entity showing its financial condit ion; that the foregoing financial statement taken from the Nt i ks of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Qualification Application are correct and true as of the date of this affidavit. Firm Name., C"— L" I,—,- I - Signature: _ Sworn to before me thisMhm �— . day off , ' yFry `P�(Y Pie. EiLEE BAiNKE �—' z° rn Notary IDa7147459D1 � � My Corr 7, io .Expires I�'u1a� Public ''��f��� , it 14, z173 Notary Public Must not be an officer, direeior, or stockholder or relative thereof. CITY IV FORT WORTH fake Worth ] rail Phase 1A STANDA D CONSTRUCTION SPECIFICA [-ION 1 (—: .4rNv; 1920 Revised December X 2012 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 44073. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACT® 10 11 Company {Ple Pri 12 /��� 13 / � �-�' Signature: 14 Address 15 16 cJ % Li Title: 17 City/State/Zip 01 (Please Print) 18 19 20 THE STATE OF TEXAS § 21 22 COUNTY OF TARRANT § 23 24 BEF'QRE ME, the and si ed authority, on this day personally appeared 25 r_Vr , known to me to be the person whose name is 26 subscribed to the foregoi g instrument, and acknowledged to me that he/she executed the same as 27 the act and deed of 1&JZt4X for the purposes and 28 consideration therein expressed and in the capacity therein stated. 29 30 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 60 day of 31 120 _, , 32 33 �P4Y P EILEEN BANKE 34 Notary fa #125765901 35 ���� ray c prit 14, 2 rXP,reS Not Publ' in and for the State of Texas rf 9F tE Apri1 14, 2023' 36 - 37 END OF SECTION CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 004540-1 Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 POLICY STATEMENT 7 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 8 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 9 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 10 11 MBE PROJECT GOALS 12 The City's MBE goal on this project is 15% of the total bid value of the contract (Base bid applies to Park 13 & Recreation Department). 14 15 Note: If both. MBE and SBE subcontracting goals are established for this project, then an Offeror 16 must submit both a MILE Utilization Form and a SBE Utilization Form to be deemed responsive. 17 18 COMPLIANCE TO BID SPECIFICATIONS 19 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 20 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 21 1. Meet or exceed the above stated MLBE goal through XME subcontracting participation, or 22 2. fleet or exceed the above stated CBE goal through MBE Joint Venture participation, or 23 3. Good Faith Effort documentation, or; 24 4. prime Waiver documentation. 25 26 SUBMITTAL OF REQUIRED DOCUMENTATION 27 The applicable documents must be received by the Purchasing Division, within the following times 28 allocated, in order for the entire bid to be considered responsive to the specifications. Ile Off► mr shall 29 deliver the SiBE documvn-tatian iu perb[m to the appropriate employee of the purchasing division and 30 obtain a daterUmr, receip4. Sucli reccipt shall be evideni:e that ilia Cily re-ceivrd tl'le dmumeutstion in Ilie 31 dme allocated. A &xed and/ur eumAed copy MR not be arcelxted. 32 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 stated goal: date. 3. Good Faith Effort and Ireceived 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: I date. CITY OF FORT WORTH lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 9, 2015 1 2 3 4 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 004540-2 Minority Business Enterprise Specifications Page 2 of 2 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 5. Joint Venture ]Fora, if goal is met received no later than 2:00 p.m., on the second City busines,, or exceeded. day after the bid opening date, exclusive of the bid openinE 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 RID 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 Any Questions, Please Contact The NVWBE Office at (817) 212-2674. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9, 2015 Lake Worth Trail Phase IA 1920 00 52 43 - 1 Agreement Page I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 TIIIS AGREEMENT, authorized on February 18, 2020 is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 Manager, ("City"), and Cole Construction Inc., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 20 PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Labe Worth Trail Phase 1A Project No.CO11920 16 Article 3. CONTRACT PRICE 17 City agrees to pay Contractor for performance of the Work in accordance with the Contract 18 Documents an amount, in current funds, of Two million Four Hundred Ninety One Thousand One 19 Hundred Forty Dollars ($2,491,140.00). 20 Article 4. CONTRACT TUVI]E 21 4.1 Final Acceptance. 22 The Work will be complete for Final Acceptance within 275 calendar days after the date 23 when the Contract Time commences to run, as provided in Paragraph 2.03 of the General 24 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 25 General Conditions. 26 4.2 Liquidated Damages 27 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 28 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 29 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 30 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 31 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 32 instead of requiring any such proof, Contractor agrees that as liquidated damages for 33 delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars 34 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 35 Acceptance until the City issues the Final Letter of Acceptance. 36 Article 5e CONTRACT DOCUMENTS 37 5.1 CONTENTS: 38 A. The Contract Documents which comprise the entire agreement between City and 39 Contractor concerning the Work consist of the following: CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised 11.15.17 00 52 43 - 2 Agreement Page 2 of 5 40 1. This Agreement. 41 2. Attachments to this Agreement: 42 a. Bid Form 43 1) Proposal Form 44 2) Vendor Compliance to State Law Non -Resident Bidder 45 3) Qualification Statement 46 4) State and Federal documents (project speck) 47 b. Current Prevailing Wage Rate Table 48 c. Insurance ACORD Form(s) 49 d. Payment Bond 50 e. Performance Bond 51 f. Maintenance Bond 52 g. Power of Attorney for the Bonds 53 h. Worker's Compensation Affidavit 54 i. MBE and/or SBE Utilization Form 55 3. General Conditions. 56 4. Supplementary Conditions. 57 5. Specifications specifically made a part of the Contract Documents by attachment 58 or, if not attached, as incorporated by reference and described in the Table of 59 Contents of the Project's Contract Documents. 60 6. Drawings. 61 7. Addenda. 62 8. Documentation submitted by Contractor prior to Notice of Award. 63 9. The following which may be delivered or issued after the Effective Date of the 64 Agreement and, if issued, become an incorporated part of the Contract Documents: 65 a. Notice to Proceed. 66 b. Field Orders. 67 c. Change Orders. 68 d. Letter of Final Acceptance. 69 70 Article 6. 11kTDEMNIFIICA'l ION 71 Col Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 72 expense, the city, its officers, servants and employees, from and against any and all 73 claims arising out of, or alleged to arise out of, the work and services to be performed 74 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 75 under this contract. This indemnification provision is specifically intended to o�set�te 76 and be effective even if it is alleged or proven that all or some of the damages being 77 sought were caused, in whole or in part, by any act, omission or negligence of the city. 78 This indemnity provision is intended to include, without limitation, indemnity for 79 costs, expenses and legal fees incurred by the city in defending against such claims and 80 causes of actions. 81 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised 11.15.17 00 52 43 - 3 Agreement Page 3 of 5 82 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 83 84 85 86 87 88 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 sander this contract. This indemnification provision is specifically intended to operate and be effective even if it is alle�enl or proven that all or some of the damages being sought were caused, in whole or in 1partl 89 by any act, omission ®r negligence of the city. 90 91 Article 70MtISCELLANEOUS 92 7.1 Terms. 93 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 94 have the meanings indicated in the General Conditions. 95 7.2 Assignment of Contract. 96 This Agreement, including all of the Contract Documents may not be assigned by the 97 Contractor without the advanced express written consent of the City. 98 7.3 Successors and Assigns. 99 City and Contractor each binds itself, its partners, successors, assigns and legal 100 representatives to the other party hereto, in respect to all covenants, agreements and 101 obligations contained in the Contract Documents. 102 7.4 Severability. 103 Any provision or part of the Contract Documents held to be unconstitutional, void or 104 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 105 remaining provisions shall continue to be valid and binding upon CITY and 106 CONTRACTOR. 107 7.5 Governing Law and Venue. 108 This Agreement, including all of the Contract Documents is performable in the State of 109 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 110 Northern District of Texas, fort Worth Division. 111 7.6 Authority to Sign. 112 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 113 than the duly authorized signatory of the Contractor. 114 115 7.7 Prohibition On Contracts With Companies Boycotting Israel. 116 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 117 Code, the City is prohibited from entering into a contract with a company for goods or 118 services unless the contract contains a written verification from the company that it: (1) 119 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 120 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 121 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised 11.15.17 005243-4 Agreement Page 4 of 5 122 certafles that Contractor's signature provides written verification to the City tlsat 123 Contractor. (1) does not boyeoU Israel, and (2) will not boycott Israel during the terms of 124 the contract. 125 126 7.8 Immigration Nationality Act. 127 Contractor shall verify the identity and employment eligibility of its employees who 128 perform work under this Agreement, including completing the Employment Eligibility 129 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 130 all I-9 forms and supporting eligibility documentation for each employee who performs 131 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 132 establish appropriate procedures and controls so that no services will be performed by any 133 Contractor employee who is not legally eligible to perform such services. 134 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITE' HARIMLESS 135 FROM ANY PENALTIES, LLkBILITlES, OR LOSSES DUE TO VIOLATIONS OF 136 THIS PARAGRAPH EMI CONTRACTOR, CONTRACTOR'S EMPLOYEES, 137 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 138 Contractor, shall have the right to immediately terminate this Agreement for violations of 139 this provision by Contractor. 140 141 7.9 No Third -Party Beneficiaries. 142 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 143 and there are no third -party beneficiaries. 144 145 7.10 No Cause of Action Against Engineer. 146 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 147 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 148 subcontractors, for any claim arising out of, in connection with, or resulting from the 149 engineering services performed. Only the City will be the beneficiary of any undertaking by 150 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 151 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 152 in any way responsible for those duties that belong to the City and/or the City's construction 153 contractors or other entities, and do not relieve the construction contractors or any other 154 entity of their obligations, duties, and responsibilities, including, but not limited to, all 155 construction methods, means, techniques, sequences, and procedures necessary for 156 coordinating and completing all portions of the construction work in accordance with the 157 Contract Documents and any health or safety precautions required by such construction 158 work. The Engineer and its personnel have no authority to exercise any control over any 159 construction contractor or other entity or their employees in connection with their work or 160 any health or safety precautions. 161 162 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 163 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 164 Date"). CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised 11.15.17 165 166 167 168 169 170 171 172 Contractor: Cole bi"s' on T o By: ignature) (Printed Name) Title:��/L� Address: -,5r4 r , e; �,r7 4 I --i City/State/Zip: Date 00 52 43 - 5 Agreement Page 5 of 5 City of Fort Worth By: Fernando Costa Assistant City Manager Date3,1 �� Attest: If City Secretary (Seal) M&C _20-0105 Date.02/18/202 Form 1295 No. 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. 0'1'� Carlos Gonzalez, 3 . Park Planner Approved a o Form and Legality: kouglas . Bla Assistant City Attorney APPROVAL RECOMM ichard Zavala IRECTOR, Park & Recreation Department CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 1920 006113-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 Bond No. 0024977 2 PERFORMANCE BOND 3 5 § KNOW ALL BY THESE PRESENTS. 6 COUNTY OF TARRANT § 7 That we, Cole Construction Inc. , known as "Principal" herein and 8 RLI Insurance Company a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, T'WO MILLION 12 FOUR HUNDRED NINETY ONE THOUSAND ONE HUNDRED FORTY DOLLARS 13 (2 4�), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 16 W11FREAS, the Principal has entered into a certain written contract with the City 17 awarded the 18 day of_February , 2020_, which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 19 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as LAKE WORTH TRAIL PRASE 1A #CO1920 21 NOW, TI11ilF.REF ORF, the condition of this obligation is such that if the said Principal 22 shall faithfully perform it obligations under the Contract and shall in all respects duly and 23 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 24 specifications, and contract documents therein referred to, and as well during any period of 25 extension of the Contract that may be granted on the part of the City, then this obligation shall be 26 and become null and void, otherwise to remain in full force and effect. 27 PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in 28 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 29 Worth Division. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statue. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 20I I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 0061 13 -2 PERFORMANCE BOND Page 2 of) IN WITNESS VV"EREO F, the ]Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 2nd day of March 20 202Q ATTE (Prin,e aI) Secretary A Itness as to Principal f ,f" 0�2 P" Witness as to Surety Teuta Luri PRINCIPAL: Cote Construction Inc. 10315 AI V_isfa Rd., Fort Worth 76244 BY. Si at . �la Name and Title / d Addressor log 1-5 , I! Awe SURETY: RLI Insurance Company 9025 indbergh Drive, Peori61615 fM Signature Jack M. Crowley, Attorney -in -Fact Name and. Title Address: Willis Towers Watson Insurance Services West, hic. 500 N. Akard St., Suite 4300 Dallas, TX 75201 Telephone —Number: 972-715-6232 `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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Lake Worth Trail Phase IA 1920 0061 14 - 1 PAYMENT BOND Page I of 2 Bond No. 0024977 1 SECTION 00 6114 2 PAYMENTBOND 3 4 7CRE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS- 6 COUNTY OF TA,1R13ANT § 7 That we, Cole Construction Inc. known as 8 "Principal" herein, and ® RLI Insurance Company ? a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the penal sum of T!,V0 l-i IQNI Et' HIMDRED NINETY ONE THOUSAND ONE 13 MIEDRED FORT—' Ma %"vR($ZA21 140.(i(i), lawful money of the United States, to be paid 14 in Fort 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, 16 firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 18 day of ebb , 2020 , which Contract is hereby referred to and made 19 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as 1 AKX WORT.lEll11RAI L PRASE 3A #CO1920 22 NOW, MEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect, 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Lake Warth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS 1920 Revised duly 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 006114-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 2n.d day of March �.a 20 20 ATTEST: ATTEST: (Suretfi Se reta St en R. Foster ®� ,J CL 4 AIA f Witness as to Surety Teuta Luri PRINCIPAL: Cole Construction Inc. 10315 Alta V' a Rd., Fort WprtbeVX 76244 BY: at 7 Name an It e Address: %Y/jr-t, SURETY: RLI Insurance Comnan 9025 N. Lindbcr h Drive, Peoria, IL 61J 15 BY: S*rature Jack M. Crowlcy, Attorney -in -Fact Name and Title Address. Willis Towers Watson Insurance Services West, Inc. 500 N. Akar-d St., Suite 4300 Dallas TX 75201 Telephone Number: 972-715-6232 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. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worlh Trail Phase IA 1920 0061 19 - 1 MAINTENANCE 3OND Page 1 of 3 1 SECTION 00 6119 Bond No. 0024977 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PR ES)ENTS< 6 COUNTY OF TARRANT § 7 That we Cole Construction Inc. , known as 8 "Principal" herein and RLI Insurance Company a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly hound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the sum o It!II I ICiN OiJI 1 D NINETY ONE THOUSAND ONE 13 1 "NI&E-1) FORTY DOLLARS (9 4� 1 j 0M), lawful money of the United States, to be paid 14 in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 15 City and its successors, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 18 day of _ February , 2020 , which Contract is hereby referred to and a 20 made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories as defined by law, in the prosecution of the Work, including any 22 Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 23 provided for in said contract and designated as LAKE NVO TFI �LL ASE 1A. 4 C- 819,2 24 and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"), and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Lake Worth Trail Phase ]A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 g2© Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, F®RE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PRONgDED, HOWE ER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 3 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety render this Maintenance bond; and 10 11 IPRO17WEIID IFUR'l IUR, that if any legal action be bled on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED F'URT HEFt, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT 'WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2Z 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 €106119-3 MAINTENANCE SONS) Page 3 of 3 W M71MESS WHER O F, the Principal and the Surety have each SIGNED and SEALED this instrument by duty authorized agents and officers on this the end day of March 2020 ATTES 7 (Priuci l) Secretary Witness as to Principal ATTE (Sure SecYetarv,<t4venR. Foster B4r Witness as to Surety Teuta Luri ]PRINCIPAL: Cole Construction Inc. 10315 Alta sta Rd.4ort Wor 4-TX 76244 BY: 0� Si atur Name and Title/��t1 d Address: Y 1' SURETY: RLI Insurance Company 9025 N. Lindbergh Drive, Peoria, 5 BY: Si ure Jack M. Crowley, Attorney -in -Fact Name and Title Address: Willis Towers Watson Insurance Services West, Inc. 500 N. Akard St., Suite 4300 Dallas, TX 75201 Telephone Number: 972-715-6232 *Note: If signed by an officer of the Surety Company, there trust 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase IA 1920 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents. - That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RU Insurance Company and/or Contractors bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Steven R. Foster, Jack M. Crowley, Deborah English, Luke J. Nolan Jr., Daphne Massey, Teuta Luri, Julie, M. Decker, Joshua Sanford, Laurie Pflug, jointly or severally in the City of Dallas , State of Texas its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twen Five Million Dollars ( $25a0W000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit - "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 8th day of January , 2020 . ,"1111ir.r,. ♦�,11%1n1118"1 RUE Insurance Company " GAND %y �! Ow' CLE�+++�, Contractors Bonding and ]Insurance CGm➢pany g µPOgq AV Barton W. Davis Vice President ,,,,.... ,,'%01 State of Illinois SS County of Peoria CERTIFICATE On this 8th day of Januga , 2020 , before me, a Notary Public, personally appeared Barton W. Davis , who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: rr` Gretchen L. Johnigk Notary Public FPFf - VVIT VTTV TVFwr--TTTT`FV V-- k r *I NOTARY k PUILIC PUEL 'OFFICIAL SEAL" -If .1 ILLINOIS My Commission Expires t May 26. 2020 4♦Ai 1, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors bonding and Insurance company this day of � RLI Insurance Company Contractors Bonding and Insurance Company By: �2pAn�tj t) Jeffrey DuicifCorporate Secretary 4224953020212 A005 SD 19 RLI Insurance Company RLI P.O. Box 3967 Peoria, IL 61612-3967 Phone:309-692-1000 Fax:309-683-1610 TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call RLI Insurance Cgwpany's toll free telephone number for information or to make a complaint at 800-645-2402. You may also write to RLI Insurance Company at: 9025 N. Lindbergh Drive Peoria, IL 61615 FAX # 309-683-1610 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax Number: (512) 490-1007 Web: www.tdi.texas.aov E-mail: ConsumerProtectionatdi.texas.gau PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR 1POLICY: This notice is for information only and does not become a part or condition of the attached document. Texas Policyholder Notice TEXAS AVISO IMPORTANTE Para obtener information o para presentar una queja: Usted puede llamar al numero de telefono gratuito de RI -I Insurance Company para obtener information o para presentar una queja a1800-645-2402. Usted tambien puede escribir a RLI Insurance Company: 9025 N. Lindbergh Drive Peoria, IL 61615 FAX # 309-683-1610 Usted puede comunicarse con el Departamento de Seguros de Texas para obtener information sobre companias, coberturas, derechos o quejas al 1-800-252-3439 Usted puede escribir a] Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax Number: (512) 490-1007 Sitio web: www.tdi.tcxas.gov E-mail: ConsumerProtectionLatdi.texas.gov DISPUTAS 1POR PRIMAS HE SIEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con reclamation, usted debe comunicarse con el agente primero. Si la disputa no es resuelta, puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se convierte en parte o en condition del documento adjunto. UW 1042-5 (08/15) M4201815 STANDARD GENERM1 C®'1VDMONS OF THE CONSTRUCTTN CONTRACT TABLE OF CONTENT'S Page Article 1 — Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology.................................................................................................................................. 6 Article2 — Preliminary Matters......................................................................................................................... 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnwryZ2016 6.02 Labor; Working Hours................................................................................................................ 20 6.03 Services, Materials, and Equipment .............................. 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, andOthers....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes.......................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8,08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed.......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febmary2, 2016 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of ChangeOrders ....................................................................................................... 39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process.............................................................................................................40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 ............................ 13.01 Notice of Defects......................................................................... ................... 48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate for Convenience.......................................................................................60 Article 16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy2, 2016 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb uary2, 2016 007200-1 GENERAL CONDITIONS Page I of63 ARTICILIE I — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy 2, 2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtuary2, 2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 23. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water .Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings That part of the (Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjary2, 2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final .Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations ---Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Afajor Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6may2, 2016 00 72 00 - I GENERAL CONDITIONS Page 5 of 63 51. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDMONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1,02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy 2, 2016 007200-I GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it. a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 -- PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCi N ENTS Revision: Febmaty2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS Revision: Febnuvy2, 2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntiay2, 2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay2, 2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: L is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febmnry2, 2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time }Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revision: Febnkuy2, 2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6. t TA), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febaiary2, 2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revision: Febmy 2, 2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 -- BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance .Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATTON DOCT 1MENTS Revision: Febnny 2, 2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Ivey Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Disk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Fights 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 frill 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. o. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2, 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. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 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, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Bays 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 DOCi NIENTS Revision: Febma y 2, 2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn ary 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. " 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: Febmmy2, 2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febraary2, 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) shad 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 reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaa y2, 2016 007200-1 GENERAL CONDITIONS Page 24 of 63 O. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehma►y2, 2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb=y2, 2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I Ith 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 name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Governinent Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fei noxy2, 2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2, 2016 007200-1 GENERAL CONDITIONS Page 2$ of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. h.ttp://w-vw.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of th section on which operations are in area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebRuy 2, 2016 e Work, the City may require the Contractor to finish the progress before work is commenced on any additional 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februay2, 2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3, other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform, with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material; Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febma<y 2, 2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felnua y 2, 2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the worm and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS TlSDEM IEi[CA_T_l (T 1�H� t�11®T 1 � F�CIFIC I �I, II®1'g El®TDEI� if ➢ OPiE1RATE. AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN 7'f1AT ,AL,L, OR SOME OF THE DAN AGiES BEING SOUGHT WERE CAUSED, IN WH®1LE ®R FART BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemxnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS MEM[NIFICATI®N PR.GVISLON IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtumy2, 2016 007200-I GENERAL CONDITIONS Page 34 of 63 1 _4 - , 4. ]_ 1 .: a l 1. 1 : ' il' t/ll I 1 .I 11 1/ - 44 "- l� 1 ]_ _:.1 PI:_ I Lei1 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 WORTI4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkry2, 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 Vg, 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. ARTICILIE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a parry to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnk9ry 2, 20I6 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. 1f 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 S — CIT'Y'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnary2, 2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B, City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 -- CITV'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 Carlos Gonzalez, or his/her successor pursuant to written notification from the Director of Parks & Recreation Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 38 of63 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 1N THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felnuffy2, 2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5, Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY Of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmuy2, 2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0LB, 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 11.0 LB, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwacy2, 2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0 LA.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febaiuy2, 2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Febnaay2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. flans 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 SPECIFICATTON DOCUMENTS Revision: Febmary2, 2016 00 72 00 - I 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; Cf ANTGE 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 12.0I.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 11.41.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 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECTFICATION DOCUMENTS Revision: Febnksy2, 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 11.0I.A.6, and 11.013.9 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. D. 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 fimiished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OIL ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTR(7CTION SPECTFICATTON DOCUMENTS Revision: Fcbnuary2, 2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fchuary2, 20I6 007200-i GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City .may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revision: Febnruy2, 20 ] 6 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. S. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2, 2016 007200-I GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febuary2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 -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 DOCtTWNTS Revision: Febnay2, 2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, Will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuroy 2, 20 ] 6 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Wank 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; Febnmiy2, 2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B, If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehroary2, 2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: PeUmu}t2, 2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnk y2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other parry to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1, elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other parry to submit the Contract (Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARICICLE 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 i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-i GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniary2, 20i6 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 7 1 SIECTIOIN 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 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 Satpplementary Conditions 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. Dellned 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-3.0318.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.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 .Tame 18, 2019 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five {5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lauds" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Lake Worth Trail Phase IA 1920 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 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 June 18, 2019 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT <If there is none then write "None "> The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., «Sulbsurfgce and physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Investigation Report No. FNI1317.00, dated 11/02/15, prepared by Gorroadonna & Associates a sub -consultant Freese and Nichols, Inc. a consultant of the City, providing additional information on soil conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: Sheets titled "Existing Conditions and Demolition Plan" DMI.01-DMI.07 prepared by Freese and Nichols, Inc. 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: Freese and Nichols, Inc. (3) Other: None [Obtain approval for the limits shown for SC 5.04,4 thru 5.04D. from City before finalizing Contract Documents] 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Lake Worth Trail Phase 1A 1920 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 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 7 $500, 000 Disease -policy limit SC-5.04R., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $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 "None" The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 $Confirm Limits with Railroad $Confirm Limits with Railroad Not required for this Contract Lake Worth Trail Phase 1 A 1920 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 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 7 <Provide an `X" next to the appropriate selection above based on the Contract requirements> With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 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-6.0 7., "Wage hates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: APPENDIX GC-6.04 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: 1. City of Fort Worth Water Use Permit 2. City of Fort Worth Grading + SWPPP 3. Traffic Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Lake Worth Trail Phase 1A 1920 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 Of) 7300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 4. TxDOT R.O. W Development Permit (Provided by CITY, conducted by Contractor) SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of [Month Day, Year this document was prepared]: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION <If there is none then write "None"> <Insert the following if Federal assistance is provided for in this Contract> SC-6..24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: i . Compliance with regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Includirng Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Informuatiom and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Lake worth Trail Phase 1 A 1920 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 00 73 00 - 6 SUPPLEMENTARY CONDITIONS Page 6 of 7 a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix, SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: <Populate the table below with the required information. If none then write `None "> Vendor Scope of Work I Coordination Authority <List,full Vendor Name> <List services being rovided> +List "CITY"> SC-8.01, "Communications to Contractor" <Identify any specific communication coordination requirement and/or list any Section that requires such specific coordination requirement> SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Carlos Gonzalez, or his/her successor pursuant to written notification from the Director of Parr & Recreation Department. SC-13.03C., "Tests and Inspections" Testing and Inspections are provided by CITY. Follow language in specification 0145 23 Testing and Inspecting Services. SC-16.01C.1, "Methods and Procedures" <List any dispute resolution process that may govern for this Contract other than that provided for Article 16 of the General Conditions, if none then write `None "> END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Lake Worth Trail Phase lA 1920 00 73 00 - 7 SUPPLEMENTARY CONDITIONS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 22, 2016 1 2 3 PART 1- GENERAL . _IFS t1Jd-k51I13J SECTION 01 1100 SUMMARY OF WORD 011100-1 SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAY1'@r NT PROCEDURE, S 13 A. Measurement and payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES INOT 1USEDI 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work 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 Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECJFJCATION DOCUMENTS 1920 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [RIOT USED] 10 PANT 3 - EXECUTION [NOT USED] 11 12 13 I.-Do011XII7 2M Ix6j-tIQ01 Revision Log BATE NAME SUGARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 DART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 11.2 P13ICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will. be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE RE, QUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY" OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposedsubstitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INF®RMATYONAL SURMIITTALS [NOT USED] 10 11.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SLTN ViARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised .Tiny 1, 2011 1 2 3 4 5 6 7 8 9 10 lEXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended _ Recommended as noted ]Firm _ Address Date Telephone For Use by City: Approved City _ Not recommended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATIION DOCUMENTS 1920 Revised July 1, 2011 1 2 � AVI111,419F101140 D1:A.1 I 4 1.1 SUMMARY SECTION 013119 PREC®NSTRUCTIDN MEETING 013119-1 PRECONSTRUCTION MEETING Page I of 3 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 —Bidding Requirements, Contract Forms and. Conditions of the Contract 12 2. Division 1 -- General Requirements 13 1.2 PRICE AND PAYM ENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item.. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised August 17, 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 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 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 in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Lake Worth Trail Phase IA 1920 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USEIDI 2 1.6 ACTION SUBMITTALSAN FORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SU1BAUTTALS [RIOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [RIOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 FART 2 - ]PRODUCTS [MOOT USED] 10 ]PART 3 - EXECUTION] [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Lace Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS 1920 Revised August 17, 2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION O13120 2 PROJECT MEETINGS 3 PART 1 - GENERAL 4 1.11 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 13 2, Division I — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this .Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 3120 - 2 PROJECT MEETINGS Page 2 of 3 b. Project 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 1. 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 limited to: 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. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. 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 in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information Ci1'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase 1A 1920 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 013120-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: 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] 11.6 ACTION SUB1�97[][ITTALS/INiFO RMATIONAL SUBMITTALS [NOT USED1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SU]gAMTALS [1N'OT 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] 20 PAIN 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION p132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration proj ects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. 'Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 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 Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 0132 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBNIT7[ TALS/IN FORI%ILATIONAL, SUBMITTALS [NOT USED1 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 IS MAINTENANCE MATERfAL SUBMITTALS [NOT USED] 4 1.9 QUALITY' ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USEDI 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PAINT 3 - EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July f , 2011 1 2 3 PART 1- GENERAL 4 1.1 SUM[NIARV SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page I of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort North Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. ]Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUIIMITTALS/IINFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELlI VERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [RIOT USED] 33 PART 2 - PRODUCTS [RIOT USED] CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 Of 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PAIN 3 - EXECUTION [NOT USEDI END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMIMA Y 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract :Forms and Conditions of the Contract 16 2. Division 1 General Requirements 17 1.2 ]PRICE AND PAYMENT (PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1,3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. 41 d. Make submittals promptly in accordance with approved schedule, and in such 42 sequence as to cause no delay in the Work or in the work of any other 43 contractor. 44 B. Submittal Numbering CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 01 33 00 - 2 SUBMITTALS Page 2 of 8 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 11M1I1I1a1)1.2i? 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 '/2 inches x 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 1 Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 013300-3 SUBMITTALS Page 3 of 8 1 a. Contractor 2 b. Supplier 3 c. Manufacturer 4 5. Identification of the product, with the Specification Section number, page and 5 paragraph(s) 6 6. Field dimensions, clearly identified as such 7 7. Relation to adjacent or critical features of the Work or materials 8 8. Applicable standards, such as ASTM or Federal Specification numbers 9 9. Identification by highlighting of deviations from Contract Documents 10 10. Identification by highlighting of revisions on resubmittals 11 11, An 8-inch x 3-inch blank space for Contractor and City stamps 12 F. Shop Drawings 13 1. As specified in individual Work Sections includes, but is not necessarily limited to: 14 a. Custom -prepared data such as fabrication and erection/installation (working) 15 drawings 16 b. Scheduled information 17 c. Setting diagrams 18 d. Actual shopwork manufacturing instructions 19 e. Custom templates 20 f. Special wiring diagrams 21 g. Coordination drawings 22 h. Individual system or equipment inspection and test reports including: 23 1) Performance curves and certifications 24 i. As applicable to the Work 25 2. Details 26 a. Relation of the various parts to the main members and lines of the structure 27 b. Where correct fabrication of the Work depends upon field measurements 28 1) Provide such measurements and note on the drawings prior to submitting 29 for approval. 30 G. Product Data 31 1. For submittals of product data for products included on the City's Standard Product 32 List, clearly identify each item selected for use on the Project. 33 2. For submittals of product data for products not included on the City's Standard 34 Product List, submittal data may include, but is not necessarily limited to: 35 a. Standard prepared data for manufactured products (sometimes referred to as 36 catalog data) 37 1) Such as the manufacturer's product specification and installation 38 instructions 39 2) Availability of colors and patterns 40 3) Manufacturer's printed statements of compliances and applicability 41 4) Roughing -in diagrams and templates 42 5) Catalog cuts 43 6) Product photographs 44 7) Standard wiring diagrams CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 013300-4 SUBMITTALS Page 4 of 8 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 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) 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. 1. 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 liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another 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 d. Samples CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1 A 1920 013300-5 SUBMITTALS Page 5 of 8 1 1) Distributed to the Project Representative 2 2. Hard Copy Distribution (if required in lieu of electronic distribution) 3 a. Shop Drawings 4 1) Distributed to the City 5 2) Copies 6 a) 8 copies for mechanical submittals 7 b) 7 copies for all other submittals 8 c) If Contractor requires more than 3 copies of Shop Drawings returned, 9 Contractor sball submit more than the number of copies listed above. 10 b. Product Data 11 1) Distributed to the City 12 2) Copies 13 a) 4 copies 14 c. Samples 15 1) Distributed to the Project Representative 16 2) Copies 17 a) Submit the number stated in the respective Specification Sections. 18 3. Distribute reproductions of approved shop drawings and copies of approved 19 product data and samples, where required, to the job site file and elsewhere as 20 directed by the City. 21 a. Provide number of copies as directed by the City but not exceeding the number 22 previously specified. 23 K. Submittal Review 24 1. The review of shop drawings, data and samples will be for general conformance 25 with the design concept and Contract Documents. This is not to be construed as: 26 a. Permitting any departure from the Contract requirements 27 b. Relieving the Contractor of responsibility for any errors, including details, 28 dimensions, and materials 29 c. Approving departures from details furnished by the City, except as otherwise 30 provided herein 31 2. The review and approval of shop drawings, samples or product data by the City 32 does not relieve the Contractor from his/her responsibility with regard to the 33 fulfillment of the terms of the Contract. 34 a. All risks of error and omission are assumed by the Contractor, and the City will 35 have no responsibility therefore. 36 3. The Contractor remains responsible for details and accuracy, for coordinating the 37 Work with all other associated work and trades, for selecting fabrication processes, 38 for techniques of assembly and for performing Work in a safe manner. 39 4. If the shop drawings, data or samples as submitted describe variations and show a 40 departure from the Contract requirements which City finds to be in the interest of 41 the City and to be so minor as not to involve a change in Contract Price or time for 42 performance, the City may return the reviewed drawings without noting an 43 exception. 44 5. Submittals will be returned to the Contractor under 1 of the following codes: CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 013300-6 SUBMITTALS Page 6 of 8 a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 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 incorporatedinto the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 013300-7 SUBMITTALS Page 7 of 8 1 7. Partial Submittals 2 a. City reserves the right to not review submittals deemed partial, at the City's 3 discretion. 4 b. Submittals deemed by the City to be not complete will be returned to the 5 Contractor, and will be considered "Not Approved" until resubmitted. 6 c. The City may at its option provide a list or mark the submittal directing the 7 Contractor to the areas that are incomplete. 8 8. If the Contractor considers any correction indicated on the shop drawings to 9 constitute a change to the Contract Documents, then written notice must be 10 provided thereof to the City at least 7 Calendar Days prior to release for 11 manufacture. 12 9. When the shop drawings have been completed to the satisfaction of the City, the 13 Contractor may carry out the construction in accordance therewith and no further 14 changes therein except upon written instructions from the City. 15 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 16 following receipt of submittal by the City. 17 L. Mock ups 18 1. Mock Up units as specified in individual Sections, include, but are not necessarily 19 limited to, complete units of the standard of acceptance for that type of Work to be 20 used on the Project. Remove at the completion of the Work or when directed. 21 M. Qualifications 22 1. If specifically required in other Sections of these Specifications, submit a P.E. 23 Certification for each item required. 24 N. Request for Information (RFI) 25 1. Contractor Request for additional information 26 a. Clarification or interpretation of the contract documents 27 b. When the Contractor believes there is a conflict between Contract Documents 28 c. When the Contractor believes there is a conflict between the Drawings and 29 Specifications 30 1) Identify the conflict and request clarification 31 2. Use the Request for Information (RFI) form provided by the City. 32 3. Numbering of RFI 33 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 34 increasing sequentially with each additional transmittal. 35 4. Sufficient information shall be attached to permit a written response without further 36 information. 37 5. The City will log each request and will review the request. 38 a. If review of the project information request indicates that a change to the 39 Contract Documents is required, the City will issue a Field Order or Change 40 Order, as appropriate. 41 1.5 SUBMITTALS [NOT USEDI 42 11.6 ACTION SUDIITTALS/I N FORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED CITY OP FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USEDDI 5 PART 2 - PRODUCTS [NOT USED[ 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 01 3513 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within City of Fort Worth permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOC NIENTS 1920 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1.) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 U REFERENCES 15 A. Reference Standards 16 L Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIRElV E-NTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground.) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift book connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company (example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However, the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than I hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight, Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 013 1 13 46 G. Water Department Coordination CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 R Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will. be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 #) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 -Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and property dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Lace Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USER] 2 1.6 ACTION SUDIYIITTALS/IN FORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [N\TOT USER] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USER] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF PORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHAB IT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Dame: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL FORK 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. <CONTIRACTONR'S SUPEIRINTENDENT> AT <TELEPHONE NO> OR Mr. <CITY 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worn Trail Phase IA 1920 1 2 3 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 AN 1111-113 0 GM FORTWORTH - NOTICE OF TEMPORARY RY WATER SERVICE INTERRUPTION ION DUE TO UTILITY IMPROVEMENTS Ili YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON 13ETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERYNTiENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS IINCONVENfEPICE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SIECTI'ON 0145 23 2 TESTING AND INSPECTION SERVICES 3 PAINT 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2, Division 1 — General Requirements 12 1.2 PRICE AND PAYMEA NT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED 26 1.4 ADMINISTI1sATIIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2, Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's BIM 360 site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 12.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [MOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 1 I d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Lace Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain. sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and. properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance, 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 9 1,5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBNHTTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE f 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 USEDI 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3,2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 JNSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [oRl SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USEDI 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTAC1I[MIENTS [NOT USED] 6 7 8 END OF SECTION Revision Log DRIB NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAIFFIC CONTROL 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section. Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of port Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Deference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMI®TISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1, Traffic Control Standards can be found on the City's Buzzsaw websitc. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED) 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - (EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lace Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the Iatest revision date logged at the end of this 3 t Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 0157 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than I acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along witb required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 0157 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/ AIFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 DART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 4- .. .. .. .. .. FORT WO R TH 1. PARKS AND COMM p p r0j a)w 4. — 4H MIW SIEFMCES" Title r' Funding a]R U" go up: Cnntmr.tnr".q Nnmp.`f-�' 2a Questions i2" 11N R1 " TYP. on this Project Call: 3� ��� 9 � i_-.; ._ - http://www,fortworihgov.org/projects FONT& FORT WORTH LOGO IN CHELTINGHAM SOLD ALL OTHER LETTERING iH ARIAL BOLD COLORS; FORT RTH - PUS 288 L BLUE LONGHORN LOGO - PROS 725 - BROWN LErrERING . PMS 266 , SLUE BACKGROUND - V9HITE BORDER _ ALLIF X V TVR I 4" NOTES; CONTRACTOR &!ALL OBTAIN VINYL STOCKER "CITY GAS LEASE REVENUE IN ACTION" I LOGO AT CDR SIGN A040 ENGRAVING, 6311 EAST LANCIASTER AVE {697.4a9-46841, PEEL AND PLACE VIA FU14 ING MC`TiON, P ROjECT DESIGNATION SIGN 015813-1 TEMPORARY PROJECT SIGNAGE Page I of 1 SECTION 01 5813 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 -- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered to have a pay line item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 19 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 28 A. Design Criteria 29 1. Provide free standing Project Designation Sign in accordance with City's Standard 30 Details for project signs. 31 B. Materials 32 1. Sign 33 a. Constructed of %-inch fir plywood, grade A-C (exterior) or better 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] 36 PART 3 - EXECUTION 37 3.1 INSTALLERS [NOT USED] 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 INSTALLATION 41 A. General 42 1. Provide vertical installation at extents of project. 43 2. Relocate sign as needed, upon request of the City. 44 B. Mounting options CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 01 58 13 - 2 'TEMPORARY PROJECT SIGNAGE Page 2 of 3 a. Skids b. Posts c. Barricade 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 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase ]A 1920 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase lA 1920 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Lake Worfh Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page i of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily Iimited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD loR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth'Frail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1420 Revised July 1, 2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 1 equipment, supplies, and other facilities as designated by the Contract 2 Documents necessary to suspend the Work. 3 b) Site Clean-up as designated in the Contract Documents 4 2) Remobilization 5 a) Transportation of Contractor's personnel, equipment, and operating 6 supplies to the Site necessary to resume the Work. 7 b) Establishment of necessary general facilities for the Contractor's 8 operation at the Site necessary to resume the Work. 9 3) No Payments will be made for: 10 a) Mobilization and Demobilization from one location to another on the 11 Site in the normal progress of performing the Work. 12 b) Stand-by or idle time 13 c) Lost profits 14 3. Mobilizations and Demobilization for Miscellaneous Projects 15 a. Mobilization and Demobilization 16 1) Mobilization shall consist of the activities and cost on a Work Order basis 17 necessary for: 18 a) Transportation of Contractor's personnel, equipment, and operating 19 supplies to the Site for the issued Work Order. 20 b) Establishment of necessary general facilities for the Contractor's 21 operation at the Site for the issued Work Order 22 2) Demobilization shall consist of the activities and cost necessary for: 23 a) Transportation of Contractor's personnel, equipment, and operating 24 supplies from the Site including disassembly for each issued Work 25 Order 26 b) Site Clean-up for each issued Work Order 27 c) Removal of all buildings or other facilities assembled at the Site for 28 each Work Oder 29 b. Mobilization and Demobilization do not include activities for specific items of 30 work for which payment is provided elsewhere in the contract. 31 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 a. A Mobilization for Miscellaneous Projects when directed by the City and the 2 Mobilization occurs within 24 hours of the issuance of the Work Order. 3 B. Deviations from this City of Fort Worth Standard Specification 4 1. None. 5 C. Related Specification Sections include, but are not necessarily limited to: 6 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 7 2. Division 1— General Requirements 8 1.2 PRICE AND PAYMENT PROCEDURES 9 1. Measurement and Payment Mobilization and Demobilization 10 a. Measure 11 1) This Item will be measured by the lump sum or each as the work 12 progresses. Mobilization is calculated on the base bid only and will not be 13 paid for separately on any additive alternate items added to the Contract. 14 2) Demobilization shall be considered subsidiary to the various bid items. 15 b. Payment 16 1) For this Item, the adjusted Contract amount will be calculated as the total 17 Contract amount less the lump sum for mobilization. Mobilization shall be 18 made in partial payments as follows: 19 a) When 1% of the adjusted Contract amount for construction Items is 20 earned, 50% of the mobilization lump sum bid will be paid. 21 b) When 5% of the adjusted Contract amount for construction Items is 22 earned, 75% of the mobilization lump sum bid will be paid. Previous 23 payments under the Item will be deducted from this amount. 24 c) When 10% of the adjusted Contract amount for construction Items is 25 earned, 100% of the mobilization lump sum bid will be paid. Previous 26 payments under the Item will be deducted from this amount. 27 d) A bid containing a total for "Mobilization" in excess of 5 % of total 28 contract shall be considered unbalanced and a cause for consideration 29 of rejection. 30 2) The work performed and materials furnished for demobilization in 31 accordance with this Item are subsidiary to the various Items bid and no other 32 compensation will be allowed. CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2016 01'7000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 2. Remobilization for suspension of Work as specifically required in the Contract 2 Documents 3 a, Measurement 4 1) Measurement for this Item shall be per each remobilization performed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" will be paid for at the unit 8 price per each "Specified Remobilization" in accordance with Contract 9 Documents. 10 c. The price shall include: 11 1) Demobilization as described in Section I.I.A.2,a.1) 12 2) Remobilization as described in Section 1.1.A.2,a.2) 13 d. No payments will be made for standby, idle time, or lost profits associated this 14 Item. 15 3. Remobilization for suspension of Work as required by City 16 a. Measurement and Payment 17 1) This shall be submitted as a Contract Claim in accordance with Article 10 18 of Section 00 72 00. 19 2) No payments will be made for standby, idle time, or lost profits associated 20 with this Item. 21 4. Mobilizations and Demobilizations for Miscellaneous Projects 22 a. Measurement 23 1) Measurement for this Item shall be for each Mobilization and 24 Demobilization required by the Contract Documents 25 b. Payment 26 1) The Work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" will be paid for at the unit 28 price per each "Work Order Mobilization" in accordance with Contract 29 Documents. Demobilization shall be considered subsidiary to mobilization 30 and shall not be paid for separately. 31 c. The price shall include: 32 1) Mobilization as described in Section 1.1.A.3.a.1) CITY OF FORT WORTH Lake Worth 'frail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2016 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 1 2) Demobilization as described in Section 1.1.A.3.a.2) 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 5 a. Measurement 6 1) Measurement for this Item shall be for each Mobilization and 7 Demobilization required by the Contract Documents 8 b. Payment 9 1) The Work performed and materials furnished in accordance with this Item 10 and measured as provided under "Measurement" will be paid for at the unit 11 price per each "Work Order Emergency Mobilization" in accordance with 12 Contract Documents. Demobilization shall be considered subsidiary to 13 mobilization and shall not be paid for separately. 14 c. The price shall include 15 1) Mobilization as described in Section 1.1.A.4.a) 16 2) Demobilization as described in Section 1.1.A.3.a.2) 17 d. No payments will be made for standby, idle time, or lost profits associated this 18 Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 26 27 28 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Lake Worth `frail Phase IA 1920 3 4 5 6 7 8 9 10 11 12 13 14 017000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Lake Worth Trail Phase lA 1920 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 I SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 Deviations from this City of Fort Worth Standard Specification 8 2. Graphical elements shown in drawings are in grid coordinates and 9 adjustment from grid to surface can be attained by multiplying by a surface 10 adjustment factor of 1.00012 using an origin point of 0,0. 11 12 B. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Construction Staking 18 a. Measurement 19 1) Measurement for this Item shall be by Iump sum. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this 22 Item shall be paid for at the lump sum price bid for "Construction Staking". 23 2) Payment for "Construction Staking" shall be made in partial payments 24 prorated by work completed compared to total work included in the lump 25 sum item. 26 c. The price bid shall include, but not be limited to the following: 27 1) Verification of control data provided by City. 28 2) Placement, maintenance and replacement of required stakes and markings 29 in the field. 30 3) Preparation and submittal of construction staking documentation in the 31 form of "cut sheets" using the City's standard template. 32 2. Construction Survey 33 a. Measurement 34 1) This Item is considered subsidiary to the various Items bid. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item are subsidiary to the various Items bid and no other compensation will be 38 allowed. 39 3. As -Built Survey 40 a. Measurement 41 1) Measurement for this Item shall be by lump sum. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment fbi "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking — The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey "Field Checks" — Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 27 website) — 01 71 23.16.01— Attachment A_Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUM NTS 1920 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01— Attachment A 10 — Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As -Built Survey 18 1. Required As -Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as -built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as -built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as -built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub -outs, dead-end lines 41 (5) Casing pipe (each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non -gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater — Not Applicable CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 I b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes . 5 a) Rine and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (Ali sizes) 10 d) Fire hydrants I I e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Lake Worth Trail Phase IA 1920 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances- 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION (NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. NO 27 3.9 ADJUSTING [NOT USED] 28 29 30 31 32 33 34 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] 1010 III W11 Blow Y Mei Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Lake Worth Trail Phase lA 1920 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8of8 DATE NAME SUMMARY OF CHANGE 8/3I/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 14, 2018 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 LS SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] �!II►M►'IkVIDok9MI[.1 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Lake Worth Traif Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS f NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 -- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in I9 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) I 1 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not Iimited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of fort Worth Standard Specification B 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 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED) 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals sbali be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 01 78 23 - 3 OPERAT1ON AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 3t 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 £ Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 It. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORT14 Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 £ Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 78 39 PROJECT RECORD DOCUMENTS 017839-1 PROJECT RECORD DOCUMENTS Page I of 4 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, I complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City I complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1, Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised .Tiny 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic Iayouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic Iayouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 OR 26 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 carefully 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 [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase 1A 1920 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 4113 SELECTIVE SITE DEMOLITION 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 5 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 I. 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 3123 23 — Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Driveway: measure by the square foot by type. 30 e. Remove Fence: measure by the linear foot. 31 £ Remove Guardrail: measure by the linear foot along the face of the rail in place 32 including metal beam guard fence transitions and single guard rail terminal 33 sections from the center of end posts. 34 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 35 h. Remove Mailbox: measure by each. 36 i. Remove Rip Rap: measure by the square foot. 37 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 38 2. Payment CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 a. 2 3 4 7 b. 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 4I 42 43 44 45 46 C. d. e. f. 9. h i. 0241 13 - 2 SELECTIVE SITE. DEMOLITION Page 2 of 5 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 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. 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. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipmcnt, 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. 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. 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. 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. 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. 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. 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. 47 1.3 REFERENCES 48 A. Definitions CITY OF FORT WORTH STANDARD CONS'rRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 024113-3 SELECT] VE SITE DEMOLITION Page 3 of 5 1 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 2 pavers. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Fill Material. See Section 3123 23. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 REMOVAL 23 A. Remove Sidewalk 24 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 26 B. Remove Steps 27 1. Remove step to nearest existing dummy, expansion or construction joint. 28 2. Sawcut when removing to nearest joint is not practical. See 3 A.K. 29 C. Remove ADA Ramp 30 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 31 See 3A.K. 32 2. Remove ramp to nearest existing dummy, expansion or construction joint on 33 existing sidewalk. 34 D. Remove Driveway CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 0241 I3 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 l . Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 2 3.4.K. 3 2. Remove drive to nearest existing dummy, expansion or construction joint. 4 3. Sawcut when removing to nearest joint is not practical. See 3A.K. 5 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 6 joint on existing sidewalk. 7 E. Remove Fence 8 1. Remove all fence components above and below ground and backfill with acceptable 9 fill material. 10 2. Use caution in removing and salvaging fence materials. 11 3. Salvaged materials may be used to reconstruct fence as approved by City or as 12 shown on Drawings. 13 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced 14 areas during construction operation and while removing fences. 15 F. Remove Guardrail 16 1. Remove rail elements in original lengths. 17 2. Remove fittings from the posts and the metal rail and then pull the posts. 18 3. Do not mar or damage salvageable materials during removal. 19 4. Completely remove posts and any concrete surrounding the posts. 20 5. Furnish backfill material and backfill the hole with material equal in composition 21 and density to the surrounding soil unless otherwise directed. 22 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least I- 23 foot below the new subgrade elevation and leave in place along with the dead man. 24 G. Remove Retaining Wall (less than 4 feet tall) 25 1. Remove wall to nearest existing joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 3. Removal includes all components of the retaining wall including footings. 28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 29 H. Remove Mailbox 30 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 31 reconstruction. 32 I. Remove Rip Rap 33 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 35 J. Remove Miscellaneous Concrete Structure 36 1. Remove portions of miscellaneous concrete structures including foundations and 37 slabs that do not interfere with proposed construction to 2 feet below the finished 38 ground line. 39 2. Cut reinforcement close to the portion of the concrete to remain in place. 40 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 41 water. CITY OF FORT WORTH Lake Worth'T'rail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 024113-5 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] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A2. Modified Payment - Items will be subsidiary to trench on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase to 1920 0241 14-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 16 I OSECTION 02 4114 2 UTILITY REMOVAL/ABANDONMENT 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves II e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1 — General Requirements 30 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 31 4. Section 33 05 10 — Utility Trench Excavation, Embedment and BackfilI 32 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 6. Section 33 11 11 —Ductile Iron Fittings 34 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 35 8. Section 33 11 14 -- Buried Steel Pipe and Fittings 36 9. Section 33 12 25 — Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH bake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 2 UTILITY REMOVALIABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility Iine being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 024114-3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 1 a) Various diameters 2 b) Various types 3 e. The price bid shall include: 4 1) Removal and disposal of manhole cone 5 2) Removal, salvage and delivery of frame and cover to City, if applicable 6 3) Cutting and plugging of existing sewer lines 7 4) Concrete 8 5) Acceptable material for backfilling manhole void 9 6) Pavement removal 10 7) Excavation 11 8) Hauling 12 9) Disposal of excess materials 13 10) Furnishing, placement and compaction of backfill 14 11) Surface restoration 15 12) Clean-up 16 5. Cathodic Test Station Abandonment 17 a. Measurement 18 1) Measurement for this Item will be per each cathodic test station to be 19 abandoned. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" shall be paid for at the 23 unit price bid per each "Abandon Cathodic Test Station". 24 c. The price bid shall include: 25 1) Abandon cathodic test station 26 2) CLSM 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials 31 7) Furnishing, placement and compaction of backfill 32 8) Clean-up 33 B. Water Lines and Appurtenances 34 1. Installation of a Water Line Pressure Plug 35 a. Measurement 36 1) Measurement for this Item shall be per each pressure plug to be installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" shall be paid for at the 40 unit price bid for each "Pressure Plug" installed for: 41 a) Various sizes 42 c. The price bid shall include: 43 1) Furnishing and installing pressure plug 44 2) Pavement removal 45 3) Excavation 46 4) Hauling 47 5) Disposal of excess material 48 6) Gaskets 49 7) Bolts and Nuts CITY OF FORT WORTIi Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 024114-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for- a) Various sizes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 024114-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 1 c. The price bid shall include: 2 1) Removal and Salvage of valve 3 2) CLSM 4 3) Delivery to City 5 4) Pavement removal 6 5) Excavation 7 6) Hauling 8 7) Disposal of excess materials 9 8) Furnishing, placement and compaction of backfill 10 9) Clean-up 11 5. Water Valve Abandonment 12 a. Measurement 13 1) Measurement for this Item will be per each water valve to be abandoned. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" shall be paid for at the 17 unit price bid per each "Abandon Water Valve" for: 18 a) Various Sizes 19 c. The price bid shall include: 20 1) Abandonment of valve 21 2) CLSM 22 3) Pavement removal 23 4) Excavation 24 5) Hauling 25 6) Disposal of excess materials 26 7) Furnishing, placement and compaction of backfill 27 8) Clean-up 28 6. Fire Hydrant Removal and Salvage 29 a. Measurement 30 1) Measurement for this Item will be per each fire hydrant to be removed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" shall be paid for at the 34 unit price bid per each "Salvage Fire Hydrant". 35 c. The price bid shall include: 36 1) Removal and salvage of fire hydrant 37 2) Delivery to City 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44 7. Water Meter Removal and Salvage 45 a. Measurement 46 1) Measurement for this Item will be per each water meter to be removed and 47 salvaged. 48 b. Payment CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) 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: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 0241 I4-7 UTILITY REMOVAL/ABANDONMENT Page 7of16 1 7) Hauling 2 8) Disposal of excess materials 3 9) Furnishing, placement and compaction of backfill 4 10) Clean-up 5 C. Sanitary Sewer Lines and Appurtenances 6 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under "Measurement" shall be paid for at the 13 unit price bid for each "Sewer Abandonment Plug" for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) CLSM 21 6) Disposal of excess material 22 7) Furnishing, placement and compaction of backfill 23 8) Clean-up 24 2. Sanitary Sewer Manhole Removal 25 a. Measurement 26 1) Measurement for this Item will be per each sanitary sewer manhole to be 27 removed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" shall be paid for at the 31 unit price bid per each "Remove Sewer Manhole" for: 32 a) Various diameters 33 c. The price bid shall include: 34 1) Removal and disposal of manhole 35 2) Removal, salvage and delivery of frame and cover to City, if applicable 36 3) Cutting and plugging of existing sewer lines 37 4) Pavement removal 38 5) Excavation 39 6) Hauling 40 7) Disposal of excess materials 41 8) Furnishing, placement and compaction of backfill 42 9) Clean-up 43 3. Sanitary Sewer Junction Structure Removal 44 a. Measurement 45 1) Measurement for this Item will be per each sanitary sewer junction 46 structure being removed. 47 b. Payment CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 8 UTILITY REMOVAL/ABANDONMENT Page 8of16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 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 of backfill 8) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase to 1920 024114-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 1 3. Storm Sewer Junction Box Removal 2 a. Measurement 3 1) Measurement for this Item will be per each storm sewer junction structure 4 to be removed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" shall be paid for at the 8 unit price bid per each "Remove Storm Junction Box" for- 9 a) Various sizes 10 c. The price bid shall include: I I) Removal and disposal of junction box 12 2) Removal, salvage and delivery of frame and cover to City, if applicable 13 3) Pavement removal 14 4) Excavation 15 5) Hauling 16 6) Disposal of excess materials 17 7) Furnishing, placement and compaction of backf ll 18 8) Clean-up 19 4. Storm Sewer Junction Structure Removal 20 a. Measurement 21 1) Measurement for this Item will be per each storm sewer junction structure 22 being removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" shall be paid for at the 26 lump sum bid per each "Remove Storm Junction Structure" location. 27 c. The price bid shall include: 28 1) Removal and disposal of junction structure 29 2) Removal, salvage and delivery of frame and cover to City, if applicable 30 3) Pavement removal 31 q) Excavation 32 5) Hauling 33 6) Disposal of excess materials 34 7) Furnishing, placement and compaction of backfill 35 8) Clean-up 36 5. Storm Sewer Inlet Removal 37 a. Measurement 38 1) Measurement for this Item will be per each storm sewer inlet to be 39 removed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under "Measurement" shall be paid for at the 43 unit price bid per each "Remove Storm Inlet" for: 44 a) Various types 45 b) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of inlet 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 02 41 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing, placement and compaction of backfill 4 7) Clean-up 5 6, Storm Sewer Junction Box Removal 6 a. Measurement 7 1) Measurement for this Item shall be per linear foot of existing storm sewer 8 box to be removed. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under "Measurement" shall be paid for at the 12 unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. 13 c. The price bid shall include: 14 1) Removal and disposal of Storm Sewer Box 15 2) Pavement removal 16 3) Excavation I7 4) Hauling 18 5) Disposal of excess materials 19 6) Furnishing, placement and compaction of backfill 20 7) Clean-up 21 7. Headwall/SET Removal 22 a. Measurement 23 1) Measurement for this Item will be per each headwall or safety end 24 treatment (SET) to be removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 unit price bid per each "Remove Headwall/SET". 29 c. The price bid shall include: 30 1) Removal and disposal of Headwall/SET 31 2) Pavement removal 32 3) Excavation 33 4) Hauling 34 5) Disposal of excess materials 35 6) Furnishing, placement and compaction of backfill 36 7) Clean-up 37 8. Trench Drain Removal 38 a. Measurement 39 1) Measurement for this Item shall be per linear foot of storm sewer trench 40 drain to be removed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under "Measurement" shall be paid for at the 44 unit price bid per linear foot of "Remove Trench Drain" for: 45 a) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of storm sewer line 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 0241 14 - 11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing, placement and compaction of backfill 4 7) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A. Coordination 8 1. Contact Inspector and the Water Department Field Operation Storage Yard for 9 coordination of salvage material return. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 , CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Protect and salvage all materials such that no damage occurs during delivery to the 18 City. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 2.3 ACCESSORIES ]NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 31 A. General CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0241 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 16 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. i Backfill manhole void in accordance with City Standard Details, B. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10, 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25, d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 02 41 14 - 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 1 5. Water Valve Removal 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b. Remove and dispose of valve bonnet, wedge and stem. 4 c. Fill valve body with CLSM in accordance with Section 03 34 13. 5 6. Water Valve Removal and Salvage 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Remove valve bonnet, wedge and stem. 8 c. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 d. Protect salvaged materials from damage. 11 e. Fill valve body with CLSM in accordance with Section 03 34 13. 12 7. Water Valve Abandonment 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Remove the top 2 feet of the valve stack and any valve extensions. 15 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 16 8. Fire Hydrant Removal and Salvage 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Remove Fire Hydrant. 19 c. Place abandonment plug on fire hydrant lead line. 20 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 21 Yard. 22 e. Protect salvaged materials from damage. 23 9. Water Meter Removal and Salvage 24 a. Remove and salvage water meter. 25 b. Return salvaged meter to Project Representative. 26 c. City will provide replacement meter for installation. 27 d. Meter Box and Lid 28 1) Remove and salvage cast iron meter box lid. 29 2) Remove and dispose of any non -cast iron meter box lid. 30 3) Return salvaged material to the Water Department Field Operation Storage 31 Yard. 32 4) Remove and dispose of meter box. 33 10. Water Sample Station Removal and Salvage 34 a. Remove and salvage existing water sample station. 35 b. Deliver salvaged material to the Water Department Field Operation Storage 36 Yard. 37 11. Concrete Water Vault Removal 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Remove and salvage vault lid. 40 c. Remove and salvage valves. 41 d. Remove and salvage meters. 42 e. Deliver salvaged material to the Water Department Field Operation Storage 43 Yard. 44 f. Remove and dispose of any piping or other appurtenances. 45 g. Demolish and remove entire concrete vault. 46 h. Dispose of all excess materials. 47 12. Cathodic Test Station Abandonment 48 a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 02 41 14 - 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 16 1 b. Remove the top 2 feet of the cathodic test station stack and contents. 2 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13, 3 C. Sanitary Sewer Lines and Appurtenances 4 1. Sanitary Sewer Line Abandonment Plug 5 a. Excavate and backfill in accordance with Section 33 05 10. 6 b. Remove and dispose of any sewage. 7 c. PIug with CLSM in accordance with Section 03 34 13. 8 2. Sanitary Sewer Line Abandonment by Grouting 9 a. Excavate and backfill in accordance with Section 33 05 10. 10 b. Dewater and dispose of any sewage from the existing line to be grouted. 11 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 I2 or CLSM in accordance with 03 34 13. 13 d. Dispose of any excess material. 14 3. Sanitary Sewer Line Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 4. Sanitary Sewer Manholes Removal 20 a. All sanitary sewer manholes that are to be taken out of service are to be 21 removed unless specifically requested and/or approved by City. 22 b. Excavate and backfill in accordance with Section 33 05 10. 23 c. Remove and salvage manhole frame and cover. 24 d. Deliver salvaged material to the Water Department Field Operation Storage. 25 e. Demolish and remove entire concrete manhole. 26 £ Cut and plug sewer lines to be abandoned. 27 5. Sanitary Sewer Junction Structure Removal 28 a. Excavate and backfill in accordance with Section 33 05 10. 29 b. Remove and salvage manhole frame and cover. 30 c. Deliver salvaged material to the Water Department Field Operation Storage. 31 d. Demolish and remove entire concrete manhole. 32 e. Cut and plug sewer lines to be abandoned. 33 D. Storm Sewer Lines and Appurtenances 34 1. Storm Sewer Abandonment Plug 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Dewater line. 37 c. Plug with CLSM in accordance with Section 03 34 13. 38 2. Storm Sewer fine Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater the existing line to be grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 42 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 3. Storm Sewer Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Remove existing pipe line and properly dispose as approved by City. 47 4. Storm Sewer Manhole Removal CITY OF FORT WORTH Lake Worlh Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 0241 14 - 15 UTILITY REMOVAL/ABANDONMENT Page IS of 16 1 a. All storm sewer manholes that are to be taken out of service are to be removed 2 unless specifically requested and/or approved by City. 3 b. Excavate and backfill in accordance with Section 33 05 10. 4 c. Demolish and remove entire concrete manhole. 5 d. Cut and plug storm sewer lines to be abandoned. 6 5. Storm Sewer Junction Box and/or Junction Structure Removal 7 a. Excavate and backfill in accordance with Section 33 05 10. 8 b. Demolish and remove entire concrete structure. 9 c. Cut and plug storm sewer lines to be abandoned. 10 6. Storm Sewer Inlet Removal 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Demolish and remove entire concrete inlet. 13 c. Cut and plug storm sewer lines to be abandoned. 14 7. Storm Sewer Box Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 8. Headwall/SET Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Demolish and remove entire concrete inlet. 22 c. Cut and plug storm sewer lines to be abandoned. 23 9. Storm Sewer Trench Drain Removal 24 a. Excavate and backfill in accordance with Section 33 05 10. 25 b. Remove existing pipe line and dispose as approved by City. 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 REINSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.1.2 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS 1920 Revised December 20, 2012 02 41 14 - 16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/12 D. Johnson 1.2.C.3.c. — Include Frame and Cover in Payment description Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 024115-1 PAVING REMOVAL Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 4115 PAVING REMOVAL 5 A. Section Includes: 6 1. Removing concrete paving, asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 - General Requirements 17 3. Section 32 1133 -Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter: measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, 35 disposal, tools, equipment, labor and incidentals needed to execute work. For 36 utility projects, this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, 39 disposal, tools, equipment, labor and incidentals needed to execute work. For 40 utility projects, this Item shall be considered subsidiary to the trench and no 41 other compensation will be allowed. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 2, 2016 0241 15 - 2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, 2 cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. For utility projects, this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, 6 hauling, disposal, tools, equipment, labor and incidentals needed to execute 7 work. For utility projects, this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 c. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, 10 hauling, disposal, tools, equipment, labor and incidentals needed to execute 11 work. 12 f. Wedge Milling: full compensation for all milling, hauling milled material to 13 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling, hauling milled material to 16 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling, hauling milled material to 19 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization: full compensation for all labor, material, equipment, 22 tools and incidentals necessary to pulverize, remove and store the pulverized 23 material, undercut the base, mixing, compaction, haul off, sweep, and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal, hauling, disposal, 26 tools, equipment, labor, and incidentals needed to execute the work. For utility 27 projects, this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section. Include cost of such work in unit prices for items listed in 31 bid form requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated 33 on plans, or for pavements or structures removed for CONTRACTOR's 34 convenience. 35 1.3 REFERENCES 36 A. ASTM International (ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 2, 2016 0241 15 - 3 PAVING REMOVAL Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade - Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 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. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.13. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 2, 2016 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 0241 15 - 4 PAVING REMOVAL Page 4 of 6 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.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g, if the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of out 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 Lake Worth Trail Phase 1A 1920 0241 15 - 5 PAVING REMOVAL Page 5 of 6 1 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling 7 a. Mill buttjoints into the existing surface, in association with the wedge milling 8 operation. 9 b. Buttjoint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. 11 c. Typical locations for buttjoints are at all beginning and ending points of streets 12 where paving material is removed- Prior to the milling of the butt joints, 13 consult with the City for proper Iocation and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters, bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133, 32 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5% Portland cement. 37 b. See Section 32 11 33, 38 3. Mixing: see Section 32 1133. 39 4. Compaction: see Section 32 1133. 40 5. Finishing: see Section 32 1133. 41 6. Curing: see Section 32 1133. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH Lake Wonh Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 2, 2016 0241 15-6 PAVING REMOVAL Page 6 of 6 1 1. Remove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR [NOT USED] 5 3.6 RE -INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A -- modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. —Removed duplicate last sentence. CITY Of FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 2, 2016 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 1 of 10 SECTION 03 10 00 CONCRETE FORMWORK AND ACCESSORIES - BRIDGE 1.00 GENERAL 1.01 REFERENCED DOCUMENTS A. The Conditions of the contract, including the General Conditions and Supplementary Conditions and Division 1— General Requirements, apply to work specified in this Section. 1.02 DESCRIPTION OF WORK A. Work Included: Furnish all labor, materials, services, equipment and appliances required in conjunction with the design, fabrication and erection of formwork for cast - in -place concrete complete, including but not limited to, the following: 1. Wood Forms. 2. Pan Forms. 3. Permanent metal forms. 4. Cardboard Carton Forms (Void Boxes) 5. Shoring and reshoring. 6. Installation in formwork of items furnished by other trades. 7. Construction Joint Bulkheads, Keys, Blockouts, Sleeves, and Post Tensioning Packets. B. The extent of formwork is indicated by cast -in -place concrete structures shown on the drawings. C. Related Work Specified in Other Sections: 1. Forms for Sitework Concrete. 1.03 QUALITY ASSURANCE A. The latest edition of all standards referenced in this section shall apply, unless noted otherwise. B. Referenced Standards: American Concrete Institute (ACI); "Recommended Practice for Concrete Formwork" (ACI 347), and SP-4 Formwork for Concrete". C. Design of Forms and Falsework: All forms, shores, falsework, bracing and other temporary supports shall be engineered by the Contractor to support all loads imposed during construction, including; weight of construction equipment, allowance for live loads, and lateral forces due to wind and temporary imbalance or discontinuity of building components. It is also the Contractor's responsibility to determine when temporary supports and bracing may be safely removed. Concrete Formwork and Accessories - Bridge 03 10 00 -1 CGA—Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 2 of 10 D. Allowable Tolerances: Construct formwork to provide completed cast -in -place concrete surfaces complying with tolerances as follows: 1. Variations from plumb in lines and surfaces of columns, piers, walls and arises: One fourth (1/4) inch in any ten (10) feet of length, but not more than one (1) inch. Exposed corner columns, control -joint grooves, and other conspicuous lines: one- fourth (1/4) inch in any twenty (20) feet length; one half (1/2) inch maximum for entire length. 2. Variations from level or grade in slab soffits, ceilings, beam soffits and in arises; one- fourth (1/4) inch in any ten (10) feet of length; three -eights (3/8) inch in any twenty (20) feet of length; and three -fourths (3/4) inch maximum for entire length. For exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines: one fourth (1/4) inch in any bay or any twenty (20) feet of length; and one-half (1/2) inch maximum for entire length. 3. Variations of distance between walls, columns, partitions and beams: one-fourth (1/4) inch per ten (10) feet of distance, but not more than one-half (1/2) inch in any one bay: and not more than one (1) inch total variation. 4. Variation from position of linear building lines from established position in plans: not more than one (1) inch. 5. Variation in sizes and locations of sleeves, floor openings, and wall openings: minus one-fourth (1/4) inch to plus one-half (1/2) inch. 6. Variation in cross -sectional dimensions of columns and beams and thickness of slabs and walls: minus one-fourth (1/4) inch to plus one-half (1/2) inch. 7. Variation in steps in a flight of stairs: one -eighth (1/8) inch for rise and one-fourth (1/4) inch for treads. In consecutive steps: one -sixteenth (1/16) inch for rise and one -eighth (1/8) inch for treads. 8. Checking Formwork: a. Before concrete placement check lines and levels of erected formwork. Make corrections and adjustments to insure proper size and location of concrete members and stability of forming systems. b. During concrete placement check formwork and related supports to insure that forms are not displaced and that completed work will be within specified tolerances. 9. Forming irregularities: Class A - Architecturally exposed surfaces. 1/8" abrupt or gradual Class B — Surfaces receiving stucco or plaster: %" abrupt of gradual Class C — Exposed surfaces, unfinished space: %" abrupt or %" gradual Class D— Concealed surfaces, unless noted otherwise; 1" abrupt or gradual 1.04 SUBMITTALS A. Shop Drawings: 1. Architects review will be for general applications and features only. Design of formwork for structural stability and sufficiency is Contractor's responsibility. 2. In addition to the above, submit Shop Drawings detailing the following, if such systems are called for on the drawings: a. Pan type forms. Concrete Formwork and Accessories - Bridge 03 10 00 - 2 CGA — Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 3 of 10 b. Column forms. c. Slab forms. d. Permanent forms for columns. e. Carton Forms, retainers, and related accessories. B. Product Data: Submit manufacturers' data and installation instructions for proprietary materials used in exposed concrete work including form liners, release agents, and manufactured form systems and accessories. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle form materials in conformance with manufacturer's printed instructions. Store materials that are subject to damage by the elements, under cover and off the ground. 1.06 JOB CONDITIONS A. Coordinate formwork with work of other trades. Give other trades ample lead time for installation of their work. 2.00 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: 1. Laminated column forms: a. Alton Building Products. b. Sonoco Products Co. c. Consolidated Papers, Inc. 2. Fiberglass column forms: a. The Ceco Corp. b. Molded Fiberglass Concrete Forms. c. Symons Corp. d. Interform. 3. Pan forms: a. The Ceco Corp. (steel and plastic) b. Symons Corp. (plastic) c. Interform. 4. Formwork and accessories: a. The Burke Co. b. Gates and Sons. c. Hohmann and Barnard, Inc. d. Superior Concrete Accessories, Inc. Concrete Formwork and Accessories - Bridge 03 10 00 - 3 CGA — Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 4 of 10 e. Williams Form Engineering Corp. Cardboard Carton Forms: a. Surevoid Products, Inc. 2.02 FORM MATERIALS A. Forms for Exposed Finish Concrete: Unless otherwise indicated, construct formwork for exposed concrete surfaces with plywood, metal, metal -framed plywood -faced or other panel type materials to provide as cast surfaces. Furnish in largest sizes to minimize number of joints and to conform to a regular joint pattern. Provide form material with sufficient thickness to withstand pressure of placed concrete without bow or deflection beyond allowable tolerances. Joints shall be made tight and strongly backed so that edges of adjoining formwork will remain flush and true. Unsightlyjoint marks will not be permitted. Form joints shall be vertical or horizontal, unless otherwise noted. 2. Wood forms for exposed concrete surfaces indicated to be smooth shall be constructed of Commercial Standard Douglas Fir, moisture -resistant, concrete form plywood, not less than five (S) ply, and at least nine -sixteenths (9/16) inch thick, with one (1) smooth face, or shall be forms with linings of one (1) of the following types: a. Plywood: Commercial Standard Douglas Fir, concrete form, exterior three (3) ply, not less than one-fourth (1/4) inch thick, having one (1) smooth face. b. Fiberboard: Treated, hard pressed fiberboard having a low degree of water absorptivity, not less than three -sixteenths (3/16) inch thick, with one (1) smooth side. Cylindrical Forms: Non -permanent: Form round -section members with fiber tubes constructed or laminated plies, using water-resistant type with wax -impregnated exterior for weather and moisture protection. Provide manufacturer's standard -lined interior units. b. Permanent. Form round -section members with permanent steel forms. Finish forms smooth so there is no seam. See architectural drawings for location and other requirements. c. Provide forms with sufficient wall thickness to resist loads imposed by fresh concrete without deformation. B. Forms for Unexposed Concrete Surfaces: 1. Form concrete surfaces which will be unexposed in finished structure with plywood, lumber, metal, or other acceptable material. Use lumber that is dressed on at least two (2) edges and one (1) side for tight fit. 2. Wood forms for unexposed concrete surfaces shall be built of No. 2 Common Southern Yellow Pine lumber or other material of equal qualifications (subject to Concrete Formwork and Accessories - Bridge 03 10 00 - 4 CGA — Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 5 o€10 the approval of the Architects), of sufficient thickness to sustain the loads imposed thereon, dressed to uniformly smooth contact surfaces and so constructed as to be readily removable. Void box forms shall be wax -impregnated cardboard cartons, equal to those manufactured by SureVoid Products Inc. or approved equal. Cover ribs and tops shall be made of corrugated fiberboard capable of sustaining a load of six hundred (600) pounds per square foot, (as evidenced by recorded independent testing laboratory tests). All contact surfaces of void box forms shall be coated with an approved moisture resistant compound, sized as indicated. C. Pan forms: If shown on the drawings, provide forms for concrete pan -type construction, complete with covers and end enclosures. Design units for easy removal without damaging placed concrete. Block adjoining pan units, if required, to avoid lateral deflection of formwork during concrete placement and compaction. Provide standard or tapered end forms, as shown. Factory fabricate pan forms units to required sizes and shapes, of the following materials: 1. Steel, free of dents, irregularities, sag and rust. 2. Glass -fiber reinforced plastic, molded under pressure with matched dies. D. Forms Ties: Provide factory -fabricated, adjustable length, removable or snap -off metal form ties, designed to prevent deflection, and to prevent spalling concrete surfaces upon removal. 1. Unless otherwise shown, provide ties so that portion remaining within concrete after removal of exterior parts, are at least one (1) inch from outer concrete surface. Unless otherwise indicated, provide form ties which will leave a hole not larger than one (1) inch diameter in concrete surface. 2. Form ties fabricated on project site and wire ties are not acceptable. E. Form Coating: Provide a commercially formulated release agent that will not bond with, stain nor adversely affect concrete surfaces; will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. 2.03 DESIGN OF FORMWORK A. The design and engineering of the formwork, as well as its construction, shall be the responsibility of the Contractor. All concrete members shall be adequately shored to safely support all loads and lateral pressures outlined in "Recommended Practice for Concrete Formwork" (ACI 347) without distortion, excessive deflection or other damage. All necessary forms, centering, shores and molds shall be built to conform to the shapes, lines and dimensions of the various members of concrete construction, as shown or scheduled on the drawings. They shall be sufficiently tight and so substantially assembled as to prevent bulging, or the leakage of cement paste. All forms shall be assembled to facilitate their removal without damage to the concrete. Construct forms with such care as to produce concrete surfaces which will not leave unsightly or Concrete Formwork and Accessories - Bridge 03 10 00 - 5 CGA— Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES- BRIDGE Page 6 of 10 objectionable form marks in exposed concrete surfaces. Lumber once used as forms shall have all contact surfaces thoroughly cleaned before re -use. Design, erect, support, brace and maintain formwork so that it will safely support vertical and lateral loads that might be applied, until such loads can be supported by concrete structure. Carry vertical and lateral loads to ground by formwork system and in -place construction that has attained adequate strength for that purpose. C. Design forms and faslework to include assumed values of live load, dead load, weight of moving equipment operated on formwork, ambient temperature, foundation pressures, stresses, lateral stability and other factors pertinent to safety of structure during construction. D. Design formwork to be readily removable without impact, shock or damage to cast -in - place concrete surfaces and adjacent materials. Fabricate formwork to prevent leakage of cement paste during concrete placement. Solidly buttjoints and provide backup material at joints as required, to prevent leakage and fins. 3.00 EXECUTION 3.01 FORM CONSTRUCTION A. General: Construct forms to sizes, shapes, lines and dimensions shown, and as required to obtain accurate alignment, location, grades, level and plumb work unfinished structures. Provide for openings, offsets, linkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages, inserts and other features required, Use selected materials to obtain finishes. B. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete. Kerf woad inserts for forming keyways, reglets, recesses and the like, to prevent swelling and assure ease of removal. C. Form intersecting planes to provide true, clean-cut corners, with edge grain of plywood not exposed as form of concrete. D. Faslework: Erect faslework and support, brace and maintain it to safely support vertical, lateral and asymmetrical loads applied, until such loads can be supported by in -place concrete structures. E. Provide shores and struts with positive means of adjustment, capable of taking up formwork settlement during concrete placing operations, using wedges or jacks or a Concrete Formwork and Accessories - Bridge 03 10 00 - 6 CGA—Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 7 of 10 combination thereof. Provide trussed supports when adequate foundations for shores and struts cannot be secured. Support form facing materials by structural members, spaced sufficiently close to prevent deflection. Fit forms placed in successive units for continuous surfaces, to accurate alignment, free from irregularities and within allowable tolerances. Provide camber in formwork, as required for anticipated deflections due to weight and pressures of fresh concrete and construction loads, for long span members without intermediate supports, and as required by the structural drawings. 1. Carefully inspect faslework and formwork during and after concrete placement operations, to determine abnormal deflection or signs of failure; make necessary adjustments to produce work of required dimension. G. Forms for Exposed Concrete: Drill forms from contact face to outside, to suit ties used and to prevent leakage of concrete mortar around tie holes. Do not splinter forms by driving ties through improperly prepared holes. 1. Do not use metal cover plates for patching holes or defects in forms. 2. Provide sharp, clean corners at intersection planes, without visible edges of offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Use extra studs, walers, and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips which will produce bow for form material. 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5. Form molding shapes, recesses and projections with smooth -finish materials, and install in forms with sealed joints to prevent displacement. 6. Locate form ties in level horizontal row, plumbed vertically, and in symmetrical arrangement with openings, unless otherwise noted. H. Corner Treatment: Form exposed corners of beams and columns to produce square, smooth, solid, unbroken lines, except as otherwise indicated. 1. Form chamfers with 3/4" x 3/4" strips, unless otherwise indicated, accurately formed and surfaced to produce uniformly straight lines and tight edge joints. Extend terminal edges to required limit and miter chamfer at changes in direction. 2. Unexposed corners may be formed either square or chamfered. Control Joints: see " Cast -in -Place Concrete" section for treatment of control and construction joints, including wood screeds, metal keyways and sawcuts. Locate as indicated. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades, including those under separate prime contracts (if any). Size and location of openings, recesses, and chases are responsibility of trade requiring such items. Accurately place and securely support items to be built into forms. Concrete Formwork and Accessories - Bridge 03 10 00 - 7 CGA— Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 8 of 10 Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is to be placed. Re -tighten forms after concrete placement if required to eliminate leaks. 3.02 FORM COATINGS A. Coat form contact surfaces with form release agent before reinforcement is placed. Do not allow excess material to accumulate in forms or to come into contact with reinforcement or surfaces which will be bonded to fresh concrete. Apply in compliance with manufacturer's instructions. Coat steel forms with non -staining, rust preventive release agent or otherwise protect against rusting. Rust -stained steel formwork is not acceptable. 3.03 INSTALLATION OF EMBEDDED ITEMS A. General: Set and build into work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in -place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of items to be attached. 3.04 SHORES AND SUPPORTS A. Comply with ACI 347, for shoring and reshoring in multi -story construction, and as herein specified. B. Extend shoring under floor or roof being placed to below Ground Level floor. Shore floor directly under floor or roof being placed, so that loads from construction above will transfer directly to these shores. Space out shoring in stories below this level in such a manner that no floor member will be excessively loaded. Extend shores beyond minimum if required to insure proper distribution of loads throughout structure. C. Remove shores and reshore in a planned sequence to avoid damage to partially cured concrete. Locate and provide adequate reshoring to safely support work without excessive stress or deflection. D. Keep reshores in place fifteen (15) days minimum after placing upper tier, and longer if required, until concrete has attained its required twenty-eight (28) day strength and heavy loads due to construction operations have been removed. 3.05 REMOVAL OF FORMS A. Formwork not supporting concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at on less than 50 degrees Fahrenheit (10 degrees Celcius) for forty-eight (48) hours after placing concrete, Concrete Formwork and Accessories - Bridge 03 10 00 - 8 CGA — Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 9 of 10 provided concrete is sufficiently hard to not be damaged by form removal operations, and provided that curing and protection operations are maintained. B. Formwork supporting weight of concrete, such as beam soffits, joist, slabs and other structural elements, may not be removed until concrete has attained the following percentages of the design minimum twenty-eight (28) day compressive strength: Joist pans and beam bottoms (if shored) 75% Flat slabs (if shored) 75% Shoring for floor system 85% C. Determine potential compressive strength of in -place concrete, by testing field -cured specimens representative of concrete location or members, as specified in concrete work sections. 19 F. In the absence of strength tests and under normal conditions, the minimum curing period prior to form removal shall be as follows: Above 50F to 40F to Less than Temperature 60F 60F 50F 40F Side Forms of Beams & Walls 2 days 2 days 3 days See Dote & Columns Below Bottom Forms 7 days 7 days 10 days of Slabs * Bottom Shores 14 days 18days 21 days Of Beam & Joists * For slabs spanning more than six (6) feet, add one (1) day for each two (2) additional feet, or fraction thereof. Note*: When temperatures below 40 degrees Fahrenheit prevails, the forms shall remain in place an additional period equal to the time the structure has been exposed to such lower temperature. Observance of the minimum curing periods listed above does not relieve the Contractor of the responsibility for the safety of the structure during construction. F. All beams, joists, and slab required to support future construction shall be reshored. Reshores must be plumb and special care should be taken in installation of wedges or jacks to insure concentric loading. Operations shall be performed so that at no time will large areas of new construction be required to support their own weight. The forms shall be removed from one beam at a time and the beam should be reshored before any Concrete Formwork and Accessories - Bridge 0310 00 - 9 CGA— Lake Worth Trail Phase 1A 03-10-01 CONCRETE FORMWORK & ACCESSORIES - BRIDGE Page 10 of 10 other supports are removed, from one bay of joists and rehired before any other supports are removed. Reshores shall be located in the same position on each floor so that they will be continuous in their support from floor to floor. G. Wood forms shall be completely removed from under floors, ramps, steps and similar places (through temporary openings, if necessary) in order that no material will be left to rot or to be infested by insects. Exercise care, in the removal of any form, to avoid damaging concrete surfaces. 3.06 REUSE OF FORM A. Clean and repair surfaces of forms to be reused in work. Split, frayed, delaminated or otherwise damaged from facing material will or be acceptable. Apply new form release agent material to concrete contact surfaces as specified for new formwork. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Architect. 3.07 CLEANUP A. Clean up all debris caused by the work of this Section, keeping the area clean and neat at all times. END OF SECTION Concrete Formwork and Accessories - Bridge 03 10 00 - 10 CGA — Lake Worth Trail Phase 1A SECTION 03 20 00 CONCRETE REINFORCEMENT - BRIDGE 1.00 GENERAL 1.01 RELATED DOCUMENTS 03-20-00 CONCRETE REINFORCEMENT- BRIDGE Page 1 of 3 A. Drawings, Bidding Requirements, Contract Forms, Conditions of the Contract and Division 1 — General Requirements apply to the work of this section. 1.02 DESCRIPTION OF WORK A. Furnish all labor, materials, tools, equipment and related items required to fabricate and place reinforcement for cast -in -place concrete, including bars, welded wire fabric, ties and bar supports. B. Related work specified in other sections: 1. Testing Laboratory Services — Section 0145 23 2. Concrete Formwork -Bridge —Section 03 10 00 3. Cast -in -Place Concrete - Bridge -- Section 03 30 00 1.03 QUALITY ASSURANCE A. Reference Standards ( latest edition): 1. ACI 301, Specifications for Structural Concrete for Buildings 2. ACI 318, Building Code Requirements for Reinforced Concrete 3. ASTM A615, Specification for Deformed Billet Steel Bars for Concrete. 4. ASTM A185, Specifications for Welded Steel Wire Fabric for Concrete Reinforcement. 5. Concrete Reinforcing Steel Institute, Manual of Standard Practice. 6. "Details and Detailing of Concrete Reinforcement", ACI 315 B. Allowable Tolerances: 1. Fabricating: a. Sheared length: Plus or minus 1" b. Stirrups and ties: Plus or minus 1/2". c. Members more than 8" but not over 2'-0" deep: Plus or minus 1/2". d. Members more than 2'-0" deep: Plus or minus 1". e. Crosswise of members: Space evenly within 2" of stated separation. f. Lengthwise of members: Plus or minus 2". 2. Maximum bar relocation to avoid interference with other reinforcing steel, conduits or other embedded item: 1 bar diameter. C. Testing Laboratory Services. Refer to section 0145 29. 1.04 SUBMITTALS Concrete Reinforcement - Bridge 03 20 00 - 1 CGA — Lake Worth Trail Phase 1A 03-2D-00 CONCRETE REINFORCEMENT- BRIDGE Page 2 of 3 A. Shop Drawings: Include complete bending diagrams, assembly diagrams, splicing and laps, and rods, shapes, dimensions and details of bar reinforcing and accessories. 1. Show diagrammatic elevations of walls at scale large enough to clearly show position and erection marks of marginal bars, around openings, dowels, splices, etc., for these bars. 2. Show complete layout plan for each layer of reinforcing of structural slabs and beams showing number, arrangement, spacing, location, marking, orientation, etc., of reinforcement required for layer being described. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to project site in bundles marked with metal tags indicating bar size, length and mark. B. Unload reinforcing carefully to prevent damage. Store above ground in dry, well drained area; protect from mud, dirt and corrosion. 2.00 PRODUCTS 2.01 MATERIALS A. Reinforcing Bars: ASTM A615, deformed billet steel bars, domestic manufacture, Grades 60 and/or 75 as indicated on structural drawings. B. Welded Wire Fabric Reinforcing: ASTM A185, domestic manufacture, steel wire spot welded at intersections and of size indicated. Furnish in flat sheets, not rolls. C. Metal Accessories: Include spacers, chairs, bolsters, ties and other devices necessary for properly placing, spacing, supporting and fastening reinforcement in place, conforming to requirements to CRSI "Manual of Standard Practice for Detailing Reinforced Concrete Structures". Metal accessories shall be galvanized where legs will be exposed in finished concrete surfaces. D. Tie Wire: FS QQ-W-461, black enameled steel, 16 ga. min. E. Reinforcing bars to be welded: ASTM A706, "Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement." 2.02 FABRICATION A. In accordance with CRSI "Manual of Standard Practice". 3.00 EXECUTION 3.01 PREPARATION Concrete Reinforcement - Bridge 03 20 00 - 2 CGA—Lake Worth Trail Phase 1A 03-20-00 CONCRETE REINFORCEMENT - BRIDGE Page 3 of 3 A. Cleaning: Before placing in work, thoroughly clean reinforcement of loose rust, mill scale, dirt, oil and other coating which might tend to reduce bonding. Reinspect reinforcing left protruding for future bonding, or following delay in work, and reclean if necessary. 3.02 INSTALLATION A. Bar Placement: In accordance with ACI 301, ACI 318 and CRSI "Manual for Standard Practice" 1. Bending: Bend bars cold; do not heat reinforcing or bend by makeshift methods. Discard bent, kinked or otherwise damaged bars. 2. Splices: In accordance with ACI 301 and ACI 318. B. Wire Fabric Placement: 1. Install in longest practicable length. 2. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. 3. Offset end laps in adjacent widths to prevent continuous lap. 4. Keep wire in proper position during concrete placement. 5. All wire fabric shall be delivered in flat sheets, not rolled. END OF SECTION Concrete Reinforcement - Bridge 03 20 00 - 3 CGA — Lake Worth Trail Phase lA SECTION 03 30 00 CAST -IN -PLACE CONCRETE - BRIDGE 1.00 GENERAL 1.01 RELATED DOCUMENTS o3-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 1 of 17 A. Drawings, Bidding Requirements, Contract Forms, Conditions of the Contract and Division 1 — General Requirements apply to the work of this section. 1.02 DESCRIPTION OF THE WORK A. Work Included: Furnish all labor, materials, tools, equipment and related items required for the following: 1. Furnish and place cast -in -place concrete. 2. Grouting structural steel. 3. Finishing and curing concrete. 4. Furnish concrete for drilled piers. 5. Concrete mix designs. 6. Laboratory testing of concrete. B. Related work specified in other sections: 1. Testing Laboratory Services —Section 0145 23 2. Drilled Piers - Bridge — Section 03 63 29 3. Concrete Formwork - Bridge — Section 03 10 00 4. Concrete Reinforcement -Bridge —Section 03 20 00 1.03 SUBMITTALS A. Submit to the Architect four (4) copies of proposed laboratory trial mix designs in accordance with Method 1 ACI 301, or one (1) copy each of thirty (30) consecutive test results and the mix design used from a record of past performance in accordance with ACI 301, Method 2. B. Submit manufacturer's data showing compliance with Specifications for the following products: 1. Curing compounds. 2. Sealer. 3. Non -shrink grout. 4. Waterstop. 5- Floor hardener. 6. Admixtures. 7. Sieve analyses of aggregates, compliance with specifications. indicating source of aggregates and certification of Cast -In -Place Concrete - Bridge CGA -- Lake Worth Trail Phase 1A 03 30 00 - 1 03-30-00 CAST IN PLACE CONCRETE- BRIDGE Page 2 of 17 1.04 CONCRETE MIX DESIGNS A. Selection of Proportions: Proportions of ingredients for concrete mixes shall be determined by an independent testing laboratory, in accordance with the requirements of Chapter 4 of the ACI Standard "Building Code Requirements for Reinforced Concrete" (ACI 318), to provide the characteristics listed on the drawings for each class of concrete. 1. General: Concrete shall be composed of Portland Cement, fine aggregate, coarse aggregate, water, water -reducing admixture and an air entraining admixture, where specified. Proportions of ingredients shall produce a mixture which will work readily into corners and angles of forms and bond to reinforcement without segregation or excessive bleed water forming on the surface. Proportioning of materials shall be in accordance with ACI 211.1, "Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete." and or ACI 211.2, Standard Practice for Selecting Proportions for Structural Lightweight Concrete". 2. Required Average Strength above Specified Strength: Determinations of required average strength above specified strength shall be based on the standard deviation record of the production facility, in accordance with ACI 301, "Specifications for Structural Concrete for Buildings". Calculation of standard deviation of compressive strength results shall be in accordance with ACI 214, "Recommended Practice for Evaluation of Strength Results of Concrete". Where the standard deviation record exceeds 600 psi. or if a suitable record of strength test performance is not available, proportions shall be selected to produce an average strength at least 1200 psi greater than the specified strength f'c. 3. Trial mix designs and strength tests, made by a qualified independent materials laboratory, in accordance with ACI 301, Method 1, are required for the following types of concrete: a. Normal weight concrete with specified strength in excess of 4000 psi, to be poured at the job site. b. All concrete designs for which a suitable experience record is not available, as specified in the following articles. 4. Mix designs based on a record of past performance in accordance with ACI 301, method 2, may be provided by a qualified concrete supplier or precast concrete manufacturer for concrete designs other than those designated in Article 3. Mix design shall be certified by an independent testing laboratory. 5. All concrete mix designs shall include the following information: a. Proportions of cement, fine and coarse aggregates, and water. b. Water/cement ratio, design strength, slump and air content. c. Type of cement and aggregates. d. Air dry density. e. Type and dosage of all admixtures. f. Special requirements for pumping. g. Range of ambient temperature and humidity for which the design is valid. Cast-] n-Place Concrete - Bridge 03 30 00 - 2 CGA— Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 3 of 17 h. Any special characteristics of the mix which require precautions in the mixing, placing or finishing techniques to achieve the finished product specified. 6. The testing laboratory providing concrete mix designs shall be selected by the Contractor, approved by the Architect and paid for by the Contractor. 1.05 LABORATORY TESTING AND INSPECTION A. The Owner will engage an Independent Testing Laboratory that will be responsible for all testing and inspection of the cast -in -place concrete work. However, the Contractor shall provide and pay for the necessary testing services of the following: 1. Qualification of proposed materials and the establishment of mix designs in accordance with "Building Code Requirements" of mix designs in accordance with "Building Code Requirements for Reinforced Concrete" ACI 318. 2. Other testing services needed or required by the Contractor. B. To facilitate testing and inspection, the Contractor shall: 1. Furnish necessary labor to assist testing agency in obtaining and handling samples at the job site. 2. Advise the testing agency in advance of operations, to allow for the assignment of testing personnel and testing. 3. Provide and maintain for the use of the testing agency adequate facilities for proper curing of concrete test specimens on the project site, in accordance with ASTM C31, "Making and Curing Concrete Test Specimens in the Feld." C. Authority and Responsibilities of the Owner's Testing Laboratory: 1. The laboratory representative shall immediately notify the Architect and the Contractor of any deviations from Specifications and approved design mixes which he observes at the mixing plant or the job site. 2. If, in the opinion of the laboratory representative, the deviations observed will be probable cause for subsequent rejection of the material, he shall so inform the Contractor and Architect, so that a timely decision as to whether or not to continue operations can be made. 3. Subsequent to on -the -spot verbal notification, the laboratory shall file a written report of any deficiencies or deviations noted, including a summary of conversations and decisions made and action taken at the time, in accordance with paragraph 1. 4. The testing laboratory shall control field adjustments made to concrete mixes to compensate for field conditions, and report same, in accordance with paragraph 1. D. Test Cylinders: Make at least one (1) test of each day's placement or each one hundred (100) cu. yards, whichever comes first, on each different portion or section of the work. Mold and cure specimens in accordance with ASTM C31, and test in accordance with ASTM C39. Take specimens after all water has been added. Test Cylinders shall be made and tested by the laboratory in accordance with ASTM C 172. Footings, walls and floor systems constitute different sections. Each test shall consist of four (4) specimens, two (2) of which shall be broken at seven (7) days, and two (2) at twenty-eight (28) days. Determine temperature and air content for each set of test cylinders in accordance with ASTM C231. Cast -In -Place Concrete - Bridge 03 30 00 - 3 CGA — Lake Worth Trail Phase 1A 03-30-00 CAST 1N PLACE CONCRETE - BRIDGE Page 4 of 17 E. Field Quality Control: 1. Determine slump for each strength test and whenever consistency of concrete appears to vary, in accordance with ASTM C143. 2. Monitor addition of water to concrete and length of time concrete is allowed to remain in truck. 3. Certify delivery tickets indicating class of concrete, amount of water added during initial batching and time initial batching occurred. F. Source Quality Control: Periodically inspect and control concrete mixing and loading of transit mix trucks at batch plant at intervals as agreed to by Architect and laboratory personnel. G. Evaluation and Acceptance: 1. The strength level of the concrete will be considered satisfactory if the averages of all sets of three consecutive strength test results equal or exceed specified strength and no individual test result (average of two cylinders) is below specified strength by more than 500 psi. 2. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, is below the specified requirements, the Contractor shall provide improved curing conditions of temperature and moisture and/or propose adjustments to the mix design, to secure the required strength. Also, if the average strength of the laboratory control cylinders should fall so low as to be deemed unacceptable, the Contractor shall, at his expense, follow the core test procedure set forth in ACI 301, Chapter 17, in locations approved by the Architect. If the results of the core tests indicate, in the opinion of the Architect, that the strength of the structure is inadequate, such replacement, load testing, or strengthening as may be ordered by the Architect shall be provided by the Contractor without cost to the Owner. 3. Completed concrete work will be accepted when the requirements of "Specifications for Structural Concrete for Buildings, "ACI 301, Chapter 18, have been met. 1.06 QUALITY ASSURANCE A. The latest edition of all standards referenced in this section shall apply, unless noted otherwise. B. Materials and work shall conform to the requirements of all standards, codes, and recommended practices required in this Section. In conflicts between standards, required standards and this Specification, or this Specification and the local Building Code, the more stringent requirement shall govern. 1. Referenced Standards: a. ACI 301, "Specifications for Structural Concrete for Buildings", ACI 301-72 (revised 1981) b. "Building Code Requirement for Reinforced Concrete", ACI 318. c. ASTM C94, Standard Specifications for Ready -Mix Concrete. d. "Hot Weather Concreting, 1977" (ACI 305) e. "Cold Weather Concreting, 1978" (ACI 306). Cast -In -Place Concrete - Bridge 03 30 00 - 4 CGA — Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 5 of 17 f. "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete", (ACI-304) g. "Standard Practice for Consolidation of Concrete", Committee Report (ACI-309). 2. Field Reference Manual: Contractor shall have available in the field office "Specifications for Structural Concrete for Buildings" with selected references of ACI SP-15 (81). 2.00 PRODUCTS 2.01 MATERIALS FOR STRUCTURAL CONCRETE A. Portland cement shall conform to the requirements of ASTM Designation C 150, Type I or Type III or ASTM Designation C 595, Type IP. Only one (1) brand of cement shall be used throughout the work. (Note: Type li cement may be required by geotech report; Engineer to verify) B. Fine aggregate shall conform to the applicable requirements of the current edition of ASTM Designation C33, and shall be natural bank or river sand, washed and screened, consisting of hard, durable, uncoated particles free of deleterious matter, and shall be so graded from coarse to fine, as to produce a minimum percentage of voids. Representative samples from each proposed source of supply shall be submitted to the testing laboratory for approval before any shipment is ordered, and all fine aggregate used shall, within reasonable limits, conform to approved samples. C. Coarse aggregate for hardrock concrete shall conform to the applicable requirements of the current edition of ASTM Designation C 33, shall be gravel or crushed stone suitable processed, washed and screened, and shall consist of hard, durable particles without adherent coatings. D. Concrete Admixtures: Provide admixtures produced and serviced by established, reputable manufacturers and use in compliance with manufacturer's recommendations. Do not use admixtures which have not been incorporated and tested in accepted mixes. 1. Air -entraining agent, conforming to ASTM C 260. Use of air entrainment and corresponding reduction in w/c ratio shall be noted on the mix designs. 2. Water -reducing Admixtures: ASTM C494, Type A. 3. Set -controlling Admixtures: ASTM C494, and as follows: a. Type C, Accelerating. b. Type D, Water -reducing and Retarding. c. Type E, Water -reducing and Accelerating. d. Type F, Water -reducing, high -range. (superplasticizer). e. Type G, Water -reducing, high -range and retarding (superplasticizer). f. Field Service: When requested a qualified concrete technician employed by the manufacturer shall be available to assist in proportioning concrete materials for optimum use, to advise on proper use of the admixture, and adjustment of concrete mix proportions to meet job site and climatic conditions. g. Obtain approval of the Architect, in writing, before using set -controlling admixtures. Cast -In -Place Concrete - Bridge 03 30 00 - 5 CGA — Lake Worth Trail Phase 1A 03-30.00 CAST IN PLACE CONCRETE - BRIDGE Page 6 of 17 4. Calcium chloride will not be permitted in the concrete admixtures. Do not use admixtures containing more than 0.05% chloride ions. 5. Certification: Written conformance to above mentioned requirements and the chloride ion content will be required from the admixture manufacturer prior to mix design review by the Engineer. 6. Fly Ash conforming to ASTM C 618, Class "C" may be used in non -architecturally exposed concrete. Carbon content may not exceed 3% by volume. a. When requested, certification attesting to the carbon content and compliance with ASTM C 618, shall be furnished. 2.02 WATER A. Use City water. 2.03 CURING MATERIALS A. Materials providing water retention not exceeding loss of 0.055 gm/cm2 when used at a coverage of 200 square feet per gallon and tested in accordance with ASTM C 156. 1. Curing compound shall conform to the requirements of ASTM C 309, "Specifications for Liquid Membrane -Forming Compounds for Curing Concrete," equal to "Sealtight AR-30- C". Curing Compound used on exposed concrete walls and columns shall be non - discoloring, fast drying and shall be conclusively demonstrated not to darken or yellow with age. Curing compound for use on concrete floor surfaces to receive resilient flooring or other adherent covering shall be specially formulated for such use and shall be certified by the manufacturer not to inhibit the bonding qualities of flooring adhesives. Acceptable sources: Master Builders, W.R. Meadows, Dayton Superior. 2. Curing and sealing compound shall be an acrylic sealer equal to "Sealtight CS-309" as manufactured by W.R. Meadows, Inc. or "Sealco 309" as manufactured by the Gilford Hill Co. Use of these products shall be limited exclusively to permanently exposed concrete surfaces. 2.04 FINISHING MATERIALS A. Cement floor leveling compound shall be Camp's "Latex Mix" (liquid Felt up to 1/8" over 1/8" mix with Portland Cement and Sand) as distributed by the Tichenor Company Dallas, Texas, or approved equal. B. Retarder shall be "E.A.0 Super Tuf-coat 66" retarder as manufactured by Preco Chemical Corporation, or approved equal. Color shall be as recommended by the manufacturer. 2.05 MISCELLANEOUS MATERIALS A. Waterstops shall be made of virgin polyvinyl chloride compound and shall have the following properties: Cast -In -Place Concrete - Bridge 03 30 00 - 6 CGA — Lake Worth Trail Phase 1A o3-3a-00 CAST IN PLACE CONCRETE - BRIDGE Page 7 of 17 Tensile Strength 3,000 psi Ultimate Elongation 400% Brittleness Temperature -35OF Waterstops shall be produced by an extrusion process and shall be uniform in dimension, homogenous and free from porosity. Unless otherwise shown, use waterstops of 6-inch minimum width and 3/8-inch minimum thickness. Use dumbell type at construction joints unless noted otherwise. B. Expansion joint material shall be preformed expansion joint material, conforming to ASTM D 1751. C, Vapor retarder under any slab on grade in areas with moisture sensitive flooring shall be 15- mils thick polyolefin sheet conforming to ASTM E1745, Class A, raving a maximum permearce of 0.02 perms when tested in accordance with ASTM E96, Tape for joints shall have at least the same permeability as the vapor barrier specified and shall be a minimum of four (4) inches wide. Acceptable products are Stego Products "Stego Wrap 15", Reef Industries "Vaporguard", and W. R. Meadows "Ferminator 15 mil". D. Drainage matting for basement walls shall be as specified in Section 07110 Membrane water proofing. E. Drilled anchor bolts shall be F. Touch-up coating for field application to metal accessories shall be ZRC Cold Galvanizing Compound as manufactured by ZRC Chemical Products, Quincy, Mass. G. Anchor slots to receive inserts for anchoring masonry units, cast stone, and marble to concrete shall be continuous No. 22 gauge, galvanized sheet steel, with dovetailed slots, complete with felt lining, equal to No. 305, made by Hohmann & Barnard, Inc., New York, New York, or approved equal. Slots shall be one (1) inch wide and seven eights (7/8) inch deep. 2.06 NON -SHRINKING GROUT A. Non -shrink Grout: Pre -mixed, non -shrinking, high strength grout. Compressive strength in twenty-eight (28) days shall be 5000 psi. minimum, but in no case less than the specified strength of the base concrete. Manufacturer shall provide evidence that the material meets the criteria of the Corps of Engineers Specification No. CRD-C-621. Grout permanently exposed to view shall be non -oxidizing. Metallic grout may be used in other locations. Gifford -Hill Co. — "Supreme" Master -Builders Co. — "Masterflo 713" 2.07 EPDXY Cast -In -Place Concrete - Bridge 03 30 00 - 7 CGA -- Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 8 of 17 A. Epoxy Adhesive: Shall conform to ASTM C881. Acceptable manufacturer's are: "Euco Epoxy 463 or 615, made by the Euclid Chemical Co., or "Sikadur Hi -Mod", by Sika Chemical Corp. The compound shall be a two (2) component, 100% reactive compound suitable for use on dry or damp surfaces. 2.08 ANCHORING CEMENT A. Anchoring cement for grouting anchor bolts and dowels shall be "SUPER POR-ROK" (Exterior Anchoring Cement), as manufactured Minwax Construction Products Division, Montvale, New Jersey. 2.09 SAND -CEMENT GROUT A. Sand -cement grout shall be a mixture of one (1) part Type I Portland Cement and three (3) parts clean, natural sand, conforming to ASTM C 330. Water content shall be five and one- half (5 1/2) gallons per sack of cement, maximum. 2.10 BONDING COMPOUND A. Two component, moisture insensitive, extended pot life, such as "Euco-Weld" made by Euclid Chemical Company, or approved equal. 2.11 SEALER A. Sealer shall be "KRSTL-PLATE" as manufactured by Vestal Laboratories, St. Louis, Mo., or approved equal by the Architect. 3.00 EXECUTION 3.01 PRODUCTION OF CONCRETE A. Concrete shall not be mixed for placing in the work until mix designs and corresponding strength tests reflect that each proposed mix will develop the strengths required, nor before the mix design for each class of concrete has been approved by the Architect for use on the project. B. Measuring Ingredients: 1. The ingredients for concrete shall be measured separately for each batch. 2. The proportions of aggregates to cement shall be such as to produce concrete that will work readily into the corners and angels of the forms and around the reinforcement and inserts without excessive vibration, puddling or spading, and without permitting the ingredients to separate or free water to collect on the surface of the concrete. The combined aggregates shall be of such combination of sizes as not to produce harshness in placing or honeycombing in the structure. The ratio between fine and coarse aggregates shall be as directed by the testing laboratory, but may be modified, when and as directed, in order to obtain a denser or more workable mix without altering the Cast -In -Place Concrete - Bridge 03 30 00 - 8 CGA — Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 9 of 17 ratios, (between cement and the combined aggregates prescribed by the testing laboratory). 3. Water shall be so measured as to assure uniform proportions, in the required quantities, throughout successive batches. Methods employed for measuring the water shall be such as to permit close and positive control over the ratio of water to cement, and shall afford ready check by the testing laboratory. Water shall be limited to the minimum quantity required to produce concrete of workable consistency. The effect of the cement -dispersing agent to be used shall be taken into consideration in determining the amount of water to be used. The maximum quantity of water specified shall include the free moisture content retained by the aggregates. The accumulation of water on the surface of the concrete during placing shall be prevented by making appropriate adjustments in the mixture. C. Maximum replacement of cement with fly ash shall be 20% by weight. D. Mixing: Transit -mixed concrete conforming to the requirements of ASTM C 94, shall be used in lieu of concrete mixed at the job site. Concrete shall be transported or used in any case after a period in excess of ninety (90) minutes has elapsed after the introduction of water into the mixer. The agency supplying transit -mixed concrete shall have a plant of sufficient capacity, and adequate transportation facilities, to assure continuous delivery at the rate required. The frequency of deliveries to the site of the work must be such as to provide for placing the concrete continuously throughout any one (1) pour. 3.02 PLACING CONCRETE A. Preparation: 1. Equipment for chuting, pumping and pneumatically conveying concrete shall be of such size and design as to assure a practically continuous flow of concrete at the delivery end without separation of the materials, and all the details thereof shall be submitted to the Architect for approval in advance of the use of such equipment. The use of gravity -flow or aluminum chutes or conveyors for transporting concrete horizontally will not be permitted. 2. Inserts: Give the various trades and subcontractors ample notification and opportunity to install any and all anchors, nailers, pipes, conduits, boxes, inserts, thimbles, sleeves, frames, vents, wires, supports or other items required to be built into the concrete by the provisions of the drawings or of the Specifications governing the work of such trades and subcontractors, or as may be necessary for the proper execution of their work. Obtain suitable templates or instructions for the installation of such items as are not required to be actually placed in the forms by the affected trades or subcontractors themselves. 3. Contractor shall provide access for delivery and sufficient equipment and manpower to rapidly place all concrete. a. All work shall be in accordance with ACI 304-73, "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete". b. Formwork shall have been completed. Snow, ice, water and debris shall have been removed from within forms. Cast -In -Place Concrete - Bridge 03 30 00 - 9 CGA—Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE- BRIDGE Page 10 of 17 c. Expansion joint material, anchors, and all embedded items shall have been positioned. 4. Thoroughly wet all forms and contact surfaces before pouring concrete. 5. Apply drainage matting to all vertical rock surfaces which are to serve as a form for basement wall. B. Conveying Concrete: 1. Convey concrete from the mixer to the place of final deposit, by methods which will prevent the separation or loss of the ingredients. Concrete to be conveyed by pumping will require approval of the Engineer, for each class of concrete specified, before being used. In general, it is the intent of these Specifications that architecturally exposed concrete will not be pumped. C. Depositing Concrete: 1. General: Place concrete .in reasonable uniform layers, approximately horizontal, and not more than twelve (12) inches deep, except for columns which may be poured full height, exercising care to avoid vertical joints or inclined planes. The piling up of concrete in the forms, in such manner as to cause the separation or loss of any of its ingredients, will not be permitted. Concrete which has partially set or hardened shall not, under any circumstances, be deposited in the work. Place concrete in the forms as nearly in its final position as is practical to avoid rehandling. Exercise special care to prevent splashing the forms or reinforcement with concrete. Remove any hardened or partially hardened concrete which has accumulated on the forms or reinforcement before the work proceeds. Do not place concrete on previously deposited concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the respective member or section, except as hereinafter specified. Do not permit concrete to drop freely any distance greater than three (3) feet. Where longer drops are necessary, use a chute, tremie, or other approved conveyance to assist the concrete into a place without separation. Do not pour concrete directly into any excavations where water is standing. If the place of deposit cannot be successfully pumped dry, pour through a tremie with its outlet end near the bottom of the place of deposit. 2. Slump: Concrete shall not be placed when its plasticity, as measured by slump tests, is outside the limits shown on the drawings. 3. Classes of Concrete and Usage: Concrete, of the several classes of concrete required, shall have the characteristics shown on the drawings. 4. Vibration: As soon as concrete is deposited, thoroughly agitate the same by means of mechanical vibrators and suitable hand tools, so manipulated as to work the mixture well into all parts and corners of the forms, and entirely around the reinforcement and inserts. Mechanical vibrators shall have a minimum frequency of 7000 revolutions per minute and shall be operated by competent workmen. Over vibrating and use of vibrators to transport concrete within forms shall not be allowed. Vibrators shall be inserted and withdrawn at regular intervals, from eighteen (18) to thirty (30) inches apart. At each insertion, the duration shall not be sufficient to cause segregation, generally from five to fifteen seconds duration. A spare vibrator shall be kept on the job Cast -In -Place Concrete - Bridge 03 30 00 -10 CGA — Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 11 of 17 site during all concrete placing operations. Do not insert vibrator into lower courses that have begun to set. 5. Bonding: Before depositing any new concrete on or against previously deposited concrete which has partially or entirely set, the surfaces of the latter shall be thoroughly roughened and cleaned of all foreign matter, scum and laitance. The forms shall be retightened and the surface of the previously deposited concrete shall be slushed with water on bonding agent. The work shall be performed in such a manner as to assure complete bonding of the newly poured concrete to that previously placed. 6. Construction Joints: Except as otherwise specifically indicated on the drawings each footing, pier, column, beam and slab shall be considered as a single unit of operation, and all concrete for the same shall be placed continuously in order that such unit will be monolithic in construction. Should construction joints prove to be absolutely unavoidable, the same shall be located at or near the midpoints of spans. Additional construction joints shall not be made under any circumstances without the written approval of the Architects. 7. Walls: Construct concrete walls to the heights, thicknesses and profiles shown on the drawings. Wall surfaces which will be permanently exposed to view shall have all fins removed and all holes, voids and honeycombed places filled. Those surfaces shall have a rubbed finish. 8. Columns: Place concrete through a tremie to assist the concrete flow in and about the bars and ties or spirals. Pour concrete in the columns up to a height of one (1) inch below the soffit of the deepest intersection beam or slab. Secure each column to its support footing with steel dowels of the sizes and number shown on schedules. 9. Beams: Do not place concrete in any beams until the concrete in the supporting members has set at least twenty-four (24) hours. Construct tops of all beams to the camber shown on the drawings or schedule. 10. Slabs: a. Pour the slabs with proper offsets, slopes to drains, etc., as shown or noted, and finish as specified. b. All concrete slabs above the ground level shall be poured to the required thickness as indicated on schedules. c. Outside bars of slab reinforcement, both main and temperature steel, parallel to beams or wall, shall be placed not farther than one-half (1/2) bar spacing away from the adjacent face of such parallel member. 11. Pan Joists: Such slabs shall be of the respective joists spacing and thickness shown on the drawings. Pour the slabs with proper offsets, slopes to drain, etc., as shown or noted on the drawings. 12. Concrete on Metal Deck a. Before placing concrete on metal deck, clean surfaces to remove all dirt and debris. Use compressed air if necessary. 13. Concrete Platforms and Foundations for Mechanical and Electrical Equipment: Concrete fill shall be normal weight concrete (2500 psi). Reinforce normal weight concrete fill with welded steel wire fabric, 4x4-W1.4xW1.4, set midway in fill. Trowel concrete topping to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of normal weight concrete fill, accurately located by templates. Cast -In -Place Concrete - Bridge 03 30 00 -11 CGA W Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 12 of 17 14. Protective Slabs: Where protective slabs are indicated on the drawings, it shall be normal weight concrete (3000 psi min.) with minimum thickness of three and one-half (3-1/2) inch. Reinforce protective slabs with 6x6-W2.OxW2.9 WWF reinforcing. Finish slab as specified under Article 3.12, paragraph D — "Troweled Finish". 15. Miscellaneous: Construct any and all items of concrete work required for or in connection with the satisfactory completion of the project, whether each such item is specifically shown or referred to. D. Anchor Bolt Placement: 1. Use templates to set all anchor bolts and secure in proper position before placing concrete. "Stabbing" bolts is not permitted. E. Weather Conditions: 1. Cold Weather: Concreting shall conform to requirements of ACI 306.1. Temperature of concrete delivered at the job site shall conform to the following minimum: Air Temperature Concrete Temperature 30 to 45 degrees F. 55 to 90 degrees F. 0 to 30 degrees F. 60 to 90 degrees F. Below 0 degrees F. 65 to 90 degrees F. Water heated to above 100 degrees F. shall be combined with the aggregates before cement is added. Cement shall not be added to water or aggregates having a temperature greater than 100 degrees F. a. Work shall be in accordance with ACI 306R-88, "Cold Weather Concreting". b. When the outdoor temperature is less than 40 degrees F. temperature of the concrete shall be maintained at not less than 50 degrees F. for the required curing time. 1) Arrangements shall be made before placement to maintain required temperature without injury from excessive heat. 2) Combustion heaters shall not be used during the first forty-eight (48) hours without precautions to prevent exposure of concrete and workmen to exhaust gases containing carbon dioxide and carbon monoxide. 2. Hot Weather: Temperature of concrete delivered at the job site shall not exceed 95 degrees F. Ingredients shall be cooled before mixing to prevent concrete temperature in excess of 95 degrees F. a. All work shall be in accordance with ACI 305R-89, "Hot Weather Concreting". b. Use an evaporation retarder/finishing aid, equal to "Confilm" by Master Builders. 3.03 FILL FOR STEEL PAN STAIRS A. Mix one (1) part Portland Cement, two (2) parts crushed stone or gravel passing a one- fourth (1/4) inch sieve and retained on a one -eighth (1/8) inch sieve, measured by volume, and with only sufficient water to produce a dry consistency for proper placing and finishing. Cast -In -Place Concrete - Bridge 03 30 00 -12 CGA —Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 13 of 17 B. Placing: Place fill and reinforcement in all steel pan treads and intermediate platforms. Reinforcement shall be welded steel wire fabric, 2"x2" by 14 ga., extending over the entire area of each tread and platform and properly supported one-half (1/2) inch above the bottom of the steel pans. After sufficient hardening of the concrete fill, steel trowel the exposed surface to a smooth, even, dense finish. 3.04 INSTALLATION OF VAPOR BARRIER A. Granular fills shall be smooth. Install vapor barrier to form a continuous layer under concrete slabs on grade. At laps, film shall be lapped not less than six (6) inches. Seal with four (4) inch wide pressure sensitive tape with same perm rating as vapor barrier. Carefully cut film around pipes and conduits and the apply tape around these protrusions. B. Install vapor barrier to form a continuous layer under the slab and above void boxes supporting a structural floor. 3.05 INSTALLATION OF NON -SHRINK GROUT (Under base plates) A. Grout under all bearing plates, immediately after setting plates, before additional load is applied. B. Preparatory Work: Clean slab, or foundation with liberal amounts of water. Remove all oil, grease and paint from areas of base plates or foundations to be grouted. Roughen slab and remove all waste materials, dirt, chips, oil, and excess water from anchor bolts, slab or foundation. Have all necessary tools and materials as near to the area to be grouted as possible to permit rapid and continuous work with grout. Anchor all forms securely to prevent movement during placing or curing. Adequate clearance must be allowed between forms and base plates. C. Mixing: A mechanical mixer should be used. Add only enough water to make placeable. Do not mix more grout than can be placed in twenty (20) minutes. Under no circumstances should grout be retempered. D. Grout Temperatures: Grout temperatures should be maintained at 50-90 degrees F (10-32 degrees Celcius). When conditions dictate, these temperatures can be achieved by use of cool mixing water or heated mixing water. Care should be exercised so that extremes of hot or cold are not use. E. Placing: As grouting procedure begins, placement and compaction should be continuous until completed. Lengths of banding strap placed in forms before placing grout will assist in compacting the grout and eliminating air pockets. Strap should be worked in quick, short strokes and be removed before initial set occurs. Grout should be placed from one end or side only to avoid excessive air entrapment and assure good compaction. Wherever possible, grout bolt holes first. Do not overwork grout as this causes segregation, bleeding Cast -In -Place Concrete - Bridge 03 30 00 - 13 CGA — Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 14 of 17 and breakdown of initial set. If machines or equipment are being used nearby, consider shutting them down until grout takes final set. 3.06 FINISH CONCRETE SLAB SURFACES A. General: Concrete slabs shall be finished as hereinafter described. The dusting of wearing surfaces with dry materials will NOT be permitted. In preparation for finishing, slab shall be struck off true by double screeding to the required level at or below the elevation or grade of the finished slabs as indicated on the drawings. Slab surfaces to receive carpeting shall be level with tolerance of one-fourth (1/4) inch in ten (10) feet when tested with a ten (10) foot long straight edge. All other slab surface shall be level within a tolerance of one -eight (1/8) inch in ten (10) feet when tested in the same manner. Apply straightedge to the slabs at three (3) foot intervals in both directions, lapping straightedge four (4) feet on areas previously checked. Maximum deviation in any one area shall be plus or minus one-fourth (1/4) inch from elevations indicated on the drawings. B. Trowel Finish: 1. Locations: a. All concrete surfaces except noted otherwise. 2. Method of finishing: Concrete slabs shall be finished by tamping the concrete with special tools to force the coarse aggregate away from the surface, and then screeding and floating with straightedges to bring the surface to the required finish level. While the concrete is still green but sufficiently hardened to bear a man's weight without deep imprint, it shall be wood -floated to a true plane with no coarse aggregate visible. Sufficient pressure shall be used on the wood float to bring the moisture to the surface. The concrete shall be hand troweled to produce a smooth impervious surface for the purpose of burnishing. The final troweling shall produce a ringing sound from the trowel. Should this not be obtained in the original finish, high spots shall be ground down and low spots filled with material specified. C. Wood Float Finish: 1. Locations: All concrete surfaces under a. Waterproofing b. Setting beds for: 1) Mud -set tile 2) Mud -set pavers 2. Method of Finishing: Concrete slabs shall be finished by tamping the concrete with special tools to force the coarse aggregate away from the surface, and then screeding and floating with straightedges to bring the surface to the required finish level shown on the drawings. While the concrete is still green but sufficiently hardened to bear a man's weight without deep imprint, it shall be wood -floated to a true plane with no coarse aggregate visible. Sufficient pressure shall be used on the wood float to bring the moisture to the surface. Prior to initial set, concrete surfaces shall again be wood - floated to a tight float finish with a texture as approved by the Architect. D. Broom Finish: Cast -In -Place Concrete - Bridge 03 30 00 - 14 CGA — Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 15 of 17 1. Locations: Concrete Driveway, Walks and Exterior stairs. 2. Method of Finishing: Concrete slabs shall be finished by tamping the concrete with special tools to force coarse aggregate away from the surface, and then screeding and floating with straightedges to bring the surface to the required finish level shown on the drawings. As soon as the surface of the concrete is sufficiently hardened to bear a man's weight without deep imprint, it shall be wood -floated to a true plane with no coarse aggregate visible. Ramp surfaces shall then be cross jointed with a three -fourths (3/4) inch diameter jointing tool for then entire width of the ramps. Space cross joints at six (6) inch intervals. Concrete shall then be troweled to produce a smooth surface. After troweling, the concrete surfaces shall be brushed with a stiff fiber brush to produce uniformly striated surfaces parallel with cross jointing. Again, cross joint impervious grooves formed to clearly define these indentations. E. Brush Finish: 1. Locations: Parking, drive islands and other locations noted on the drawings, ramps steeper than 7 percent slope. 2. Method of Finishing: Same method as specified for trowel finish, except prior to final set of concrete, brush concrete surfaces with soft bristle broom to texture as approved by the Architect. F. Power Machine Finishing: In place of hand finishing, the Contractor may use a power troweling machine, approved by the Architect, for finishing the concrete surfaces. The preparation of concrete surfaces for finishing by machine shall be the same as required for hand finishing. 3.07 FINISHING EXPOSED CONCRETE SURFACES A. General: it is the intent of these Specifications to provide for exposed concrete surfaces of such quality as to require a minimum of pointing. Such care shall be exercised in the forming, mixing and placing of the concrete as to assure reasonably uniform, dense surfaces, free from blemishes or defects. In the event of unsightly voids, honeycombs, etc., they shall be repaired as soon as possible. Lose particles shall be removed from honeycombed spots. Fins and other projections shall be neatly dressed off. Holes shall be drenched with clean water and properly patched with Portland Cement and sand mortar of color and texture to match surrounding concrete. B. Rubbed Finish: A rubbed finish shall be given to exposed vertical poured -in -place structural concrete surfaces which are not to receive any other finish or coating. Rubbed finish shall consist of rubbing with a carborundum stone, clean water, and neat Portland Cement to a uniformly smooth surface, entirely free of pits, holes or form marks. 3.08 FILLING TIE ROD AND BOLT HOLES A. Holes resulting from the removal of bolts or tie rods shall be solidly filled with cement grout. Holes passing entirely through concrete members shall be filled from the inside face, with a plunger -type grease gun or other device that will force the mortar through to the outside Cast -In -Place Concrete - Bridge 03 30 00 - 15 CGA — Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE- BRIDGE Page 16 of 17 face, holding a canvas sack at the exterior surface to assure complete filling. Holes which do not pass entirely through shall be filled, using tools which will permit the opening to be packed thoroughly full. All excess mortar at the faces of filled holes shall be struck off flush, with a canvas sack. 3.09 CURING AND PROTECTION A. Protect all freshly placed concrete from washing by rain, flowing water, etc. Do not allow the concrete to dry out from the time it is deposited in the forms until the expiration of the curing period hereinafter specified. The methods of curing shall be as specified in the following paragraphs, unless otherwise authorized by the Architects. B. Concrete surfaces, not otherwise specified, shall be cured by being kept wet with clean water for a period of not less than seven (7) days after placing. Each day the form are left in place, and kept wet enough to prevent the opening of joints in the forms and the drying out of the concrete, will be counted as one (1) day of curing. C. In lieu of the wetting specified above, and provided that the temperature of the air does not exceed 90 degrees F during the previous five (5) days before the pour, the Contractor may use a non -bituminous liquid curing compound as specified to hold the moisture in the concrete. Contractor shall verify that curing compound will not adversely affect flooring adhesive. Curing liquid, if used, shall be applied in conformance with the recommendations of the manufacturer of the material approved for use, and to sufficient extent to effectively hold the moisture in the concrete. The use of such material shall not relieve the Contractor of the responsibility of protecting all floor slabs platforms, and steps whenever any scaffolding, shoring, formwork, masonry, concrete or other work is being done over or above finished concrete slabs. Patches in architectural surfaces shall be cured for seven (7) days. Patches shall be protected from premature drying to the same extent as the mass of the concrete. D. 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 replaced at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. Removal and replacement of concrete work shall be.done in such manner as not to impair the appearance or strength of the structure in any way. E. Cleaning: Upon completion of the work, all forms, equipment, protective coverings and any rubbish resulting therefrom shall be removed from the site. After sweeping with an ordinary broom and removing all mortar, concrete droppings, loose dirt, mud, etc., wash all concrete floors and platforms with soapsuds and scrub with a stiff fiber brush. Mop up the suds and flush the surfaces with clean water. Provide adequate measures during scrubbing, mopping and flushing operations to keep excessive or injurious amounts of water off resilient tile floors. Any damage to floors shall be promptly, effectively and satisfactorily repaired. Finished concrete surfaces shall be left in a clean and perfect condition, satisfactory to the Owner. Cast -In -Place Concrete - Bridge 03 30 00 -16 CGA— Lake Worth Trail Phase 1A 03-30-00 CAST IN PLACE CONCRETE - BRIDGE Page 17 of 17 EN® OF SECTION! Cast -In -Place Concrete - Bridge 03 30 00 - 17 CGA — Lake Worth Trail Phase 1A 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 03 30 01 CAST -IN -PLACE CONCRETE 03 30 00 CAST -IN -PLACE CONCRETE Page I of 25 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Slabs -on -grade 9 b. Foundation walls 10 c. Retaining walls (non TxDOT) 11 d. Suspended slabs 12 e. Blocking 13 f. Cast -in -place manholes 14 g. Concrete vaults for meters and valves 15 h. Concrete encasement of utility lines 16 B. Deviations from 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 Contract 20 2. Division 1— General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Cast -in -Place Concrete 23 1. Measurement 24 a. This Item is considered subsidiary to the structure or Items being placed. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 are subsidiary to the structure or Items being placed and no other compensation 28 will be allowed. 29 1.3 REFERENCES 30 A. Definitions 31 1. Cementitious Materials 32 a. Portland cement alone or in combination with I or more of the following: 33 1) Blended hydraulic cement 34 2) Fly ash 35 3) Other pozzolans 36 4) Ground granulated blast -furnace slag 37 5) Silica fume 38 b. Subject to compliance with the requirements of this specification CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 03 3000 CAST -IN -PLACE CONCRETE Page 2 of 25 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 Kena£ 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete e. ACT 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard. Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. At93, 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. £ C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. in. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. 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. r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 03 30 00 CAST -IN -PLACE CONCRETE Page 3 of 25 1 t. C494, Standard Specification for Chemical Admixtures for Concrete. 2 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 3 Pozzolan for Use in Concrete. 4 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 5 Concrete. 6 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 7 Use in Concrete and Mortars. 8 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 9 Flowing Concrete. 10 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 11 Concrete. 12 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 13 Cement Concrete. 14 aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 15 bb. E1155, Standard Test Method for Determining Fr. Floor Flatness and FL Floor 16 Levelness Numbers. 17 cc. F436, Standard Specification for Hardened Steel Washers. 18 6. American Welding Society (AWS). 19 a. D1.1, Structural Welding Code -Steel. 20 b. D1.4, Structural Welding Code -Reinforcing Steel. 21 7. Concrete Reinforcing Steel Institute (CRSI) 22 a. Manual of Standard Practice 23 8. Texas Department of Transportation 24 a. Standard Specification for Construction and Maintenance of Highways, Streets 25 and Bridges 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Work Included 28 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 29 including shoring, reshoring, falsework, bracing, proprietary forming systems, 30 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 31 blockouts, sleeves, pockets and accessories. 32 a. Erection shall include installation in formwork of items furnished by other 33 trades. 34 2. Furnish all labor and materials required to fabricate, deliver and install 35 reinforcement and embedded metal assemblies for cast -in -place concrete, including 36 steel bars, welded steel wire fabric, ties, supports and sleeves. 37 3. Furnish all labor and materials required to perform the following: 38 a. Cast -in -place concrete 39 b. Concrete mix designs 40 c. Grouting 41 1.5 SUBMITTALS 42 A. Submittals shall be in accordance with Section 0133 00, 43 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 44 specials. CITY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B. Design Mixtures 5 1. For each concrete mixture submit proposed mix designs in accordance with ACI 6 318, chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Submit alternate design mixtures when characteristics of materials, Project condi- 9 tions, weather, test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C. Steel Reinforcement Submittals for Information 13 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 14 ical analysis. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Manufacturer Qualifications 19 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 20 plies with ASTM C94 requirements for production facilities and equipment 21 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 1. Comply with the following unless modified by requirements in the Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY, STORAGE, AND HANDLING 35 A. Steel Reinforcement 36 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 5 of25 1 B. Waterstops 2 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 3 contaminants. 4 1.11 FIELD CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 8 2.2 PRODUCT TYPES AND MATERIALS 9 A. Manufacturers 10 1. In other Part 2 articles where titles below introduce lists, the following requirements 11 apply to product selection: 12 a. Available Products: Subject to compliance with requirements, products that 13 may be incorporated into the Work include, but are not limited to, products 14 specified. 15 b. Available Manufacturers: Subject to compliance with requirements, 16 manufacturers offering products that may be incorporated into the Work 17 include, but are not Iimited to, manufacturers specified. 18 B. Form -Facing Materials 19 1. Rough -Formed Finished Concrete 20 a. Plywood, lumber, metal or another approved material 21 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 22 2. Chamfer Strips 23 a. Wood, metal, PVC or rubber strips 24 b. %-inch x 3/4-inch, minimum 25 3. Rustication Strips 26 a. Wood, metal, PVC or rubber strips 27 b. Kerfed for ease of form removal 28 4. Form -Release Agent 29 a. Commercially formulated form -release agent that will not bond with, stain or 30 adversely affect concrete surfaces 31 b. Shall not impair subsequent treatments of concrete surfaces 32 c. For steel form -facing materials, formulate with rust inhibitor. 33 5. Form Ties 34 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 35 plastic form ties designed to resist lateral pressure of fresh concrete on forms 36 and to prevent spalling of concrete on removal. 37 b. Furnish units that will leave no corrodible metal closer than I inch to the plane 38 of exposed concrete surface. 39 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 40 diameter in concrete surface. CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 03 30 00 CAST -IN -PLACE CONCRETE Page 6 of 25 d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 03 30 00 CAST -IN -PLACE CONCRETE Page 7 of 25 1 a. Nuts: ASTM A563 hex carbon steel 2 b. Washers: ASTM F436 hardened carbon steel 3 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 4 H. Inserts 5 1. Provide metal inserts required for anchorage of materials or equipment to concrete 6 construction where not supplied by other trades: 7 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 8 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 9 washers. 10 1) Provide 3/4-inch bolt size, unless otherwise indicated. 11 b. In horizontal concrete surfaces and whenever inserts are subject to tension 12 forces, provide threaded inserts of malleable cast iron furnished with full depth 13 bolts. 14 1) Provide 3/4-inch bolt size, unless otherwise indicated. 15 I. Concrete Materials 16 1. Cementitious Material 17 a. Use the following cementitious materials, of the same type, brand, and source, 18 throughout Project: 19 1) Portland Cement 20 a) ASTM C150, Type VII, gray 21 b) Supplement with the following: 22 (1) Fly Ash 23 (a) ASTM C618, Class C or F 24 (2) Ground Granulated BIast-Furnace Slag 25 (a) ASTM C989, Grade 100 or 120. 26 2) Silica Fume 27 a) ASTM C1240, amorphous silica 28 3) Normal -Weight Aggregates 29 a) ASTM C33, Class 3S coarse aggregate or better, graded 30 b) Provide aggregates from a single source. 31 4) Maximum Coarse -Aggregate Size 32 a) 3/4-inch nominal 33 5) Fine Aggregate 34 a) Free of materials with deleterious reactivity to alkali in cement 35 6) Water 36 a) ASTM C94 and potable 37 J. Admixtures 38 1. Air -Entraining Admixture 39 a. ASTM C260 40 2. Chemical Admixtures 41 a. Provide admixtures certified by manufacturer to be compatible with other ad- 42 mixtures and that will not contribute water-soluble chloride ions exceeding 43 those permitted in hardened concrete. 44 b. Do not use calcium chloride or admixtures containing calcium chloride. 45 c. Water -Reducing Admixture 46 1) ASTM C494, Type A CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00 CAST -IN -PLACE CONCRETE Page 8 of25 d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type 11 K. Waterstops 1. 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, 3/4- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Voiclay 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 Ml82, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OF FORT' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase lA 1920 03 30 00 CAST -IN -PLACE CONCRETE Page 9 of 25 1 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 2 13) Tamms Industries, Inc.; Horncure WB 30 3 14) Unitex; Hydro Cure 309 4 15) US Mix Products Company; US Spec Maxcure Resin Clear 5 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 6 M. Related Materials 7 1. Bonding Agent 8 a. ASTM C 1059, Type 11, non-redispersible, acrylic emulsion or styrene 9 butadiene 10 2. Epoxy Bonding Adhesive 11 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 12 to damp surfaces, of class suitable for application temperature and of grade to 13 suit requirements, and as follows: 14 1) Types I and II, non -load bearing 15 2) IV and V, load bearing, for bonding 16 3) Hardened or freshly mixed concrete to hardened concrete 17 3. Reglets 18 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 19 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 20 or debris. 21 4. Sleeves and Blockouts 22 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 23 tubes or wood 24 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 25 a. Sized as required 26 b. Shall be of strength and character to maintain formwork in place while placing 27 concrete 28 N. Repair Materials 29 1. Repair Underlayment 30 a. Cement -based, polymer -modified, self -leveling product that can be applied in 31 thicknesses of 1/8 inch or greater 32 1) Do not feather. 33 b. Cement Binder 34 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 35 defined in ASTM C219 36 c. Primer 37 1) Product of underlayment manufacturer recommended for substrate, condi- 38 tions, and application 39 d. Aggregate 40 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 41 recommended by underlayment manufacturer 42 e. Compressive Strength 43 1) Not less than 4100 psi at 28 days when tested according to 44 ASTM C 109/C 109M 45 2. Repair Overlayment CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 10 of 25 1 a. Cement -based, polymer -modified, self -leveling product that can be applied in 2 thicknesses of 1/8 inch or greater 3 1) Do not feather. 4 b. Cement Binder 5 1) ASTM C 150, portland cement or hydraulic or blended hydraulic cement as 6 defined in ASTM C219 7 c. Primer 8 1) Product of topping manufacturer recommended for substrate, conditions, 9 and application t0 d. Aggregate 11 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 12 ed by topping manufacturer 13 e. Compressive Strength 14 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 15 O. Concrete Mixtures, General 16 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 17 basis of laboratory trial mixture or field test data, or both, according to ACT 301. 18 a. Required average strength above specified strength 19 1) Based on a record of past performance 20 a) Determination of required average strength above specified strength 21 shall be based on the standard deviation record of the results of at least 22 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 23 by the larger amount defined by formulas 5-1 and 5-2. 24 2) Based on laboratory trial mixtures 25 a) Proportions shall be selected on the basis of laboratory trial batches 26 prepared in accordance with ACT 318, Chapter 5.3.3.2 to produce an 27 average strength greater than the specified strength fc by the amount 28 defined in table 5.3.2.2. 29 3) Proportions of ingredients for concrete mixes shall be determined by an in- 30 dependent testing laboratory or qualified concrete supplier. 31 4) For each proposed mixture, at least 3 compressive test cylinders shall be 32 made and tested for strength at the specified age. 33 a) Additional cylinders may be made for testing for information at earlier 34 ages. 35 2. Cementitious Materials 36 a. Limit percentage, by weight, of cementitious materials other than portland ce- 37 ment in concrete as follows, unless specified otherwise: 38 1) Fly Ash: 25 percent 39 2) Combined Fly Ash and Pozzolan: 25 percent 40 3) Ground Granulated Blast -Furnace Slag: 50 percent 41 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 42 Slag: 50 percent 43 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 44 cent 45 6) Silica Fume: 10 percent CITY OF FORT WORTH Lake Worth Trail Phase [A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page I 1 of 25 1 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 2 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 3 cent 4 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 5 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 6 percent and silica fume not exceeding 10 percent 7 3. Limit water-soluble, chloride -ion content in hardened concrete to: 8 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 9 (typical) 10 b. 0.15 percent by weight if concrete will be exposed to chlorides 11 c. L0 percent by weight if concrete will have no exposure to chlorides and will be 12 continually dry and protected. 13 4. Admixtures 14 a. Use admixtures according to manufacturer's written instructions. 15 b. Do not use admixtures which have not been incorporated and tested in accepted 16 mixes. 17 c. Use water -reducing high -range water -reducing or plasticizing admixture in 18 concrete, as required, for placement and workability. 19 d. Use water -reducing and retarding admixture when required by high 20 temperatures, low humidity or other adverse placement conditions. 21 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 22 industrial slabs and parking structure slabs, concrete required to be watertight, 23 and concrete with a water-cementitious materials ratio below 0.50. 24 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 25 P. Concrete Mixtures 26 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 27 Highways, Streets, and Bridges" for: 28 a. Culverts 29 b. Headwalls 30 c. Wingwalls 31 2. Proportion normal -weight concrete mixture as follows: 32 a. Minimum Compressive Strength: 3,500 psi at 28 days 33 b. Maximum Water-Cementitious Materials Ratio. 0.50 34 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 35 inches before adding high -range water -reducing admixture or plasticizing 36 admixture, plus or minus 1 inch 37 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 38 inch nominal maximum aggregate size 39 Q. Fabricating Reinforcement 40 1. Fabricate steel reinforcement according to CRSPs "Manual of Standard Practice." 41 R. Fabrication of Embedded Metal Assemblies 42 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 43 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 44 accordance with AWS D 1.1. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 12 of25 1 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 2 All other metal assemblies shall be either hot dip galvanized or painted with an 3 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 4 installed in accordance with the manufacturer's instructions. Repair painted 5 assemblies after welding with same type of paint. 6 S. Concrete Mixing 7 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 8 ASTM C94, and furnish batch ticket information. 9 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 10 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 11 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 12 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 13 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 14 batch machine mixer. 15 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 16 minutes, but not more than 5 minutes after ingredients are in mixer, before any 17 part of batch is released. 18 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 19 seconds for each additional 1 cubic yard. 20 c. Provide batch ticket for each batch discharged and used in the Work, indicating 21 Project identification name and number, date, mixture type, mixture time, 22 quantity, and amount of water added. Record approximate location of final 23 deposit in structure. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Formwork 32 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 33 support vertical, lateral, static, and dynamic loads, and construction loads that might 34 be applied, until structure can support such loads. 35 2. Construct formwork so concrete members and structures are of size, shape, 36 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 37 a. Vertical alignment 38 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 39 2) Outside corner of exposed corner columns and control joints in concrete 40 exposed to view less than 100 feet in height - 1/2 inch. CITY OF FORT WORTH Lake Worth Trail Phase ]A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 13 of25 1 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 2 height but not more than 6 inches. 3 4) Outside corner of exposed corner columns and control joints in concrete 4 exposed to view greater than 100 feet in height - 1/2000 times the height 5 but not more than 3 inches. 6 b. Lateral alignment 7 1) Members - 1 inch. 8 2) Centerline of openings 12 inches or smaller and edge location of larger 9 openings in slabs - 1/2 inch. 10 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. ll c. Level alignment 12 1) Elevation of slabs -on -grade - 3/4 inch. 13 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 14 inch. 15 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 16 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 17 and thickness of walls and slabs. 18 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 19 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 20 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 21 e. Relative alignment 22 1) Stairs 23 a) Difference in height between adjacent risers - 1/8 inch. 24 b) Difference in width between adjacent treads - 114 inch. 25 c) Maximum difference in height between risers in a flight of stairs - 3/8 26 inch. 27 d) Maximum difference in width between treads in a flight of stairs - 3/8 28 inch. 29 2) Grooves 30 a) Specified width 2 inches or less - 1/8 inch. 31 b) Specified width between 2 inches and 12 inches - 1/4 inch. 32 3) Vertical alignment of outside corner of exposed comer columns and control 33 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 34 4) All other conditions - 3/8 inch in 10 feet. 35 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 36 as follows: 37 a. Class B, 1/4 inch for smooth -formed finished surfaces. 38 b. Class C, 1/2 inch for rough -formed finished surfaces. 39 4. Construct forms tight enough to prevent loss of concrete mortar. 40 5. Fabricate forms for easy removal without hammering or prying against concrete 41 surfaces. Provide crush or wrecking plates where stripping may damage cast 42 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 43 horizontal to 1 vertical. 44 a. Install keyways, reglets, recesses, and the like, for easy removal. 45 b. Do not use rust -stained steel form -facing material. CrrY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 20M 03 30 00 CAST -IN -PLACE CONCRETE Page 14 of 25 1 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 2 required elevations and slopes in finished concrete surfaces. Provide and secure 3 units to support screed strips; use strike -off templates or compacting -type screeds. 4 7. Construct formwork to cambers shown or specified on the Drawings to allow for 5 structural deflection of the hardened concrete. Provide additional elevation or 6 camber in formwork as required for anticipated formwork deflections due to weight 7 and pressures of concrete and construction loads. 8 8. Foundation Elements: Form the sides of all below grade portions of bcams, pier 9 caps, walls, and columns straight and to the lines and grades specified. Do no earth 10 form foundation elements unless specifically indicated on the Drawings. 11 9. Provide temporary openings for cleanouts and inspection ports where interior area 12 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 13 securely braced to prevent loss of concrete mortar. Locate temporary openings in 14 forms at inconspicuous locations. 15 10. Chamfer exterior comers and edges of permanently exposed concrete. 16 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 17 bulkheads required in the Work. Determine sizes and locations from trades 18 providing such items. 19 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 20 sawdust, dirt, and other debris just before placing concrete. 21 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 22 leaks and maintain proper alignment. 23 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 24 written instructions, before placing reinforcement, anchoring devices, and 25 embedded items. 26 a. Do not apply form release agent where concrete surfaces are scheduled to 27 receive subsequent finishes which may be affected by agent. Soak contact 28 surfaces of untreated forms with clean water. Keep surfaces wet prior to 29 placing concrete. 30 B. Embedded Items 31 1. Place and secure anchorage devices and other embedded items required for 32 adjoining work that is attached to or supported by cast -in -place concrete. Use 33 setting drawings, templates, diagrams, instructions, and directions furnished with 34 items to be embedded. 35 a. Install anchor rods, accurately located, to elevations required and complying 36 with tolerances in AISC 303, Section 7.5. 37 1) Spacing within a bolt group: 1/8 inch 38 2) Location of bolt group (center): '/2 inch 39 3) Rotation of bolt group: 5 degrees 40 4) Angle off vertical: 5 degrees 41 5) Bolt projection: f 3/8 inch 42 b. Install reglets to receive waterproofing and to receive through -wall flashings in 43 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 44 shelf angles, and other conditions. 45 C. Removing and Reusing Forms CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 15 of 25 1 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 2 compressive strength. 3 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 4 Work that does not support weight of concrete may be removed after cumulatively 5 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 6 concrete is hard enough to not be damaged by form -removal operations and curing 7 and protection operations are maintained. 8 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 9 that supports weight of concrete in place until concrete has achieved at least 70 10 percent of its 28-day design compressive strength. 11 b. Do not remove formwork supporting conventionally reinforced concrete until 12 concrete has attained 70 percent of its specified 28 day compressive strength as 13 established by tests of field cured cylinders. In the absence of cylinder tests, 14 supporting formwork shall remain in place until the concrete has cured at a 15 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 16 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 17 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 18 listed time period. Formwork for 2-way conventionally reinforced slabs shall 19 remain in place for at least the minimum cumulative time periods specified for 20 1-way slabs of the same maximum span. 21 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 22 removal. Reshores shall remain until the concrete has attained the specified 28 23 day compressive strength. 24 d. Minimum cumulative curing times may be reduced by the use of high -early 25 strength cement or forming systems which allow form removal without 26 disturbing shores, but only after the Contractor has demonstrated to the 27 satisfaction of the Engineer that the early removal of forms will not cause 28 excessive sag, distortion or damage to the concrete elements. 29 e. Completely remove wood forms. Provide temporary openings if required. 30 f. Provide adequate methods of curing and thermal protection of exposed concrete 31 if forms are removed prior to completion of specified curing time. 32 g. Reshore areas required to support construction loads in excess of 20 pounds per 33 square foot to properly distribute construction loading. Construction loads up 34 to the rated live load capacity may be placed on unshored construction provided 35 the concrete has attained the specified 28 day compressive strength. 36 h. Obtaining concrete compressive strength tests for the purposes of form removal 37 is the responsibility of the Contractor. 38 i. Remove forms only if shores have been arranged to permit removal of forms 39 without loosening or disturbing shores. 40 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 41 delaminated, or otherwise damaged form -facing material will not be acceptable for 42 exposed surfaces. Apply new form -release agent. 43 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 44 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 45 exposed concrete surfaces unless approved by Engineer. 46 D. Shores and Reshores CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 16 of 25 1 I . The Contractor is solely responsible for proper shoring and reshoring. 2 2. Comply with ACI 319 and ACI 301 for design, installation, and removal of shoring 3 and reshoring. 4 a. Do not remove shoring or reshoring until measurement of slab tolerances is 5 complete. 6 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 7 Locate and provide adequate reshoring to support construction without excessive 8 stress or deflection. 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 E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. AccurateIy 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 131.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: J-3/8 inch 2) Members more than 8 inches deep: ±1/2 inch b. Concrete Cover to Formed or Finished Surfaces: �3/8 inches for members 8 inches deep or less; t1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 03 30 00 CAST -IN -PLACE CONCRETE Page 17 of 25 1 2. Construction Joints: Install so strength and appearance of concrete are not 2 impaired, at locations indicated or as approved by Engineer. 3 a. Place joints perpendicular to main reinforcement. Continue reinforcement 4 across construction joints, unless otherwise indicated. Do not continue 5 reinforcement through sides of strip placements of floors and slabs. 6 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 7 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 8 Offset joints in girders a minimum distance of twice the beam width from a 9 beam -girder intersection. 10 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 11 beams, and girders and at the top of footings or floor slabs. 12 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 13 with walls, near corners, and in concealed locations where possible. 14 f. Use a bonding agent at locations where fresh concrete is placed against 15 hardened or partially hardened concrete surfaces. 16 3. Doweled Joints: Install dowel bars and support assemblies at joints where 17 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 18 bonding to I side of joint. 19 G. Waterstops 20 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 21 form a continuous diaphragm. Install in longest lengths practicable. Support and 22 protect exposed waterstops during progress of the Work. Field fabricate joints in 23 waterstops according to manufacturer's written instructions. 24 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 25 locations indicated, according to manufacturer's written instructions, adhesive 26 bonding, mechanically fastening, and firmly pressing into place. Install in longest 27 lengths practicable. 28 H. Adhesive Anchors 29 1. Comply with the manufacturer's installation instructions on the hole diameter and 30 depth required to fully develop the tensile strength of the adhesive anchor or 31 reinforcing bar. 32 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 33 loose material from the hole, prior to installing adhesive material. 34 1. Concrete Placement 35 1. Before placing concrete, verify that installation of formwork, reinforcement, and 36 embedded items is complete and that required inspections have been performed. 37 2. Do not add water to concrete during delivery, at Project site, or during placement 38 unless approved by Engineer. 39 3. Before test sampling and placing concrete, water may be added at Project site, 40 subject to limitations of ACI 301. 41 a. Do not add water to concrete after adding high -range water -reducing 42 admixtures to mixture. 43 b. Do not exceed the maximum specified water/cement ratio for the mix. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 18 of25 1 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 2 that no new concrete will be placed on concrete that has hardened enough to cause 3 scams or planes of weakness. If a section cannot be placed continuously, provide 4 construction joints as indicated. Deposit concrete to avoid segregation. 5 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 6 pressures, 15 feet maximum and in a manner to avoid inclined construction 7 joints. 8 b. Consolidate placed concrete with mechanical vibrating equipment according to 9 ACI 301. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. e. 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 necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. 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 tremie 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 tremic with its outlet near the bottom of the place of deposit. 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 concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 19 of25 1 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 2 placement. Chilled mixing water or chopped ice may be used to control 3 temperature, provided water equivalent of ice is calculated to total amount of 4 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 5 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 6 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 7 dry areas. 8 J. Finishing Formed Surfaces 9 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 10 with tie holes and defects repaired and patched. Remove fins and other projections 11 that exceed specified limits on formed -surface irregularities. 12 a. Apply to concrete surfaces not exposed to public view. 13 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 14 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 15 texture matching adjacent formed surfaces. Continue final surface treatment of 16 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 17 indicated. 18 K. Miscellaneous Concrete Items 19 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 20 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 21 specified, to blend with in -place construction. Provide other miscellaneous 22 concrete filling indicated or required to complete the Work. 23 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 24 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 25 corners, intersections, and terminations slightly rounded. 26 3. Equipment Bases and Foundations: Provide machine and equipment bases and 27 foundations as shown on Drawings. Set anchor bolts for machines and equipment 28 at correct elevations, complying with diagrams or templates from manufacturer 29 furnishing machines and equipment. 30 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 31 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 32 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 33 during pouring of concrete fill. 34 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 35 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 36 L. Concrete Protecting and Curing 37 1. General: Protect freshly placed concrete from premature drying and excessive cold 38 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 39 ACI 305.1 for hot -weather protection during curing. 40 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 41 supported slabs, and other similar surfaces. If forms remain during curing period, 42 moist cure after loosening forms. If removing forms before end of curing period, 43 continue curing for the remainder of the curing period. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 20 of 25 1 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 2 unformed surfaces, including floors and slabs, concrete floor toppings, and other 3 surfaces. 4 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 5 methods: 6 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 7 with the following materials: 8 1) Water 9 2) Continuous water -fog spray 10 3) Absorptive cover, water saturated, and kept continuously wet. Cover 11 concrete surfaces and edges with 12-inch Iap over adjacent absorptive 12 covers 13 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 14 retaining cover for curing concrete, placed in widest practicable width, with 15 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 16 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 17 during curing period using cover material and waterproof tape. 18 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 19 receive floor coverings. 20 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 21 receive penetrating liquid floor treatments. 22 3) Cure concrete surfaces to receive floor coverings with either a moisture- 23 retaining cover or a curing compound that the manufacturer certifies will 24 not interfere with bonding of floor covering used on Project. 25 c. Curing Compound: Apply uniformly in continuous operation by power spray 26 or roller according to manufacturer's written instructions. Recoat areas 27 subjected to heavy rainfall within 3 hours after initial application. Maintain 28 continuity of coating and repair damage during curing period. 29 3.5 REPAIR 30 A. Concrete Surface Repairs 31 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 32 Remove and replace concrete that cannot be repaired and patched to Engineer's 33 approval. 34 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 35 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 36 water for handling and placing. 37 3. Repairing Formed Surfaces: Surface defects include color and texture 38 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 39 projections on the surface, and stains and other discolorations that cannot be 40 removed by cleaning. 41 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 42 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 43 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 44 with water, and brush -coat holes and voids with bonding agent. Fill and 45 compact with patching mortar before bonding agent has dried. Fill form -tie 46 voids with patching mortar or cone plugs secured in place with bonding agent. CITY OF FORT WORTH bake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 21 of 25 i b. Repair defects on surfaces exposed to view by blending white portland cement 2 and standard portland cement so that, when dry, patching mortar will match 3 surrounding color. Patch a test area at inconspicuous locations to verify 4 mixture and color match before proceeding with patching. Compact mortar in 5 place and strike off slightly higher than surrounding surface. 6 c. Repair defects on concealed formed surfaces that affect concrete's durability 7 and structural performance as determined by Engineer. 8 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 9 for finish and verify surface tolerances specified for each surface. Correct low and 10 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 11 a sloped template. 12 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 13 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 14 or that penetrate to reinforcement or completely through unreinforced sections 15 regardless of width, and other objectionable conditions. 16 b. After concrete has cured at least 14 days, correct high areas by grinding. 17 c. Correct localized low areas during or immediately after completing surface 18 finishing operations by cutting out low areas and replacing with patching 19 mortar. Finish repaired areas to blend into adjacent concrete. 20 d. Repair defective areas, except random cracks and single holes 1 inch or less in 21 diameter, by cutting out and replacing with fresh concrete. Remove defective 22 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 23 inch clearance all around. Dampen concrete surfaces in contact with patching 24 concrete and apply bonding agent. Mix patching concrete of same materials 25 and mixture as original concrete except without coarse aggregate. Place, 26 compact, and finish to blend with adjacent finished concrete. Cure in same 27 manner as adjacent concrete. 28 e. Repair random cracks and single holes 1 inch or less in diameter with patching 29 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 30 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 31 bonding agent. Place patching mortar before bonding agent has dried. 32 Compact patching mortar and finish to match adjacent concrete. Keep patched 33 area continuously moist for at least 72 hours. 34 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 35 adhesive and patching mortar. 36 6. Repair materials and installation not specified above may be used, subject to 37 Engineer's approval. 38 3.6 REINSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 41 inspecting agency to perform field tests and inspections and prepare test reports. 42 B. Inspections 43 1. Steel reinforcement placement 44 2. Headed bolts and studs CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 22 of 25 1 3. Verification of use of required design mixture 2 4. Concrete placement, including conveying and depositing 3 5. Curing procedures and maintenance of curing temperature 4 6. Verification of concrete strength before removal of shores and forms from beams 5 and slabs 6 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 7 according to ASTM C172 according to the following requirements: 8 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 9 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus I set for 10 each additional 50 cubic yard or fraction thereof. 11 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 12 not less than 1 test for each day's pour of each concrete mixture. Perform additional 13 tests when concrete consistency appears to change. 14 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 15 each composite sample, but not less than 1 test for each day's pour of each concrete 16 mixture. 17 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 18 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 19 test for each composite sample. 20 5. Compression Test Specimens: ASTM C31. 21 a. Cast and laboratory cure 4 cylinders for each composite sample. 22 1) Do not transport field cast cylinders until they have cured for a 23 minimum of 24 hours. 24 6. Compressive -Strength Tests: ASTM C39; 25 a. Test I cylinder at 7 days. 26 b. Test 2 cylinders at 28 days. 27 c. Hold 1 cylinder for testing at 56 days as needed. 28 7. When strength of field -cured cylinders is less than 85 percent of companion 29 laboratory -cured cylinders, evaluate operations and provide corrective procedures 30 for protecting and curing in -place concrete. 31 8. Strength of each concrete mixture will be satisfactory if every average of any 3 32 consecutive compressive -strength tests equals or exceeds specified compressive 33 strength and no compressive -strength test value falls below specified compressive 34 strength by more than 500 psi. 35 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 36 within 48 hours of testing. Reports of compressive -strength tests shall contain 37 Project identification name and number, date of concrete placement, name of 38 concrete testing and inspecting agency, location of concrete batch in Work, design 39 compressive strength at 28 days, concrete mixture proportions and materials, 40 compressive breaking strength, and type of break for both 7- and 28-day tests. CITY OF FORT WORTH Lake worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 23 of 25 1 10. Additional Tests: Testing and inspecting agency shall make additional tests of 2 concrete when test results indicate that slump, air entrainment, compressive 3 strengths, or other requirements have not been met, as directed by Engineer. 4 Testing and inspecting agency may conduct tests to determine adequacy of concrete 5 by cored cylinders complying with ASTM C42 or by other methods as directed by 6 Engineer. 7 a. When the strength level of the concrete for any portion of the structure, as 8 indicated by cylinder tests, falls below the specified requirements, provide 9 improved curing conditions and/or adjustments to the mix design as required to 10 obtain the required strength. If the average strength of the laboratory control 11 cylinders falls so low as to be deemed unacceptable, follow the core test 12 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 13 approved by the Engineer. Core sampling and testing shall be at Contractors 14 expense. 15 b. If the results of the core tests indicate that the strength of the structure is 16 inadequate, any replacement, load testing, or strengthening as may be ordered 17 by the Engineer shall be provided by the Contractor without cost to the City. 18 11. Additional testing and inspecting, at Contractor's expense, will be performed to 19 determine compliance of replaced or additional work with specified requirements. 20 12. Correct deficiencies in the Work that test reports and inspections indicate does not 21 comply with the Contract Documents. 22 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 23 hours of finishing. 24 E. Concrete Finish Measurement and Tolerances 25 1. All floors are subject to measurement for flatness and levelness and comply with 26 the following: 27 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 28 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 29 both directions, lapping straightedge 3 feet on areas previously checked. Low 30 spots shall not exceed the above dimension anywhere along the straightedge. 31 Flatness shall be checked the next work day after finishing. 32 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 33 inches total variation, anywhere on the floor, from elevations indicated on the 34 Drawings. Levelness shall be checked on a 10 foot grid using a level after 35 removal of forms. 36 c. Measurement Standard: All floors are subject to measurement for flatness and 37 levelness, according to ASTM El 155. 38 2. 2 Tiered Measurement Standard 39 a. Each floor test section and the overall floor area shall conform to the 2-tiered 40 measurement standard as specified herein. 41 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 42 solute minimum surface profile that will be acceptable for any 1 test sample 43 (line of measurements) anywhere within the test area. 44 2) Specified Overall Value: The specified overall FF/FL values represent the 45 minimum values acceptable for individual floor sections as well as the floor 46 as a whole. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 30 00 CAST -IN -PLACE CONCRETE Page 24 of 25 1 3. Floor Test Sections 2 a. A floor test section is defined as the smaller of the following areas: 3 1) The area bounded by column and/or wall lines 4 2) The area bounded by construction and/or control joint lines 5 3) Any combination of column lines and/or control joint lines 6 b. Test sample measurement lines within each test section shall be 7 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 8 spacing to be determined by the City's testing agency. 9 c. The precise layout of each test section shall be determined by the City's testing 10 agency. 11 4. Concrete Floor Finish Tolerance 12 a. The following values apply before removal of shores. Levelness values (FL) do 13 not apply to intentionally sloped or cambered areas, nor to slabs poured on 14 metal deck or precast concrete. 15 1) Slabs 16 Overall Value FF45/FL30 17 Minimum Local Value FF30/FL20 18 5. Floor Elevation Tolerance Envelope 19 a. The acceptable tolerance envelope for absolute elevation of any point on the 20 slab surface, with respect to the elevation shown on the Drawings, is as follows: 21 1) Slab -on -Grade Construction: ::l, 3/4 inch 22 2) Top surfaces of formed slabs measured prior to removal of supporting 23 shores: ± 3/4 inch 24 3) Top surfaces of all other slabs: t 3/4 inch 25 4) Slabs specified to slope shall have a tolerance from the specified slope of 26 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 27 any point. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING 31 A. Defective Work 32 1. Imperfect or damaged work or any material damaged or determined to be defective 33 before final completion and acceptance of the entire job shall be satisfactorily re- 34 placed at the Contractor's expense, and in conformity with all of the requirements of 35 the Drawings and Specifications. 36 2. Perform removal and replacement of concrete work in such manner as not to impair 37 the appearance or strength of the structure in any way. 38 B. Cleaning 39 1. Upon completion of the work remove from the site all forms, equipment, protective 40 coverings and any rubbish resulting therefrom. 41 2. After sweeping floors, wash floors with clean water. 42 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH Lake worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 7 03 30 00 CAST -IN -PLACE CONCRETE Page 25 of25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3A.C.1 — Changed 75% to 70% CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 033519-1 COLORED AND CHEMICALLY STAINED CONCRETE PAVING Page 1 of 5 SECTION 03 35 19 COLORED AND CHEMICALLY STAINED CONCRETE RAVING 1.00 GENERAL 1.01 SUMMARY A. Section Includes: 1. Chemically stained concrete finish. 2. Integral colored concrete. 3. Sealers and coatings. B. Related Sections: 1. Section 03 10 00 "Concrete Formwork." 2. Section 03 20 00 "Reinforcing Steel." 3. Section 03 30 01 "Cast -In -Place Concrete." 1.02 SUBMITTALS A. Contractor shall submit specified manufacturer's complete technical data sheets for all products to be used, including installation instructions. B. Contractor to submit color chart for approval of colors selected for mockups. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer of specified stain, integral color and sealer shall have a minimum 10 years of experience in the production of the specified products. B. Contractor Qualifications: 1. Contractor must have a minimum 3 years of experience in integral colored concrete and staining applications and successfully completed not less than six projects comparable in scale and complexity. 2. Statement of Contractor Qualifications: Submit list of at least six completed projects including project name, project address and owner contact information. C. Regulatory Requirements: Products shall comply with the United States Clean Air Act for maximum Volatile Organic Compound (VOC) content as specified in this Section. D. Mockups and Field Samples: Prepare field sample at the Site for Owner's review and approval. Contractor to provide a maximum of three mockups per paving type on the Drawings. 1. Samples shall be constructed on -site and shall be 4 feet by 4 feet. Colored and Chemically Stained Concrete Paving 03 35 19 - 1 FP515399 — Lake Worth Trail — Phase 1A b 17 19 03 35 19 - 2 COLORED AND CHEMICALLY STAINED CONCRETE PAVING Page 2of5 2. Construct sample -using processes and techniques intended for use on permanent Work, including curing procedures. include samples of control, construction, and expansion joints in sample panels. 3. Sample shall be poured stained and sealed by the individual workers who will actually be performing the Work for the Project. 4. Obtain written approval of the sample from project Landscape Architect before start of Work. 5. Retain approved samples through completion of the Work for use as a quality standard for finished Work. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver the specified products in original, unopened containers with legible manufacturer's identification and information. B. Store specified products in conditions recommended by the manufacturer. 1.05 JOB SITE CONDITIONS A. Environmental Conditions: Maintain an ambient temperature of between 50 F and 90 F during application and at least 48 hours after application. B. Protection: Precautions shall be takers to avoid damage or contamination of any surfaces near the work zone. Protect completed stain Work from moisture or contamination. 1.06 PRE -JOB CONFERENCE A. One week prior to the placement of colored concrete and chemical stain a meeting will be held to discuss the Project and application of materials. B. The Landscape Architect, General Contractor, Subcontractor and a manufacturer's representative will be present to review mockups. 2.00 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Concrete Stain: 1. Chemical Stain shall be a reactive acid -based solution of metallic salts which react with the calcium hydroxide in the cured concrete substrate to produce permanent, variegated or translucent color effects. 2. LITHOCHROME® Chemstainrm as manufactured by the L.M. SCOFIELD COMPANY, Los Angeles, California, is considered to conform to the requirements of this Section. B. Colored Concrete: 1. Bomanite Integral Color: The concrete shall be an integral color with the integral color to be approved by Owner. Colored and Chemically Stained Concrete Paving 03 35 19 - 2 FPS15399 — Lake Worth Trail — Phase 1A 5 17 19 033579-3 COLORED AND CHEMICALLY STAINED CONCRETE PAVING Page 3 of 5 CHROMIX®P Admixture Integral color by the L.M. SCOFIELD COMPANY, Los Angeles, California, is considered to conform to the requirements of this Section. 3. Or approved equal. C. Penetrating Sealer/Coating: 1. Penetrating Sealer/Coating shall be a penetrating, reactive, invisible, environmentally compatible treatment for the protection of new and old, interior or exterior, horizontal or vertical, porous concrete. Product shall be specifically designed for use on architectural concrete. 2. REPELLO", durable, environmentally compatible, invisible treatment designed for protecting concrete as manufactured by the L.M. SCOFIELD COMPANY, Los Angeles, California, is considered to conform to the requirements of this Section. a. L.M. Scofield Contact: Jim Orella at 800/800-9900. b. The Owner will approve the colors based on the constructed mockup. D. Substitutions: The use of any products other than those specified will be considered providing that the Contractor requests its use in writing within 7 days prior to bid date. This request shall be accompanied by: 1. A certificate of compliance from the material manufacturer stating that the proposed products meet or exceed the requirements for this Section. 2. Documented proof that the proposed material has a ten 10-year proven record of performance for staining concrete substrates, confirmed by at least five local projects that the Landscape Architect could examine. 3.00 EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Contractor shall examine areas and conditions under which Work will be performed and identify conditions detrimental to proper and timely completion of Work. Do not proceed until unsatisfactory conditions have been corrected. 3.02 PREPARATION FOR STAINING A. New Concrete: 1. Newly placed concrete should be sufficiently cured to allow the concrete to become reactive, a minimum 14 days. Liquid curing materials shall not be used. Concrete flatwork should be cured with new and unwrinkled, non -staining, high quality curing paper. 3. All surfaces should be cured by the same method and different sections (pours) chemically stained when the concrete is the same age. 4. Immediately prior to chemically staining, the concrete must be thoroughly cleaned. The surface should be swept and then pressure washed or scrubbed using a rotary floor machine. Use of suitable, high quality commercial detergents will facilitate cleaning. Colored and Chemically Stained Concrete Paving 03 35 19 - 3 FPS15399 — Lake Worth Trail -- Phase 1A 6 17 19 033519-4 COLORED AND CHEMICALLY STAINED CONCRETE PAVING Page 4 of 5 The surface must be rinsed after cleaning until the rinse water is completely clean. Allow concrete to dry completely prior to application of concrete stain. B. Existing Concrete: The concrete surface shall be cleaned so that the surface is completely penetrable before receiving the initial application of chemical stain. An indication of whether the concrete is penetrable can be obtained by spotting the surface with water. The water should immediately darken the substrate and be readily absorbed. If the water beads and does not penetrate or only penetrates in some areas, additional surface preparation and testing must be performed. On denser areas, a light sanding maybe needed to open up the surface. 2. The cleaning method to be used depends on the condition of the concrete surface. To remove dirt and other contaminates, detergents and other commercial grade cleaners should be considered and tested. 3. Rinse the concrete substrate until the rinse water is completely clean. 3.03 APPLICATION OF CHEMICAL STAIN A. All concrete surfaces must be dry and properly prepared as described above. Surrounding areas must be protected from over -spray, run-off and tracking. The surface should be divided into small work sections using wall, joint lines, or other stationary breaks as natural stopping points. B. Chemical Stains should be applied full strength (undiluted) at the coverage rate recommended by the manufacturer and using application equipment described in the manufacturer's printed technical literature. The color of the liquid chemical stain will have no resemblance to the final color produced on the concrete substrate. C. Chemical stains normally fizz when reacting with the concrete. If fizzing does not occur, the substrate has not been adequately prepared or the concrete has too low of a pH level. If this should happen, contact the local representative for further recommendations. D. The chemical stain should be transferred to the substrate by brush or spray and immediately scrubbed into the surface. E. The reaction time depends on wind conditions, temperatures, and humidity levels. F. When multiple coats of one or more colors are required, washing and drying between colors is desirable to evaluate the color prior to the next coat. G. After the final coat of chemical stain has remained on the surface for a minimum of 4 hours, all residue must be removed by wet scrubbing with a commercial grade detergent. The surface must be rinsed after scrubbing until the rinse water is completely clean. Runoff may stain the adjacent areas or harm plants. It should be collected by wet vacuuming or absorbed with an inert material. H. Allow to dry completely before applying clear sealer. I. All striping and painting of stained concrete to be done before applying clear sealer. Colored and Chemically Stained Concrete Paving 03 35 19 - 4 FPS15399 — Lake Worth Trail — Phase 1A 6 17 19 033519-5 COLORED AND CHEMICALLY STAINED CONCRETE PAVING Page 5 of 5 3.04 COLORED CONCRETE PAVING A. The area to receive Bomanite colored concrete shall have the sub -grade prepared as required as for any concrete slab or grade. B. The formwork shall be installed in accordance with the Drawings. The slab thickness shall be consistent with that of ordinary slabs under the same conditions and as shown on the Drawings. C. Provide reinforcement as specified. D. Control joints and/or expansion joints shall be provided in accordance with the Drawings and the guidelines established by the American Concrete Institute. As with any concrete slab, Bomanite colored concrete usually contains construction joints, control joints and expansion joints. The Contractor shall advise and work with the Landscape Architect to determine the best location for these joints to minimize the visibility of the joints and to minimize unsightly cracking. E. The expansion joint filler color to be approved by Landscape Architect. F. The concrete shall be placed and screeded to the finished grade, and floated to a uniform surface using standard finishing techniques. G. After the initial curing period, the surface of the slab shall be sealed. 3.05 APPLICATION OF PENETRATING, REACTIVE, SEALER/COATING A. Surface should be prepared in accordance with manufacturer's directions and allow the concrete substrate to completely dry. B. The surface shall be protected by a product produced by the manufacturer of the chemical stain. C. Apply at the following rates: Per manufacturer's directions. 1. Hand -Pump Sprayer: Between 100 to 200 square feet per gallon. 2. Lambswool Roller, Max. 3/8-inch nap, 100 to 200 square feet per gallon. D. Maintain a wet edge at all times. E. Only one coat is generally required for untreated or stripped concrete. F. If a second coat is to be applied, allow sealer to completely dry before applying additional coats. 3.06 PROTECTION A. Protect surface treated with penetrating, reactive sealer/coating until dry. B. Remove no forms for at least 8 hours after initial set. Protect Work from pedestrian and automotive traffic for a period of 3 days after pouring. END OF SECTION Colored and Chemically Stained Concrete Paving 03 3519 - 5 FPS15399 — Lake Worth Trail — Phase 1A 6 17 19 SECTION 03 63 29 DRILLED PIERS - BRIDGE 1.00 GENERAL 1.01 SUMMARY 03 63 29 DRILLED PIERS- BRIDGE Page 1 of 4 A. Description of Work: Furnish all labor, materials, services, equipment and appliances required in conjunction with drilled pier foundations complete, including, but not limited to the following: 1. Layout of drilled piers. 2. Excavation of drilled piers. 3. Temporary steel casings — if required. 4. Furnishing and placing reinforcing steel. 5. Furnishing and placing concrete. 6. Placing anchor bolts for steel columns. 7. Removal of spoil (excavated material) resulting from drilled pier excavations. B. The extent of drilled piers is shown on the drawings, including locations, diameters of shafts, elevation of top hearing stratum for bidding purposes, top of pier elevations, reinforcement, and details of construction. C. Related work specified in other sections: 1. Testing Laboratory Services: Section 0145 23. 2. Concrete Reinforcement- Bridge: Section 03 20 00. 3. Cast -in -Place Concrete - Bridge: Section 03 30 00. 1.02 QUALITY ASSURANCE A. Pier drilling contractor shall be required to submit proof of qualifications requirements including: 1. Minimum of 5 previous projects of similar scope and nature or larger. 2. Verify having been in business for a minimum of three years. B. Testing laboratory services: 1. Refer to section 014100 for additional information concerning laboratory services in conjunction with drilled pier work. 2. The contractor shall pay for the services of an independent testing agency to design the concrete mix in conjunction with drilled piers and to perform continuous pier drilling observations. 3. Contractor shall give a minimum of 2 days notice to geotechnical consultant for services in conjunction with drilled piers. C. Drilling Log: Drilled Piers - Bridge 03 63 29 CGA — Lake Worth Trail Phase ILA 03 63 29 DRILLED PIERS - BRIDGE Page 2 of 4 Geotechnical Representative shall keep an exact log of each pier, regardless of soil conditions, indicating: 1. Pier number. 2. Pier location. 3. Depth drilled through overburden. 4. Depth drilled in bearing stratum. 5. Elevation of ground surface. 6. Top elevation of concrete. 7. Top elevation and length of casing. 8. Diameter of shaft. 9. Diameter and type of bell (if bells are required). 10. Estimated inflow of water, source, and depth in bottom of hole when concrete is placed. 11. Description of bearing stratum. 12. Pumping required. 1.03 JOB CONDITIONS A. Scheduling: 1. Schedule pier drilling so that piers will be filled with concrete within 8 hours after drilling. 2. Fill each pier with concrete not later than the same day it is drilled. 2.00 PRODUCTS 2.01 DRILLING EQUIPMENT A. The equipment used shall be adequate to drill the sizes indicated to depths necessary for a stable foundation, giving consideration to subsurface conditions reported by the Geotechnical Investigation. 2.02 MATERIALS A. Concrete Reinforcement: As specified in Section 03 20 00. B. Cement, Aggregates and Admixtures: As specified in Section 03 3000. 2.03 MIXES A. As specified in Section 03 30 00. 3.00 EXECUTION 3.01 CONSTRUCTION A. Drilling 1. Drill piers with power auger foundation drilling rig designed for that purpose. Drill piers vertically, to diameters shown on drawings. Drilled Piers - Bridge 03 63 29 CGA — Lake Worth Trail Phase 1A 03 63 29 DRILLED PIERS - BRIDGE Page 3 of 4 2. If caving or substantial amounts of ground water are encountered, use casings, if required, to prevent caving and exclude water. B. Casings 1. Protective steel casing, at least as large in inside diameter as the nominal shaft size and of sufficient wall thickness to resist crushing by hydrostatic and earth pressures, shall be installed in each pier hole when needed, in the judgement of the Foundation Inspector (s), to prevent caving or fall -in. C. Casing Removal 1. An initial jerk of "2" to "4" shall be allowed to start the lift; thereafter, while being removed from the pier hole, the casing must be kept plumb and must be pulled with a smooth, vertical motion (no rotation permitted), without jerks. Vibration of the casing during pulling is not approved. Maintain sufficient head of concrete to prevent reduction in diameter of pier shaft by earth pressure and to prevent extraneous material from mixing with fresh concrete. Coordinate withdrawal of temporary casings with concrete placement to maintain a sufficient need of concrete above casing bottom. 2. Where cutoff elevation is below ground level, maintain protective casing to the ground surface if necessary to prevent detrimental caving or intrusion of shallow soils into the shaft. 3. Dowels shall be placed and positioned after the casing has been pulled and the surface of the concrete has been established. I D. Removal of Groundwater Seepage 1. Water above an average depth of 2" above the bottom of the excavation shall be pumped or removed before placement of concrete. If water cannot be held below this level long enough for concrete to be placed in the normal manner, place concrete by one of the following methods: a. Use of a submersible pump in the bottom of a straight hole or in a sump excavated in the bottom of a bell, with concrete being placed to cover the intake pipe before the pump is lifted. b. Use of a Tremie pipe or "elephant's truck". c. Use of pumped -in concrete discharging through a pipe below the water and below the surface of the concrete in the hole. F. Allowable Tolerances: 1. The piers shall be installed as indicated on the Drawings and in accordance with these Specifications. No pier shall be off center from its design locations more than 1/24 of the shaft diameter or 3", whichever is less measured at the top of the pier. No vertical pier shall be out of plumb more than 1% of its length. All piers and shafts shall be at least as large in diameter as indicated on the Drawings. Deviations from underream configurations (if required) may be made only with prior written approval of the Structural Engineer. Drilled Piers - Bridge 03 63 29 CGA — Lake Worth Trail Phase 1A 03 63 29 DRILLED PIERS - BRIDGE Page 4 of 4 2. If any of the above tolerances are exceeded, additional construction (including costs of engineering and redesign) as required by the Structural Engineer, shall be paid for by the Contractor. 3.02 PLACING REINFORCING STEEL AND CONCRETE A. Do not place steel or concrete until pier holes have been inspected, logged and approved by the Testing Laboratory. Reinforcing steel shall be installed as indicated on the Drawings. All steel shall be free from excessive rust, mud or any foreign material which would hinder bonding of concrete and steel. Reinforcement cages shall be straight and shall conform to the design dimensions. Adequate provision shall be made to ensure that the reinforcement steel will remain in place throughout placement of concrete and that specified concrete cover for the reinforcement steel is attained and maintained. The use of precast concrete spacer blocks or "Centraligner" pier sleds by Pieresearch, Arlington, TX (or equal) is recommended for this purpose. C. After approval of the excavated pier hole by the Testing Laboratory, concrete shall be placed, if necessary, with the use of a drop chute or tremie, limiting free fall to 25' maximum, such that will not cause segregation of the particles or permit infiltration of water or any other occurrence which would tend to decrease the strength of the concrete or the capacity of the finished pier. All concrete shall be placed in the presence of the Testing Laboratory. D. Maintain a minimum 3" clearance between bottom of excavation and reinforcement. 3.03 DISPOSAL OF SOIL Remove spoil from the ground around the excavation before concrete placement is started, and dispose off the site in a legal manner. END OF SECTION Drilled Piers - Bridge 03 63 29 CGA — Lake Worth Trail Phase lA 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 1 SECTION 03 80 00 2 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Modifications to existing concrete structures, including: 7 a. Manholes 8 b. Junction boxes 9 c. Vaults 10 d. Retaining walls 11 e. Wing and head walls 12 f. Culverts 13 2. This section does not include modifications to Reinforced Concrete Pipe. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. This Item is considered subsidiary to the structure or Items being placed. 23 2. Payment 24 a. The work performed and the materials furnished in accordance with this Item 25 are subsidiary to the structure or Items being placed and no other compensation 26 will be allowed. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. ASTM International (ASTM): 33 a. A615, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 34 b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 35 Concrete. 36 c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used 37 with Concrete by Slant Sheer. 38 d. D570, Standard Test Method for Water Absorption of Plastics. 39 e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 038000-2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 1 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 2 g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. 3 h. D790, Standard Test Methods for Flexural Properties of Unreinforced and 4 Reinforced Plastics and Electrical Insulating Materials. 5 B. Where reference is made to 1 of the above standards, the revision in effect at the time of 6 bid opening applies. 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Provide submittals in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to delivery and/or fabrication for I I specials. 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Submit manufacturer's Product Data on all product brands proposed for use to the 15 Engineer for review. 16 2. Include the manufacturer's installation and/or application instructions. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. When removing materials or portions of existing structures and when making openings 21 in existing structures, take precautions and all erect all necessary barriers, shoring and 22 bracing, and other protective devices to prevent damage to the structures beyond the 23 limits necessary for the new work, protect personnel, control dust, and to prevent 24 damage to the structures or contents by falling or flying debris. 25 B. Core sanitary sewer manhole penetrations. 26 110 DELIVERY, STORAGE, AND HANDLING 27 A. Deliver the specified products in original, unopened containers with the manufacturer's 28 name, labels, product identification, and batch numbers. 29 B. Store and condition the specified product as recommended by the manufacturer. 30 1.11 FIELD CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Manufacturers CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 038000-3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1 1. In other Part 2 articles where titles below introduce lists, the following requirements 2 apply to product selection: 3 a. Available Products 4 1) Subject to compliance with requirements, products that may be 5 incorporated into the Work include, but are not limited to, products 6 specified. 7 b. Available Manufacturers 8 1) Subject to compliance with requirements, manufacturers offering products 9 that may be incorporated into the Work include, but are not limited to, 10 manufacturers specified. 11 B. Materials I2 1. General 13 a. Comply with this Section and any state or local regulations. 14 C. Steel Reinforcement 15 1. Reinforcing Bars 16 a. ASTM A615, Grade 60, deformed. 17 D. Epoxy Bonding Agent 18 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin 19 material used to bond plastic concrete to hardened concrete complying with the 20 requirements of ASTM C881, Type V, and the additional requirements specified 21 herein. 22 2. Properties of the cured material 23 a. Compressive Strength (ASTM D695) 24 1) 8,500 psi minimum at 28 days 25 b. Tensile Strength (ASTM D638) 26 1) 4,000 psi minimum at 14 days 27 c. Flexural Strength (ASTM D790 - Modulus of Rupture) 28 1) 6,300 psi minimum at 14 days 29 d. Shear Strength (ASTM D732) 30 1) 5,000 psi minimum at 14 days 31 e. Water Absorption (ASTM D570 - 2 hour boil) 32 1) 1 percent maximum at 14 days 33 f. Bond Strength (ASTM C882) Hardened to Plastic 34 1) 1,500 psi minimum at 14 days moist cure 35 g. Color 36 1) Gray 37 h. Available Manufacturers: 38 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 39 2) BASF, Cleveland, Ohio - Coneresive 1438 40 E. Epoxy Paste 41 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin 42 material used to bond dissimilar materials to concrete such as setting railing posts, 43 dowels, anchor bolts, and all -threads into hardened concrete and complying with 44 the requirements of ASTM C881, Type I, Grade 3, and the additional requirements 45 specified herein. 46 2. Properties of the cured material 47 a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 1 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at 2 Break - 0.3 percent minimum 3 c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 4 14 days 5 d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days 6 e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 7 f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 8 g. Color: Concrete grey 9 h. Available Manufacturers 10 1) Overhead Applications 11 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV 12 b) BASF - Concresive .143 8 13 2) All Other Applications 14 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mad LV 31 15 b) BASF - Concresive 1401 16 F. Repair Mortars 17 1. Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement- 18 based cementitious trowel grade mortar for repairs on horizontal or vertical 19 surfaces. 20 a. Available Manufacturers 21 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 22 2) BASF — Emaco Nanocrete R3 23 G. Pipe Penetration Sealants 24 1. 1 component polyuretbane, extrudable swelling bentonite-free waterstop that is 25 chemically resistant, not soluble in water and capable of withstanding wet/dry 26 cycling. 27 a. Available Manufacturers 28 1) Sika Corporation, Lyndhurst New Jersey -- SikaSwell S-2 29 2) Approved equal 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION 36 A. General 37 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing 38 structures or appurtenances, as indicated on the Drawings, specified herein, or 39 necessary to permit completion of the Work. Finishes, joints, reinforcements, 40 sealants, etc., are specified in respective Sections. Comply with other requirements 41 of this of Section and as shown on the Drawings. CITY OF FORT WORTH Lake Worth Trail Phase 1A ,STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 1 2. Store, mix, and apply all commercial products specified in this Section in strict 2 compliance with the manufacturer's recommendations. 3 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion 4 joint or control joint to preserve the isolation between components on either side of 5 the joint. 6 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if 7 rebar is encountered and relocate the hole to avoid rebar as approved by the 8 Engineer. Do not cut rebar without prior approval by the Engineer. 9 B. Concrete Removal 10 1. Remove concrete designated to be removed to specific limits as shown on the 11 Drawings or directed by the Engineer, by chipping, jack -hammering„ or saw -cutting 12 as appropriate in areas where concrete is to be taken out. Do not jackhammer 13 sanitary sewer manhole penetrations. Remove concrete in such a manner that 14 surrounding concrete or existing reinforcing to be left in place and existing in place 15 equipment is not damaged. 16 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new 17 material is to be placed on the sawcut surface, apply a coating or surface treatment 18 of epoxy paste to the entire out surface to a thickness of 1/4 inch. 19 3. In all cases where the joint between new concrete or grout and existing concrete 20 will be exposed in the finished work, except as otherwise shown or specified, 21 provide a I -inch deep saw cut on each exposed surface of the existing concrete at 22 the edge of concrete removal. 23 4. Repair concrete specified to be left in place that is damaged using approved means 24 to the satisfaction of the Engineer. 25 5. The Engineer may from time to time direct additional repairs to existing concrete. 26 Make these repairs as specified or by such other methods as may be appropriate. 27 C. Connection Surface Preparation 28 1. Prepare connection surfaces as specified below for concrete areas requiring 29 patching, repairs or modifications as shown on the Drawings, specified herein, or as 30 directed by the Engineer. 31 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting 32 materials from the surface by dry mechanical means, i.e., sandblasting, grinding, 33 etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in 34 depth. Irregular voids or surface stones need not be removed if they are sound, free 35 of laitance, and firmly embedded into parent concrete, subject to the Engineer's 36 final inspection. 37 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar 38 means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of 39 the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a 40 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 41 the demolition operation. 42 4. Clean reinforcing from existing demolished concrete that is shown to be 43 incorporated in new concrete by wire brush or other similar means to remove all 44 loose material and products of corrosion before proceeding with the repair. Cut, 45 bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch 46 minimum cover all around. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 038000-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 1 5. The following are specific concrete surface preparation "methods" to be used where 2 called for on the Drawings, specified herein, or as directed by the Engineer. 3 a. Method A 4 1) After the existing concrete surface at connection has been roughened and 5 cleaned, thoroughly moisten the existing surface with water. 6 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of 7 a heavy paste. 8 3) Immediately after application of cement paste, place new concrete or grout 9 mixture as detailed on the Drawings. 10 b. Method B 11 1) After the existing concrete surface has been roughened and cleaned, apply 12 epoxy bonding agent at connection surface. 13 2) Comply strictly with the manufacturer's recommendations for the field 14 preparation and application of the epoxy bonding agent. 15 3) Place new concrete or grout mixture to limits shown on the Drawings 16 within time constraints recommended by the manufacturer to ensure bond. 17 c. Method C 18 1) Drill a bole 1/4 inch larger than the diameter of the dowel. 19 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. 20 First fill the drilled hole with epoxy paste, then butter the dowels/bolts with 21 paste then insert by tapping. 22 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a 23 depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 24 4) If not noted on the Drawings, the Engineer will provide details regarding 25 the size and spacing of dowels. 26 d. Method D 27 1) Combination of Method B and C. 28 3.4 INSTALLATION [NOT USED] 29 3.5 REPAIR [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION 40 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 03 80 00 - 7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 05 50 00 MISCELLANEOUS METALS Page 1 of 2 SECTION! 05 50 00 MISCELLANEOUS METALS 1.00 GENERAL 1.01 SCOPE A. Provide miscellaneous metal work as detailed and as specified herein. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with Section 01340 "Shop Drawings, Product Data, and Samples Submittals." Drawings shall indicate each item being furnished including materials, quantities, sizes, shapes, size and types of anchors, locations finish types and installation details. B. Powder Coat Paint color chart. 2.00 PRODUCTS 2.01 MATERIALS A. Miscellaneous Structural Steel: ASTM A36. B. Cast and Miscellaneous Loose Steel: ASTM A36 (A27). C. Bolts: ASTM A307, Grade A. D. Steel Pipe: ASTM A53 black seamless pipe, Grade B, Schedule 40, free of pits and abrasions. E. Aluminum Extruded: ASTM B221, Alloy 6063-T5. F. Primer: Tnemec Series 60 Hi -Build Epoxy Line 5.0 mils thick dry minimum coat. G. Surface Paint: Tnemec Series 73 Endurashield III, two coats at a rein. of 4.0 mils thick per coat dry. H. Setting Grout: Pro-Loc, non -shrink, setting grout. I. Stainless Steel Bolts: Conform to ASTM F593-91. 2.02 ITEMS OF WORK - FABRICATED A. Miscellaneous Steel and Aluminum Shapes: Channels, wide flange shapes, angles, plates, pipe, tubing, connections and bolts where shown and detailed on the Drawings. B. Shop fabricate sections in maximum lengths possible for final installation in the field. Miscellaneous Metals 05 50 00 -1 FPS15399 — Lake Worth Trail Phase 1A 05 50 00 MISCELLANEOUS METALS Page 2 of 2 2.03 FINISHES A. Shop Paint: Miscellaneous ferrous metal items, except those indicated to be galvanized or those with a factory finish, shall be solvent cleaned (SSPC SP1) and hand tool cleaned (SP2- 63) and then given one coat of Specified Primer in shop before delivery to the Site. B. Galvanized Finish: Zinc -coating conforming to ASTM A123 and ASTM A385. C. Decorative Shop Finishes: Decorative metal shall be solvent cleaned (SSPC SP1) and then commercial blast cleaned (SP6-63) to completely remove mill scale, rust and other foreign deposits and to provide a uniform satin finish to exposed surfaces. Coat surfaces with the specified primer to minimum dry film thickness of 1.5 mils. D. Powder Coat paint items to conform to ASTM D3451 and as indicated on plans. E. Anodizing: 1. Finish exposed surfaces in accordance with NAAMM Metal Finishes Manual. 2. Aluminum: NAAMM AMP 501, (Clear anodized natural finish). 3. Mill Finish: AAMIO, as fabricated. 3.00 EXECUTION 3.01 INSTALLATION A. Work shall be made and erected square, plumb, straight and true, accurate fitted, and with tight joints and intersections. Work shall be adequately reinforced and anchored in place. Welding shall conform to best modern practice to be of adequate strength and durability, with jointing made tight, flush and in true plane with base metals, clean and smooth. Form exteriorjoints to exclude water. Welded connections in exposed members shall be ground smooth and polished. Install stock manufactured items in accordance with manufacturer's directions. Leave items plumb, level and securely fastened. 3.02 DISSIMILAR MATERIALS A. Where aluminum surfaces will contact steel, other incompatible metals, masonry, stone or concrete, keep the aluminum surfaces from direct contact with such dissimilar material by painting the incompatible metal with prime coat of zinc chrome primer followed by one or two coats of aluminum metal paint or other suitable protective coating excluding those containing lead pigmentation. END OF SECTION Miscellaneous Metals 055000-2 FPS15399 — Lake Worth Trail Phase 1A 104300 SITE SIGNAGE Page 1 of 2 SECTION 10 43 00 SITE SIGNAGE 1.00 GENERAL 1.01 SECTION INCLUDES A. Site Signage. 1.02 RELATED SECTIONS A. Section 03 30 01 "Cast -In -Place Concrete." 1.03 SUBMITTALS A. Shop Drawings: Indicate proposed fabrications, mounting details, color separations, and font styles for each sign. The graphic representations shown in these drawings are intended to depict the design intent. Final artwork shall be prepared by the sign manufacturer. B. Technical Data: Manufacturer data and product information. C. Color samples: Paint color samples. The Owner will make all sign color selections. D. Powder Coat paint color chart. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this Section with minimum 5 years' documented experience. 1.05 MOCK-UP SAMPLES A. Submit samples of the proposed fastener hardware. Samples shall be submitted for each installation application. 1.06 PRE -INSTALLATION CONFERENCE A. Review location of signs with Owner prior to installation. 1.07 DELIVERY, STORAGE, AND HANDLING A. Handle signage in order not to damage or mar surfaces of signs or adjacent finish surfaces as applicable. B. Prevent contact with material that may cause corrosion, discoloration or staining. C. Store Signage material in a safe, dry, above -ground. 1.08 SEQUENCING AND SCHEDULING A. Coordinate installation with adjacent finish materials in manner not to destroy adjacent surfaces. Site Signage 10 43 00 -1 FPS15399 — Lake Worth Trail Phase 1A 10 43 00 SITE SIGNAGE Page 2of2 2.00 PRODUCTS 2.01 SIGN PANELS A. Paint: High-grade polyurethane paint specially formulated for the exterior sign industry. All graphics and text shall be painted. Adhesive applied graphics or text are not acceptable. B. Refer to the Drawings for signage information. 2.02 FASTENERS A. Utilize stainless steel, tamper resistant bolt and nut assemblies. B. Where exposed adjacent to the sign face or back, the fasteners shall be painted to match the sign color adjacent to the fastener. 3.00 EXECUTION 3.01 EXAMINATION A. Verify that areas are ready to receive signage. B. Notify Owner in writing of unacceptable conditions in surfaces or substrates. C. Commencement of installation indicates acceptance of conditions. 3.02 INSTALLATION A. Install signs in accordance with good construction practices. Avoid warps, buckles, distortions, opening up of joints, or overstressing of fasteners. B. Locate and install signage in locations as indicated on the signage schedule and in accordance with approved Shop Drawings. 3.03 PROTECTION A. Protect installed signs from damage and vandalism until Project completion. END OF SECTION Site Signage 10 43 00 - 2 FP515399 — Lake Worth Trail Phase 1A I 3 PART 1 GENERAL 4 1.1 RELATED DOCUMENTS SECTION 1167 13 SITE FURNISHINGS 11 67 13 PAVING REMOVALFURNISHINGS Pagel of 5 5 A. Provisions established within the General and Supplementary General Conditions of 6 the Contract, Division 1 - General Requirements, and the Drawings are collectively 7 applicable to this Section. 8 1.2 SCOPE 9 A. Work included: the work includes, but is not necessarily limited to: 10 1. Remove existing benches, picnic grills, trash receptacles and picnic tables. 11 2. Furnish and install exterior benches, litter receptacles, picnic grills, and picnic 12 tables. 13 3. Furnish and install basketball goal with back board and netting. 14 4. Furnish and install concrete footings for playground equipment. 15 5. Furnish and install concrete pads and walks. 16 6. Warranty and replacements 17 7. Provide touch-up paint 18 L3 REFERENCES 19 A. Requirements of Regulatory Agencies: 20 1. Perform work in accordance with all applicable laws, codes and regulations 21 required. 22 B. American Association of State Highway and Transportation Officials (AASHTO): 23 1. AASHTO LTS-4 - Standard Specifications for Structural Supports for Highway 24 Signs, Luminaires and Traffic Signals 25 C. ASTM International (Formerly known as American Society for Testing and Materials): 26 1. ASTM A123 - Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and 27 Steel Products 28 2. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 29 120/105 30 ksi Minimum Tensile Strength 31 3. ASTM A507 - Standard Specification for Drawing Alloy Steel, Sheet and Strip, 32 Hot- 33 Rolled and Cold -Rolled 34 4. ASTM B26/B26M - Standard Specification for Aluminum -Alloy Sand Castings 35 5. ASTM B85 - Standard Specification for Aluminum -Alloy Die Castings 36 6. ASTM B 137 - Standard Test Method for Measurement of Coating Mass per Unit 37 Area 38 on Anodically Coated Aluminum 39 7. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet 40 and Plate 41 8. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy 42 Extruded Bars, Rods, Wire, Profiles, and Tubes CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 1167 13 PAVING REMOVALFURNISHINGS Page 2 of 5 1 9. ASTM D63 5 - Standard Test Method for Rate of Burning and/or Extent and 2 Time of Burning of Plastics in a Horizontal Position 3 10. ASTM D1056 - Standard Specification for Flexible Cellular Materials - Sponge 4 or 5 Expanded Rubber 6 11. ASTM D1400 - Standard Test Method for Nondestructive Measurement of Dry 7 Film 8 Thickness of Nonconductive Coatings Applied to a Nonferrous Metal Base 9 12. ASTM D2240 - Standard Test Method for Rubber Property - Durometer 10 Hardness 11 D. National Fire Protection Association (NFPA): NFPA 70 - National Electrical Code 12 (NEC) 13 E. The Society for Protective Coatings (Formerly known as Steel Structures Painting 14 Council) (SSPC): SSPC-SP 10 - Near -White Blast Cleaning 15 F. Underwriters Laboratories, Inc. (UL): 16 1. UL 496 - UL Standard for Safety Edison -Base Lampholders 17 2. UL 508 - UL Standard for Safety Industrial Control Equipment 18 3. UL 542 - UL Standard for Safety Lampholders, Starters, and Starter Holders for 19 Fluorescent Lamps 20 4. UL 935 - UL Standard for Safety Fluorescent -Lamp Ballasts 21 5. UL 1029 - UL Standard for Safety High -Intensity -Discharge Lamp Ballasts 22 6. UL 1598 - UL Standard for Safety Luminaires 23 1.3 QUALITY ASSURANCE 24 A. Installer qualifications: minimum of 5 years of experience in installation of site 25 furnishings and playground equipment. Provide documentation of specific project 26 experience and references as required by Owner. 27 1.4 SUBMITTALS 28 A. Submit manufacturer's product data and warranty for each type of furniture or material 29 specified, including finish and color indicated including light pole and fixture. Submit 30 cut sheets for ADA signage. 31 B. Submit footing detail as recommended by the manufacturer for each type of site 32 furniture including pavilion. 33 C. Submit manufacturer's installation instructions. 34 D. Samples: 35 1. Submit two samples 2x2 inch in size illustrating finish material and color for 36 substitutions. 37 E. Submittals to be submitted to Landscape Architect for review and approval no less than 38 60 days prior to installation. 39 1.5 DELIVERY, STORAGE, AND HANDLING 40 A. Remove designated existing benches and picnic tables. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 1167 13 PAVING REMOVALFURNISHINGS Page 3 of 5 1 B. Fumish all materials in manufacturer's unopened, original containers, bearing original 2 labels showing quantity, description and name of manufacturer. 3 C. Deliver and unload at the site on pallets and bound in such a manner that no damage 4 occurs to the product. 5 D. Store products in a manner which will preclude all damages. Damaged materials will 6 be rejected. Remove all damaged materials from the job site immediately, and replace 7 at no cost to the Owner. 8 E. Furnish suitable equipment and locate all site furnishing materials carefully and 9 efficiently. Lift materials using lifting inserts provided by the manufacturer where 10 applicable. 11 F. Protect site furniture and accessories from damage until fmal acceptance. Owner 12 reserves right to reject site furniture damaged prior to and during and after installation. 13 PART 2 PRODUCTS 14 2.1 MANUFACTURERS OF EQUIPMENT, SITE FURNITURE AND ACCESSORIES 15 A. Acceptable Manufacturers are listed on the drawings. 16 B. All playground equipment is pre -approved equipment. All remaining components 17 structures are subject for substitution. 18 C. Substitutions. Under provisions of General and Special Conditions and Drawings. 19 Substitutions must be of equal quality of material and finish specified. All substitutions 20 must be approved by Park and Recreation Department and Landscape Architect prior to 21 bid submittal with explanation of variances to specified items. 22 D. General Requirements for Mounting Poles for signs: 23 1. Mounting poles: Steel, straight, round, and as shown. Complete assembly of 24 anchor bolts, pole, arms, and luminaire designed to withstand wind pressure (P) 25 developed by wind speed (V) of 80 MPH, in accordance with AASHTO LTS-4. 26 Pole assembly to be designed in accordance with AASHTO requirements for 27 permissible stresses, deflection, vibration, and fatigue. Ratio of deflection to pole 28 height under action of applicable static loading not to exceed 1160. 29 2.2 CONCRETE 30 A. ASTM C94 ready mixed concrete, minimum 28 day compressive strength of 3,000 psi, 31 air -entrained 2% to 45. 32 33 B. Grout: Section 03305, "Portland Cement Concrete", nonshrink. Where recommended by 34 manufacturer. Prime surfaces to be grouted 35 2.3 FINISHES CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 11 67 13 PAVING REMOVALFURNISHINGS Page 4 of 5 1 A. Specified on drawings. 2 PART 3 EXECUTION 3 3.1 INSPECTION 4 A. Examine final grades and installation conditions. Do not proceed with work until 5 unsatisfactory conditions are corrected. 6 B. Beginning of installation means acceptance of existing conditions. 7 3.2 PREPARATION 8 A. Remove foreign substances from surfaces to receive metal items. 9 B. Locate and layout all site furniture and site accessories. Obtain Owner's 10 Representative's acceptance of layout prior to installation. 11 C. Coordinate setting drawings, diagrams, templates, instructions and directions for the 12 installation of items having integral anchors which are to be embedded in concrete 13 construction. Coordinate delivery of such items with concrete work. 14 D. Restore protective covering that have been damaged in shipment or in the installation 15 of the item. Remove protective covering from surfaces only when there is no 16 possibility of damage from work yet to be performed after installation. Retain covering 17 on all similarly finished items and remove only when all are in place to preclude non- 18 uniform oxidation and discoloration. 19 3.4 INSTALLATION OF SITE FURNISHINGS 20 A. Install where and as shown on plans and details. Install per Manufacturer's directions. 21 InstaIl all pieces level and plumb. 22 B. 23 C. 24 D. 25 E. 26 27 F. 28 29 3.5 Provide and install vandal -proof anchors into pavement to secure the site furnishings. Paint exposed installation hardware to match furnishing color. Shim and level furnishings as required at approved locations. Guard against staining or damaging of existing pavements and plantings where site furnishings are to be installed. Provide Owner with manufacturer's touch-up paint (1 pint minimum) for each painted furnishing. Supply literature necessary for ordering touch-up paint at a Iaer date. TOLERANCES 30 A. Maximum Variation From Plumb: 1/32 inch per foot. 31 3.6 CLEANING CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Worth Trail Phase IA 1920 11 67 13 PAWING REMOVALFURNISHINGS Page 5 of 5 1 A. Perform cleaning during installation of the work and upon completion of the work. 2 Maintain clean surfaces until final acceptance. Remove from site all debris and 3 equipment. Repair all damage resulting from play fields and equipment installation. 4 3.7 CLEANING/TOUCH-UP 5 A. As Work proceeds, promptly remove concrete where spilled, splashed, or spattered 6 onto site furniture. 7 B. During progress of Work maintain premises free of unnecessary accumulation of tools, 8 equipment, surplus materials, and debris. 9 C. Perform cleaning during installation of the work and upon completion of the work. 10 Maintain clean surfaces until final acceptance. Remove from site all debris and 11 equipment. Repair all damage resulting from furniture and equipment installation. 12 Replace damaged furniture as requested by the Owner's Representative. 13 14 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE [2010 3AN 06] CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 31 1000- 1 SITE CLEARING Page 1 of 5 1 SECTION 3110 00 2 SITE CLEARING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2, Tree Removal (typically included in "Site Clearing", but sbould be used if"Site 32 Clearing" is not a bid item) 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each "Tree Removal" for: 38 a) Various caliper ranges 39 c. The price bid sball include: 40 1) Pruning of designated trees and shrubs 41 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 311000-2 SITE CLEARING Page 2 of 5 1 3) Grading and backfilling of holes 2 4) Excavation 3 5) Fertilization 4 6) Clean-up 5 3. Tree Removal and Transplantation 6 a. Measurement 7 1) Measurement for this Item shall be per each. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 11 a) Various caliper ranges 12 c. The price bid shall include: 13 1) Pruning of designated trees and shrubs 14 2) Removal and disposal of structures and obstructions 15 3) Moving tree with truck mounted tree spade t6 4) Grading and backfilling of holes 17 5) Replanting tree at temporary location (determined by Contractor) 18 6) Maintaining tree until Work is completed 19 7) Replanting tree into original or designated location 20 8) Excavation 21 9) Fertilization 22 10) Clean-up 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Permits 26 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 27 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 28 B. Preinstallation Meetings 29 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 30 City Inspector, and the Project Manager for the purpose of reviewing the 31 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 32 prior to the meeting. 33 2. The Contractor will provide the City with a Disposal Letter in accordance to 34 Division 01. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4I 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 311000-3 SITE CLEARING Page 3 of 5 1 112 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. All trees identified to be protected and/or preserved should be clearly flagged with 8 survey tape. 9 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 10 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 11 saved. 12 3.4 INSTALLATION 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 %z gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 311000-4 SITE CLEARING Page 4 of 5 1 2. The testing, removal, and disposal of hazardous materials will be in accordance 2 with Division 1. 3 C. Site Clearing 4 1.. Clear areas shown on the Drawings of all obstructions, except those landscape 5 features that are to be preserved. Such obstructions include, but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. Floor slabs 9 d. Concrete 10 e. Brick 11 f. Lumber 12 g. PIaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 in. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including, but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment, remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 38 6. In all other areas, remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor, unless 45 otherwise stated on the Drawings. 46 3. The Contractor will dispose of material and debris off -site in accordance with Iocal, 47 state, and federal laws and regulations. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 311000-5 SITE CLEARING Page 5 of 5 1 3.5 REPAIR [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION 3123 16 UNCLASSIFIED EXCAVATION 31 23 16 - 1 UNCLASSIFIED EXCAVATION Page 1 of 6 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division I —General Requirements 19 3. Section 3123 23 Borrow 20 4. Section 3124 00 — Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1, Excavation by PIan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 6 1 2) When measured by the cubic yard in its final position, this is a plans 2 quantity measurement Item. The quantity to be paid is the quantity shown 3 in the proposal, unless modified by Article 11.04 of the General 4 Conditions. Additional measurements or calculations will be made if 5 adjustments of quantities are required. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under "Measurement" will be paid for at the unit 9 price bid per cubic yard of "Unclassified Excavation by Plan". No 10 additional compensation will be allowed for rock or shrinkage/swell 11 factors, as these are the Contractor's responsibility. 12 c. The price bid shall include: 13 1) Excavation 14 2) Excavation Safety 15 3) Drying 16 4) Dust Control 17 5) Reworking or replacing the over excavated material in rock cuts 18 6) Hauling 19 7) Disposal of excess material not used elsewhere onsite 20 8) Scarification 21 9) Clean-up 22 1.3 REFERENCES [NOT USED] 23 A. Definitions 24 1. Unclassified Excavation — Without regard to materials, all excavations shall be 25 considered unclassified and shall include all materials excavated. Any reference to 26 Rock or other materials on the Drawings or in the specifications is solely for the 27 City and the Contractor's information and is not to be taken as a classification of 28 the excavation. 29 1.4 ADMINSTRATIVE REQUIREMENTS 30 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 31 01. CITY OF FORT WORTH Lace Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 6 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement, then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 6 1 1.11 FIELD CONDITIONS 2 A. Existing Conditions 3 1. Any data which has been or may be provided on subsurface conditions is not 4 intended as a representation or warranty of accuracy or continuity between soils. It 5 is expressly understood that neither the City nor the Engineer will be responsible 6 for interpretations or conclusions drawn there from by the Contractor. 7 2. Data is made available for the convenience of the Contractor. 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 2.1 OWNER -FURNISHED [NOT USED] 11 2.2 PRODUCT TYPES AND MATERIALS 12 A. Materials 13 1. Unacceptable Fill Material 14 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 15 D2487 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 CONSTRUCTION 21 A. Accept ownership of unsuitable or excess material and dispose of material off -site 22 accordance with local, state, and federal regulations at locations. 23 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 24 during construction with eh exception of water that is applied for dust control. 25 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 26 properly dispose according to disposal plan. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 6 1 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 2 proposed or existing structures. 3 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 4 City. 5 F. Shape slopes to avoid loosening material below or outside the proposed grades. 6 Remove and dispose of slides as directed. 7 C. Rock Cuts 8 1. Excavate to finish grades. 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings, use approved embankment material compacted in 11 accordance with Section 31 24 00 to replace the over excavated at no additional 12 cost to City. 13 H. Earth Cuts 14 1. Excavate to finish subgrade 15 2. In the event of over excavation due to contractor error below the lines and grades 16 established in the Drawings, use approved embankment material compacted in 17 accordance with Section 31 24 00 to replace the over excavated at no additional 18 cost to City- 19 3. Manipulate and compact subgrade in accordance with Section 3124 00. 20 3.5 REPAIR [NOT USED] 21 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL 23 A. Subgrade Tolerances 24 1. Excavate to within 0.1 foot in all directions. 25 2. In areas of over excavation, Contractor provides fill material approved by the City 26 at no expense to the City. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 29, 2013 312316-6 UNCLASSIFIED EXCAVATION Page 6 of 6 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] N 9 10 11 12 13 14 15 16 17 18 IM END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 12 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312323-I BORROW Page 1 of 5 SECTION 3123 23 2 BORROW 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2, Division I —General Requirements 12 3. Section 3123 16 —Unclassified Excavation 13 4. Section 3124 00 —Embankments 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Borrow by Plan Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by the cubic yard in its final position 19 using the average end area method. Limits of measurement are shown on 20 the Drawings. 21 2) When measured by the cubic yard in its final position, this is a plans 22 quantity measurement Item. The quantity to be paid is the quantity shown 23 in the proposal, unless modified by Article 11.04 of the General 24 Conditions. Additional measurements or calculations will be made if 25 adjustments of quantities are required. 26 b. Payment 27 1) The work performed and materials furnished -in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price bid per cubic yard of "Borrow by Plan" for the various borrow 30 materials. No additional compensation will be allowed for rock or 31 shrinkage/swell factors, as these are the Contractor's responsibility. 32 c. The price bid shall include: 33 1) Transporting or hauling material 34 2) Furnishing, placing, compacting and finishing Borrow 35 3) Construction Water 36 4) Dust Control 37 5) Clean-up 38 6) Proof Rolling 39 7) Disposal of excess or waste material 40 8) Reworking or replacement of undercut material CITY OF FORT WORTII Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312323-2 BORROW Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 8 Purposes (Unified Soil Classification System) 9 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 10 Plasticity Index of Soils 1 I c. ASTM D6913, Standard Test Methods for Particle -Size Distribution 12 (Gradation) of Soils Using Sieve Analysis 13 d. ASTM D698, Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to construction. I9 C. Submit laboratory tests reports for each soil borrow source used to supply general 20 borrow and select fill materials. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Shop Drawings 23 1. Stockpiled Borrow material 24 a. Provide a description of the storage of the delivered Borrow material only if the 25 Contract Documents do not a] low storage of materials in the right-of-way of the 26 easement. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Borrow material shall be tested prior to delivery to the Site. 31 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 32 from each source. 33 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 34 D6913 and ASTM D4318-10 respectively. 35 1.10 DELIVERY, STORAGE, AND HANDLING 36 A. Delivery 37 1. Coordinate all deliveries and haul -off. 38 B. Storage 39 1. Within Existing Rights -of -Way (ROW) CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312323-3 BORROW Page 3 of 5 I a. Borrow materials may be stored within existing ROW, easements or temporary 2 construction easements, unless specifically disallowed in the Contract 3 Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 3125 00. 6 d. Store materials only in areas barricaded as provided in the traffic control plans. 7 e. In non -paved areas, do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage of Borrow materials within 11 the ROW, easement or temporary construction easement, then secure and 12 maintain an adequate storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Do not block drainage ways. 17 e. Only materials used for 1 working day will be allowed to be stored in the work 18 zone. 19 1.11 FIELD CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [NOT USED] 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 2.2 PRODUCT TYPES AND MATERIALS A. Borrow 1. Additional soil beneath pavements, roadways, foundations and other structures required to achieve the elevations shown on the Drawings. 2. Acceptable Fill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 3. Blended Fill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported Acceptable Fill material to meet the requirements of an Acceptable Fill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid Iimit less than 35 c. Plasticity index between 8 and 20 S. Cement Stabilized Sand (CSS) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Lake Worth Trail Phase lA 1920 312323-4 BORROW Page 4 of 5 1 a. Sand or silty sand 2 b. Free of clay or plastic material 3 c. Minimum of 4 percent cement content of Type Ih 1 portland cement 4 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 5 D1633, Method A 6 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 7 D1633, Method A 8 £ Mix in a stationary pug mill, weigh -batch or continuous mixing plant 9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 10 2.4 ACCESSORIES [NOT USED] 11 2.5 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. All Borrow placement shall be performed in accordance to Section 3124 00. 18 3.5 REPAIR [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field duality control will be performed in accordance to Section 31 24 00. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 30 31 CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312323-5 BORROW Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION 3124 00 EMBANKMENTS 312400-1 EMBANKMENTS Page I of 12 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of. 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 312316 —Unclassified Excavation 19 4. Section 3123 23 — Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Embankments by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its fmaI position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312400-2 EMBANKMENTS Page 2 of 12 1 2) When measured by the cubic yard in its final position, this is a plans 2 quantity measurement Item. The quantity to be paid is the quantity shown 3 in the proposal, unless modified by Article 11.04 of the General 4 Conditions. Additional measurements or calculations will be made if 5 adjustments of quantities are required. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under "Measurement" will be paid for at the unit 9 price bid per cubic yard of "Embankment by Plan". No additional 10 compensation will be allowed for rock or shrinkage/swell factors, as these 11 are the Contractor's responsibility. 12 c. The price bid shall include: 13 1) Transporting or hauling material 14 2) Placing, compacting, and finishing Embankment 15 3) Construction Water 16 4) Dust Control 17 5) Clean-up 18 6) Proof Rolling 19 7) Disposal of excess materials 20 8) Reworking or replacement of undercut material 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this specification refer to the current reference standard 24 published at the time of the latest revision date logged at the end of this 25 specification, unless a date is specifically cited. 26 2. ASTM Standards 27 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 28 and Plasticity Index of Soils 29 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 30 Wax Method 31 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 32 Characteristics of Soil Using Standard Effort CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECiFTCATION DOCUMENTS 1920 Revised January 28, 2013 312400-3 EMBANKMENTS Page 3 of 12 1 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 2 Characteristics of Soil Using Modified Effort 3 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 4 Weight and Water Content Range for Effective Compaction of Granular Soils 5 Using a Vibrating Hammer 6 £ ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 7 by the Sand Cone Method 8 1.4 ADMINSTRATIVE REQUIREMENTS 9 A. Sequencing 10 1. Sequence work such that calls of proctors are complete in accordance with ASTM 11 D698 prior to commencement of construction activities. 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 0133 00, 14 B. All submittals shall be approved by the City prior to construction 15 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 16 A. Shop Drawings 17 1. Stockpiled material 18 a. Provide a description of the storage of the excavated material only if the 19 Contract Documents do not allow storage of materials in the right-of-way or the 20 easement 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage 26 1. Within Existing Rights -of -Way (ROW) 27 a. Soil may be stored within existing ROW, easements or temporary construction 28 easements, unless specifically disallowed in the Contract Documents. 29 b. Do not block drainage ways, inlets or driveways. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 20I3 312400-4 EMBANKMENTS Page 4 of 12 1 c. Provide erosion control in accordance with Section 31 25 00. 2 d. When the Work is performed in active traffic areas, store materials only in 3 areas barricaded as provided in the traffic control plans. 4 e. In non -paved areas, do not store material on the root zone of any trees or in 5 landscaped areas. 6 2. Designated Storage Areas 7 a. If the Contract Documents do not allow the storage within the ROW, easement 8 or temporary construction easement, then secure and maintain an adequate 9 storage location. 10 b. Provide an affidavit that rights have been secured to store the materials on 11 private property. 12 c. Provide erosion control in accordance with Section 3125 00. ' 13 d. Do not block drainage ways. 14 1.11 FIELD CONDITIONS 15 A. Existing Conditions 16 1. Any data which has been or may be provided on subsurface conditions is not 17 intended as a representation or warranty of accuracy or continuity between soils. It 18 is expressly understood that neither the City nor the Engineer will be responsible 19 for interpretations or conclusions drawn there from by the Contractor. 20 2. Data is made available for the convenience of the Contractor 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED [NOT USED] 24 2.2 PRODUCT TYPES AND MATERIALS 25 A. Materials 26 1. Acceptable Fill Material 27 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 28 ASTM D2487 29 b. Free from deleterious materials, boulders over 6 inches in size and organics CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312400-5 EMBANKMENTS Page 5 of 12 1 c. Can be placed free from voids 2 d. Must have 20 percent passing the number 200 sieve 3 2. Blended Fill Material 4 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 5 ASTM D2487 6 b. Blended with in -situ or imported acceptable backfill material to meet the 7 requirements of an Acceptable Backfill Material 8 c. Free from deleterious materials, boulders over 6 inches in size and organics 9 d. Must have 20 percent passing the number 200 sieve 10 3. Unacceptable Fill Material 11 a. In -situ soils classified as NIL, MH, PT, OL or OH in accordance with ASTM 12 D2487 13 4. Select hill 14 a. CIassified as SC or CL in accordance with ASTM D2487 15 b. Liquid limit less than 35 16 c. Plasticity index between 8 and 20 17 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 18 2.4 ACCESSORIES [NOT USED] 19 2.5 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION 24 A. Protection of In -Place Conditions 25 1. Pavement 26 a. Conduct activities in such a way that does not damage existing pavement that is 27 designated to remain. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312400-6 EMBANKMENTS Page 6 of 12 1 b. Repair or replace any pavement damaged due to the negligence of the 2 contractor outside the limits designated for pavement removal at no additional 3 cost 4 2. Trees 5 a. When operating outside of existing ROW, stake permanent and temporary 6 construction easements. 7 b. Restrict all construction activities to the designated easements and ROW. 8 c. Flag and protect all trees designated to remain in accordance with Section 31 10 9 00. 10 d. Conduct embankments in a manner such that there is no damage to the tree 11 canopy. 12 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 13 specifically allowed by the City. 14 1) Pruning or trimming may only be accomplished with equipment 15 specifically designed for tree pruning or trimming. 16 3. Above ground Structures 17 a. Protect all above ground structures adjacent to the construction. 18 4. Traffic 19 a. Maintain existing traffic, except as modified by the traffic control plan, and in 20 accordance with Section 34 71 13. 21 b. Do not block access to driveways or alleys for extended periods of time unless: 22 1) Alternative access has been provided 23 2) Proper notification has been provided to the property owner or resident 24 3) It is specifically allowed in the traffic control plan 25 3.4 INSTALLATION 26 A. Embankments General 27 1. Placing and Compacting Embankment Material 28 a. Perform fill operation in an orderly and systematic manner using equipment in 29 proper sequence to meet the compaction requirements 30 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 31 6 inches, unless otherwise shown on the Drawings CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312400-7 EMBANKMENTS Page 7 of 12 1 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 2 deleterious materials 3 d. Bench slopes before placing material. 4 e. Begin filling in the lowest section or the toe of the work area 5 f. When fill is placed directly or upon older fill, remove debris and any Ioose 6 material and proof roll existing surface. 7 g. After spreading the loose lifts to the required thickness and adjusting its 8 moisture content as necessary, simultaneously recompact scarified material 9 with the placed embankment material. 10 h. Roll with sufficient number passes to achieve the minimum required 11 compaction. 12 i. Provide water sprinkled as necessary to achieve required moisture levels for 13 specified compaction 14 j. Do not add additional lifts until the entire previous lift is properly compacted. 15 2. Surface Water Control 16 a. Grade surface horizontally but provide with sufficient longitudinal and 17 transverse slope to allow for runoff of surface water from every point. 18 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 19 created. 20 c. Install temporary dewatering sumps in low areas during filling where excess 21 amounts of runoff collect. 22 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 23 free from humps and hollows that would prevent proper uniform compaction. 24 e. Do not place fill during or shortly after rain events which prevent proper work 25 placement of the material and compaction 26 f Prior to resuming compaction operations, remove muddy material off the 27 surface to expose firm and compacted materials 28 B. Embankments for Roads 29 1. Only Acceptable Fill Material will be allowed for roadways 30 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 31 the finished grade of the street CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 29, 2013 312400-8 EMBANKMENTS Page 8of12 1 3. Construct generally to conform to the cross section of the subgrade section as 2 shown in the Drawings. 3 4. Establish grade and shape to the typical sections shown on the Drawings 4 5. Maintain finished sections of embankment to the grade and compaction 5 requirements until the project is accepted. 6 C. Earth Embankments 7 1. Earth embankment is mainly composed of material other than rock. Construct 8 embankments in successive layers, evenly distributing materials in lengths suited 9 for sprinkling and rolling. 10 2. Rock or Concrete 11 a. Obtain approval from the City prior to incorporating rock and broken concrete 12 produced by the construction project in the lower layers of the embankment. 13 b. No Rock or Concrete will be permitted in embankments in any location where 14 future utilities are anticipated. 15 c. When the size of approved rock or broken concrete exceeds the layer thickness 16 place the rock and concrete outside the limits of the proposed structure or 17 pavement. Cut and remove all exposed reinforcing steel from the broken 18 concrete. 19 3. Move the material dumped in piles or windrows by blading or by similar methods 20 and incorporate it into uniform layers. 21 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 22 ensure there are no abrupt changes in the material. 23 5. Break down clods or lumps of material and mix embankment until a uniform 24 material is attained. 25 D. Rock Embankments 26 1. Rock embankment is mainly composed of rock. 27 2. Rock Embankments for roadways are only allowed when specifically designated on 28 the Drawings. 29 3. Construct rock embankments in successive layers for the full width of the roadway 30 cross-section with a depth of 18-inches or less. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 312400-9 EMBANKMENTS Page 9 of 12 1 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 2 case. Fill voids created by the large stone matrix with smaller stones during the 3 placement and filling operations. 4 5. Ensure the depth of the embankment layer is greater than the maximum dimension 5 of any rock. 6 6. Do not place rock greater than 18-inches in its maximum dimension. 7 7. Construct the final layer with graded material so that the density and uniformity is 8 in accordance compaction requirements. 9 8. The upper or final layer of rock embankments shall contain no material larger than 10 4 inches in their maximum dimension. 11 E. Density 12 1. Compact each layer until the maximum dry density as determined by ASTM D698 13 is achieved. 14 a. Not Under Roadway or Structure: 15 1) areas to be compacted in the open, not beneath any structure, pavement, 16 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 17 edge of pavement, or back of curb. 18 a) Compact each layer to a minimum of 90 percent Standard Proctor 19 Density. 20 b. Embankments under future paving: 21 1) Compact each layer to a minimum of 95 percent standard proctor density 22 with a moisture content not to exceed +4 percent or -2 percent of optimum 23 moisture or as indicated on the Drawings 24 c. Embankments under structures: 25 1) Compacted each layer as indicated on the Drawings 26 F. Maintenance of Moisture and Reworking 27 1. Maintain the density and moisture content once all requirements are met. 28 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 29 percentage points below optimum. 30 3. Rework the material to obtain the specified compaction when the material loses the 31 required stability, density, moisture, or finish. CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 1920 Revised January 28, 2013 312400-10 EMBANKMENTS Page 10 of 12 1 4. Alter the compaction methods and procedures on subsequent work to obtain 2 specified density as directed by the City. 3 3.5 REPAIR [NOT USED] 4 3.6 RE -INSTALLATION [NOT USED] 5 3.7 FIELD QUAILITY CONTROL 6 A. Field Tests and Inspections 7 1. Proctors 8 a. The City will perform Proctors in accordance with ASTM D698. 9 b. Test results will generally be available to within 4 calendar days and distributed 10 to: 11 1) Contractor 12 2) City Project Manager 13 3) City Inspector 14 4) Engineer 15 c. Notify the City if the characteristic of the soil changes. 16 d. City will perform new proctors for varying soils: 17 1) When indicated in the geotechnical investigation in the Appendix 18 2) If notified by the Contractor 19 3) At the convenience of the City 20 e. Embankments where different soil types are present and are blended, the 21 proctors shall be based on the mixture of those soils. 22 2. Proof Rolling 23 a. Embankments under Future Pavement 24 1) City Project Representative must be on -site during proof rolling operations. 25 2) Use equipment that will apply sufficient load to identify soft spots that rut 26 or pump. 27 a) Acceptable equipment includes fully loaded single -axle water truck 28 with a 1500 gallon capacity. 29 3) Make at least 2 passes with the proof roller (down and back = 1 pass). CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 31 24 00 - 11 EMBANKMENTS Page I of 12 1 4) Offset each trip by at most 1 tire width. 2 5) If an unstable or non -uniform area is found, correct the area. 3 6) Correct 4 a) Soft spots that rut or pump greater than 3/4 inch. 5 b) Areas that are unstable or non -uniform 6 7) If a non -uniform area is found then correct the area. 7 b. Embankments Not Under Future Paving 8 1) No Proof Rolling is required. 9 3, Density Testing of Embankments 10 a. Density Test shall be in conformance with ASTM D2922. 11 b. For Embankments under future pavement: 12 1) The City will perform density testing twice per working day when 13 compaction operations are being conducted. 14 2) The testing lab shall take a minimum of 3 density tests, but the number of 15 test shall be appropriate for the area being compacted. 16 3) Testing shall be representative of the current lift being compacted. 17 4) Special attention should be placed on edge conditions. 18 c. For Embankments not under future pavement or structures: 19 1) The City will perform density testing once working day when compaction 20 operations are being conducted. 21 2) The testing lab shall take a minimum of 3 density tests. 22 3) Testing shall be representative of the current lift being compacted. 23 d. Make the area where the embankment is being placed available for testing. 24 e. The City will determine the location of the test. 25 f. The City testing lab will provide results to Contractor and the City's Inspector 26 upon completion of the testing. 27 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 28 h. Test reports shall include: 29 1) Location of test by station number CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised January 28, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 312400-12 EMBANKMENTS Page 12 of 12 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 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 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1 /28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Lake Worth Trail Phase 1 A I920 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Pagel of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (S)APPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Filter Sock to be used in lieu of silt fence. See Drawings. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan > 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 ,Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics —Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications (DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. furnish aggregate with hardness, durability, cleanliness and resistance to 35 crumbling, flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 '/ inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and comers 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds, per ASTM D4632 16 b. Puncture Strength of 135 pounds, per ASTM D4833 17 c. Mullen Burst Rate of 420 psi, per ASTM D3786 18 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 26 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds, per ASTM D4632 32 2) Puncture Strength of 120 pounds, per ASTM D4833 33 3) Mullen Burst Rate of 600 psi, per ASTM D3786 34 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 41 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 45 inches thick. 46 Table 1 CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Rand Grndnfinn Sieve # Maximum Retained % hy 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 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or 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. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction, or as directed. Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH Lake worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 2. Control site waste such as discarded building materials, concrete truck washout 2 water, chemicals, litter and sanitary waste at the construction site. 3 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 4 sedimentation resulting from construction operations, the Engineer will limit the 5 disturbed area to that which the Contractor is able to control. Minimize disturbance 6 to vegetation. 7 4. Immediately correct ineffective control measures. Implement additional controls as 8 directed. Remove excavated material within the time requirements specified in the 9 applicable storm water permit. 10 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 11 temporary control measures, temporary embankments, bridges, matting, falsework, 12 piling, debris, or other obstructions placed during construction that are not a part of 13 the finished work, or as directed. 14 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 15 streambed. 16 D. Do not install temporary construction crossings in or across any water body without the 17 prior approval of the appropriate resource agency and the Engineer. 18 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 19 approved location. Keep paints, iAicmicals, solvents, and fertilizers off bare ground and 20 provide shelter for stored chemicals. 21 F. Installation and Maintenance 22 1. Perform work in accordance with the TPDES Construction General Permit 23 TXRI 50000. 24 2. When approved, sediments may be disposed of within embankments, or in areas 25 where the material will not contribute to further siltation. 26 3. Dispose of removed material in accordance with federal, state, and local 27 regulations. 28 4. Remove devices upon approval or when directed. 29 a. Upon removal, finish -grade and dress the area. 30 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 31 Drawings or directed. 32 5. The Contractor retains ownership of stockpiled material and must remove it from 33 the project when new installations or replacements are no longer required. 34 G. Rock Filter Dams for Erosion Control 35 1. Remove trees, brush, stumps and other objectionable material that may interfere 36 with the construction of rock filter darns. 37 2. Place sandbags as a foundation when required or at the Contractor's option. 38 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 39 specified, without undue voids. 40 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 41 upstream side over the aggregate and secure it to itself on the downstream side with 42 wire ties, or hog rings, or as directed. 43 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 44 otherwise directed. CITY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 6. Construct filter dams according to the following criteria, unless otherwise shown on 2 the Drawings: 3 a. Type 1 (Non -reinforced) 4 1) Height - At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width - At least 2 fcet 7 3) Slopes - At most 2:1 8 b. Type 2 (Reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 c. Type 3 (Reinforced) 14 1) Height - At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 d. Type 4 (Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical filling, connect the sides by lacing in a single loop —double loop 21 pattern on 4- to 5-inches spacing. At I end, pull the end lacing rod until 22 tight, wrap around the end, and twist 4 times. At the filling end, fill with 23 stone, pull the rod tight, cut the wire with approximately 6 inches 24 remaining, and twist wires 4 times. 25 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 30 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1. When tracking conditions exist, prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway, alley, sidewalk, parking 34 area, or other right of way areas other than at the location of construction entrances. 35 2. Place the exit over a foundation course, if necessary. 36 a. Grade the foundation course or compacted subgrade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches, make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 41 other points of ingress or egress or as directed by the Engineer. 42 I. Earthwork for Erosion Control 43 1. Perform excavation and embankment operations to minimize erosion and to remove 44 collected sediments from other erosion control devices. 45 a. Excavation and Embankment for Erosion Control Measures 46 1) Place earth dikes, swales or combinations of both along the low crown of 47 daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 2) Place swales and dikes at other locations as shown on the Drawings or as 2 directed to prevent runoff spillover or to divert runoff. 3 3) Construct cuts with the low end blocked with undisturbed earth to prevent 4 erosion of hillsides. 5 4) Construct sediment traps at drainage structures in conjunction with other 6 erosion control measures as shown on the Drawings or as directed. 7 5) Where required, create a sediment basin providing 3,600 cubic feet of 8 storage per acre drained, or equivalent control measures for drainage 9 locations that serve an area with 10 or more disturbed acres at 1 time, not 10 including offsite areas. 11 b. Excavation of Sediment and Debris 12 1) Remove sediment and debris when accumulation affects the performance of 13 the devices, after a rain, and when directed. 14 J. Sandbags for Erosion Control 15 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 16 runoff from disturbed areas, create a retention pond, detain sediment and release 17 water in sheet flow. 18 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 19 allow for proper tying of the open end. 20 3. Place the sandbags with their tied ends in the same direction. 21 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 22 5. Place a single layer of sandbags downstream as a secondary debris trap. 23 6. Place additional sandbags as necessary or as directed for supplementary support to 24 berms or dams of sandbags or earth. 25 K. Temporary Sediment -Control Fence 26 1. Provide temporary sediment -control fence near the downstream perimeter of a 27 disturbed area to intercept sediment from sheet flow. 28 2. Incorporate the fence into erosion -control measures used to control sediment in 29 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 30 Section, or as directed. 31 a. Post Installation 32 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 33 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 34 b. Fabric Anchoring 35 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 36 fabric. 37 2) Provide a minimum trench cross-section of 6 x 6 inches 38 3) Place the fabric against the side of the trench and align approximately 2 39 inches of fabric along the bottom in the upstream direction. 40 4) Backfill the trench, then hand -tamp. 41 c. Fabric and Net Reinforcement Attachment 42 1) Unless otherwise shown under the Drawings, attach the reinforcement to 43 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 44 equally spaced. 45 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 46 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 47 every 15 inches or less. CITY OF FORT WORTH Lake worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 31 25 00 - 8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 d. Fabric and Net Splices 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced, unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment -control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 8 b) Fabric without excessive patching (more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 39 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment, debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures, or in areas where permanent erosion 25 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 26 312 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended, repair or replace the device or portions 33 thereof as necessary. 34 C. Perform inspections of the construction site as prescribed in the Construction General 35 Permit TXR150000. 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase ]A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 313700-1 RIPRAP Page I of 10 1 SECTION 3137 00 2 RIPRAP 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 03 30 01— Cast -In -Place Concrete 13 4. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the face square yard to the depth 18 specified of material complete in place. Volume will be computed on the basis 19 of the measured area and type, verified by field measurements. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per square yard of "Riprap" installed for: 24 1) Various types 25 2) Various thicknesses 26 3) Various void -filling techniques 27 3. The price bid shall include: 28 a. Furnishing, hauling, and placing riprap 29 b. Filter fabric 30 c. Expansion joint material 31 d. Concrete and reinforcing steel 32 e. Excavation of toe wall trenches, as applicable 33 f. Excavation below natural ground or bottom of excavated channel, as applicable 34 g. Shaping of slopes, as applicable 35 h. Bedding 36 i. Grout and mortar 37 j. Scales 38 k. Test weights 39 1. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 313700-2 RIPRAP Page 2 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 6 Aggregates 7 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 8 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 9 Vacuum Saturation and Rapid Submersion 10 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate I 1 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 12 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 13 Elongation of Geotextiles 14 c. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 15 Geotextilcs 16 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 17 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 18 Size of a Geotextile 19 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 20 Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY fNOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 B. Stone Riprap 37 1. Unless otherwise shown on the Drawings, use durable natural stone with a 38 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 39 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 40 cycles of sodium sulfate solution. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 313700-3 RIPRAP Page 3 of 10 1 2. For all types of stone riprap perform a size verification test on the first 5,000 square 2 yards of finished riprap stone at a location determined by the Engineer. Weigh each 3 stone in a square test area with the length of each side of the square equal to 3 times 4 the specified riprap thickness. The weight of the stones, excluding spalls, should be 5 as specified below. Additional tests may be required. Do not place additional riprap 6 until the initial 5,000 square yards of riprap has been approved. 7 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 8 parts sand and mixed with water until it achieves a consistency that will flow into 9 and completely fill all voids. 10 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide 11 the filter fabric type shown on the Drawings 12 a. Large 13 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of 14 the stones heavier than 100 pounds 15 b. Medium 16 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of 17 the stones heavier than 100 pounds Use stones with at least 1 broad flat 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Rinran Gradation Reauirements Thickness Maximum Size lb.) 90 percent Size' b. 50& Size' (lb.) 8 percent Size, Minimum (lb. 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21in. 800 460-720 175-300 25 24in. 1000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 2 313700-4 RIPRAP Page 4 of 10 Table 2 Beddinu Stane Gradntinn Sieve Size (Square Mesh Percent by Weight Passing 3 inches 100 1-1 /2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 3 C. Special Riprap 4 1. Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 14 the placement of riprap. Place riprap and toe walls according to details and dimensions 15 shown on the Drawings or as directed by the Engineer. 16 B. Concrete Riprap 17 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at 19 all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch 20 and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from 21 the edge of concrete. Use approved supports to hold the reinforcement 22 approximately equidistant from the top and bottom surface of the slab. Adjust 23 reinforcement during concrete placement to maintain correct position. 24 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is 25 placed. All surfaces must be moist when concrete is placed. 26 3. Compact each layer to a minimum of 95 percent standard proctor density with a 27 moisture content not to exceed +4 percent or -2 percent of optimum moisture or as 28 indicated on the Drawings. 29 4. After placing the concrete, compact and shape it to conform to the dimensions 30 shown on Drawings. After it has set sufficiently to avoid slumping, finish the 31 surface with a wood float to secure a smooth surface or broom finish as approved. 32 5. Immediately after the finishing operation, cure the riprap according to Section 03 33 3000. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 2 4 0 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 313700-5 RIPRAP Page 5 of 10 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. f. When the Drawings require Large stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7. Medium a. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase lA 1920 313700-6 RIPRAP Page 6 of 10 1 b. Grouting 2 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 3 surfaced stones to produce an even surface with minimal voids. 4 2) Place stones with the flat surface facing upward parallel to the slope. Place 5 the largest stones near the base of the slope. 6 3) Fill spaces between the larger stones with stones of suitable size, leaving 7 the surface smooth, tight, and conforming to the contour required. 8 4) Place the stones to create a plane surface with a maximum variation of 6 9 inches in 10 feet from true plane. Provide the same degree of accuracy for 10 warped and curved surfaces. 11 5) Prevent earth, sand or foreign material from filling the spaces between the 12 stones. After the stones are in place, thoroughly wet them, fill the spaces 13 between them with grout, and pack. Sweep the surface with a stiff broom 14 after grouting. 15 c. Mortaring 16 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 17 placement. Before placing mortar, wet the stones thoroughly. is 2) As the larger stones are placed, bed them in fresh mortar and shove 19 adjacent stones into contact with one another. 20 3) After completing the work, spread all excess mortar forced out during 21 placement of the stones uniformly over them to fill all voids completely. 22 Point up all joints roughly either with flush joints or with shallow, smooth- 23 raked joints as directed. 24 D. Block 25 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 26 course. Bed the base course of stone well into the ground with the edges in contact. 27 Bed and place each succeeding course in even contact with the preceding course. 28 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 29 the finished surface presents an even, tight surface, true to the line and grades of the 30 typical sections. 31 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 32 foreign material from filling the spaces between the stones. After the stones are in 33 place, wet them thoroughly, fill the spaces between them with grout, and pack. 34 Sweep the surface with a stiff broom after grouting. 35 E. Slab 36 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 37 limits shown on the Drawings. Place stone for riprap on the bedding material to 38 produce a reasonably well -graded mass of riprap with the minimum practicable 39 percentage of voids. 40 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 41 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 42 the Drawings is allowed in the finished surface of the riprap. 43 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 44 material. Ensure that the entire mass of stones in their final position is free from 45 objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 313700-7 RIPRAP Page 7 of 10 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 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] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS r3rout when ap"ified upright ages of stone perpendicular to slopo 1'4" min Figure 1 - Large stone riprap, dry or grouted. CITY OF FORT WORTH Lake worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 n %rouf wt. Milt side Up g� Slope of 1`-6" miry. Figure 2 - Medium stone riprap, dry or grouted. Figure 3 - Medium stone riprap, mortared. 313700-8 RIPRAP Page 8 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1 A 1920 313700-9 RIPRAP Page 9 of 10 Grout whan Specified LUMP[@ legate Imare than one " min Slope of ot"bahltoelit 104" min IF 2 Figure 4 — Block stone riprap, dry or grouted. 3 4 5 6 7 N. 11 I ,rim Figure 5 — Slab stone riprap END OF SECTION CITY OF FORT WORTII Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 31 37 00 - 10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3201I7-1 PERMANENT ASPHALT PAVING REPAIR Page 1 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 22 1.2 PRICE AND PAYMENT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair based on the defined width and roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of Asphalt Pavement Repair. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase I A 1920 3201 17 - 2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 8) Removal and/or sweeping excess material 2 2. Asphalt Pavement Repair for Utility Service Trench 3 a. Measurement 4 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 5 Repair centered on the proposed sewer service line measured from the face 6 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under "Measurement" will be paid for at the unit 10 price bid price per linear foot of "Asphalt Pavement Repair, Service" 11 installed for: 12 a) Various types of utilities 13 c. The price bid shall include: 14 1) Preparing final surfaces 15 2) Furnishing, loading, unloading, storing, hauling and handling all materials 16 including freight and royalty 17 3) Traffic control for all testing 18 4) Asphalt, aggregate, and additive 19 5) Materials and work needed for corrective action 20 6) Trial batches 21 7) Tack coat 22 8) Removal and/or sweeping excess material 23 3. Asphalt Pavement Repair Beyond Defined Width 24 a. Measurement 25 1) Measurement for this Item will be by the square yard for asphalt pavement 26 repair beyond pay limits of the defined width of Asphalt Pavement Repair 27 by roadway classification specified in the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price bid per square yard of Asphalt Pavement Repair Beyond Defined 32 Width. 33 c. The price bid shall include: 34 1) Preparing final surfaces 35 2) Furnishing, loading, unloading, storing, hauling and handling all materials 36 including freight and royalty 37 3) Traffic control for all testing 38 4) Asphalt, aggregate, and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat 42 8) Removal and/or sweeping excess material 43 4. Extra Width Asphalt Pavement Repair 44 a. Measurement 45 1) Measurement for this Item will be by the square yard for surface repair 46 (does not include base repair) for: 47 a) Various thicknesses 48 b. Payment CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 320117-3 PERMANENT ASPHALT PAVING 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 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 12 16. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.12 FIELD CONDITIONS 31 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 32 rising unless otherwise approved. CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3201 17 - 4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backf ll 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 Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 320117-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 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 REPAUVRESTORATION [NOT USED] 3.6 RE -INSTALLATION INOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING INOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase I 1920 3201 18- 1 TEMPORARY ASPHALT PAVING REPAIR Pagel of 3 1 SECTION 32 0118 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program, 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of construction. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 32 1123 - Flexible Base Courses 17 4. Section 32 12 16 - Asphalt Paving 18 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measurement for this Item shall be by the linear foot of Temporary Asphalt 23 Paving Repair. 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under "Measurement" will be paid for at the unit price 27 bid per linear foot of Temporary Asphalt Paving Repair. No additional 28 payment will be provided for repairs of damage to adjacent pavement caused by 29 the Contractor. 30 3. The price bid shall include: 31 a. Preparing final surfaces 32 b. Furnishing, loading, unloading, storing, hauling and handling all materials 33 including freight and royalty 34 c. Traffic control for all testing 35 d. Asphalt, aggregate, and additive 36 e. Materials and work needed for corrective action 37 f. Trial batches 38 g. Tack coat 39 h. Removal and/or sweeping excess material 40 CITY OF FORT WORTH Lake worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3201 18 - 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1 1.3 REFERENCES 2 A. Definitions 3 1. H.M.A.C. — Hot Mix Asphalt Concrete 4 1.4 ADMINISTRATIVE REQUIREMENTS 5 A. Permitting 6 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 7 and Public Works Department in conformance with current ordinances. 8 2. The Transportation and Public Works Department will inspect the paving repair 9 after construction. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 12 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD CONDITIONS 18 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees 19 F or higher and rising unless otherwise approved. 20 112 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [NOT USED] 23 2.2 MATERIALS 24 A. Backfill: see Section 33 05 10. 25 B. Base Material 26 1. Flexible Base: Use existing base and add new flexible base as required in 27 accordance with Section 32 1123. 28 C. Asphalt Concrete: See Section 32 12 16. 29 1. H.M.A.C. paving: Type D. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION CITY OF FORT WORTH Lace Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 3201 I8 - 3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 3 A. Removal 1. Use an approved method that produces a neat edge. 2. Use care to prevent fracturing existing pavement structure adjacent to the repair area. B. Base 1. Install flexible base material per detail. 2. See Section 32 1123. C. Apshalt Paving 1. H.M.A.C. placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 320190 PRESERVATION AND PROTECTION OF PLANT MATERALS Page 1 of 2 SECTION 32 0190 PRESERVATION AND PROTECTION OF PLANT MATERIALS 1.00 GENERAL 1.01 WORK OF THIS SECTION A. Drawings, Standard General Conditions of Contract, Special Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION A. Preservation and protection of native plant materials within the project site. 1.03 PROTECTION OF PLANT MATERIALS A. It is the intention of this specification that all native plant material at this project site not specifically indicated on the plans for removal be protected and preserved. Take all necessary precautions to avoid damage or removal of trees, shrubs and other plant materials that are to remain following construction. Specimen trees and other plants within and closely adjacent to construction sites shall be adequately protected by the Contractor, according to plans and specifications. Additional protective measures may be installed by the Contractor at his option to preclude damage by his workmen and equipment. 2.00 PRODUCTS 2.01 PLANT PROTECTION DEVICES A. Protective plastic construction fencing as indicated on the drawings. 3.00 EXECUTION 3.01 EQUIPMENT AND MATERIAL STORAGE A. Contractor to install protective plastic construction fencing in locations indicated on the drawings prior to beginning construction operations. All tree protection measures shall be removed by the contractor after final acceptance by the Owner. Maintain protective devices in good order for the duration of the construction period. Also, the Contractor is to maintain the grounds inside and outside of the tree protection areas to the Owner's acceptable standards. Additional protective devices or barriers, required by the Owner during the course of construction, will be added to the work by change order. Protective devices so added are to be installed immediately and shall be maintained in good condition until construction is concluded. Protective devices are further defined to include references in the specifications, or notes on the drawings as to construction limits, clearing limits, work limits or other such notes which indicate the area or right-of-way in which the Contractor must work. Preservation and Protection of Plant Materials 320190-1 FPS15399 — Lake Worth Trail Phase 1A 320190 PRESERVATION AND PROTECTION OF PLANT MATLRALS Page 2 of2 B. Do not store, stack or place equipment, material, chemicals or supplies within 25-feet from edge of canopy of any plant materials that are to remain. Material storage areas are either indicated on the plans or will be designated and approved by the Owner as required. Care shall be exercised in the storage of chemicals to preclude spillage and translocation into protected area. No disposal of material or chemical wastes will be permitted on the site unless specifically allowed by Owner. 3.02 REPARATION FOR DAMAGES A. Unwarranted damages to plant material shall be evaluated by a member of the Owner's staff and instructions issued for the necessary repairs. The Contractor shall accomplish the corrective work as ordered, or may, at his option, provide monetary reimbursement by change order reduction to the contract. The value established by the Owner will be final and shall be based on repairs by a qualified technician approved by the Owner. Plant material destroyed or removed by the Contractor or damaged beyond corrective repair will be evaluated and assessed as outlined above fore reparable damage. In the event large irreplaceable plants are destroyed, the Owner will establish a fair value and may, at his discretion, require replacement by installation of several trees or other plants equaling the fair value of the tree(s) or plant(s) destroyed. B. The value of plant materials will be determined utilizing $15.00 per square inch of trunk cross -sectional area taken 4-feet 6-inches above grade. C. Plants considered to be of special value to the completed project are noted on the plans and their values cited. Noted plant values will supersede values obtained through the above - referenced formula calculation. Source for determination of value on plant materials: Shade Tree Evaluation - International Arborists Association. 3.03 PLANT PRUNING AND LIMB REMOVAL A. Plant protection requirements cited above include authorized pruning and cutting of limbs and major roots. The Contractor is cautioned not to cut, prune or otherwise remove plant parts without prior approval and guidance by the Owner. Major limb removal, which may be required by construction shall be as noted on the plans, approved prior to such removal and shall be accomplished by technicians trained and skilled in the work. 3.04 BURNING A. Fires and/or burning are prohibited, unless approved and permitted by the Owner. END OF SECTION Preservation and Protection of Plant Materials 320190-2 FPS15399 — Lake Worth Trail Phase 1A 32 12 16 - 1 ASPHALT PAVING Page I of 25 I SECTION 32 12 16 2 ASPHALT PAVING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Constructing a pavement layer composed of a compacted, dense -graded mixture of 7 aggregate and asphalt binder for surface or base courses 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 01 17 - Permanent Asphalt Paving Repair 14 1.2 PRICE AND PAYMENT PROCEDURES 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Asphalt Pavement a. Measurement 1) Measurement for this Item shall be by the square yard of completed and accepted asphalt pavement in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement'' will be paid for at the unit price bid per c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. H.M.A.C. Transition a. Measurement 1) Measurement for this Item shall be by the ton of composite Hot Mix Asphalt required for H.M.A.C. Transition. b. Payment CITY OF FORT WORT13 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase lA 1920 321216-2 ASPHALT PAVING Page 2 of 25 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price bid per ton of Hot Mix Asphalt. 4 c. The price bid shall include: 5 1) Shaping and fine grading the roadbed 6 2) Furnishing, Ioading, unloading, storing, hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing 9 4) Asphalt, aggregate, and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material 14 3. Asphalt Base Course 15 a. Measurement 16 1) Measurement for this Item shall be by the square yard of Asphalt Base 17 Course completed and accepted in its final position for: 18 a) Various thicknesses 19 b) Various types 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" will be paid for at the unit 23 price bid per square yard of Asphalt Base Course. 24 c. The price bid shall include: 25 1) Shaping and fine grading the roadbed 26 2) Furnishing, loading, unloading, storing, hauling and handling all materials 27 including freight and royalty 28 3) Traffic control for all testing 29 4) Asphalt, aggregate, and additive 30 5) Materials and work needed for corrective action 31 6) Trial batches 32 7) Tack coat 33 8) Removal and/or sweeping excess material 34 4. H.M.A.C. Pavement Level Up 35 a. Measurement 36 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and 37 accepted in its final position. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under "Measurement" will be paid for at the unit 41 price bid per ton of H.M.A.C. 42 c. The price bid shall include: 43 1) Shaping and fine grading the roadbed 44 2) Furnishing, loading, unloading, storing, hauling and handling all materials 45 including freight and royalty 46 3) Traffic control for all testing 47 4) Asphalt, aggregate, and additive 48 5) Materials and work needed for corrective action 49 6) Trial batches CITY OF, FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 321216-3 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: 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 22 1.3 REFERENCES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Abbreviations and Acronyms I . 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 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. National Institute of Standards and Technology (MIST) 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 Volumetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321216-4 ASPHALT PAVING Page 4 of 25 1 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder 2 Using Rotational Viscometer 3 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt 4 Binder Using the Bending Beam Rheometer (BBR) 5 5. Texas Department of Transportation 6 a. Bituminous Rated Source Quality Catalog (BRSQC) 7 b. TEX 100-E, Surveying and Sampling Soils for Highways 8 c. Tex 106-E, Calculating the Plasticity Index of Soils 9 d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils 10 e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates 11 f. Tex 203-F, Sand Equivalent Test 12 g. Tex-204-F, Design of Bituminous Mixtures 13 h. Tex-207-F, Determining Density of Compacted .Bituminous Mixtures 14 i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse 15 Aggregates 16 j. Tex-226-F, Indirect Tensile Strength Test 17 k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 18 1. Tex-243-F, Tack Coat Adhesion 19 m. Tex-244-F, Thermal profile of Hot Mix Asphalt 20 n. Tex 280-F, Determination of Flat and Elongated Particles 21 o. Tex 406-A, Material Finer Than 75 pm (No. 200) Sieve in Mineral Aggregates 22 (Decantation Test for Concrete Aggregates) 23 p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete 24 q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine 25 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 26 s. Tex 460-A, Determining Crushed Face Particle Count 27 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 28 u. Sulfate 29 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 30 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 31 Asphalt Systems 32 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 33 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 34 z. Tex-92I-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 35 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 ACTION SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321216-5 ASPHALT PAVING Page 5 of 25 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table 1. Table 1 Minimum Pave mPn1- CnrfarP TP.mnP.r'at11rP.0 Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Temperature Binder Grade Subsurface Layers or Night Paving Operations Surface Layers Placed in Daylight Operations PG64 or lower 45 50 PG 70 551 60' PG 76 or higher 601 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] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Notify the City of all material sources. 30 3. Notify the City before changing any material source or formulation. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 321216-6 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. 6. The depth of the compacted lift should be at least 2 times the nominal maximum aggregate size. B. Aggregate 1. General a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as 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 F. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify Contractor test results. k. Stockpile aggregates for each source and type separately and designate for the City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part fl. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 20I2 Lake Worth Trail Phase 1 A 1920 321216-7 ASPHALT PAVING Page 7 of 25 Table 2 Apprepate Oualitv Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, perccnt, max Tex-217-F, Part I 1.5 Decantation, percent, max Tex-217-F, Part 11 1.5 Micro-Deval abrasion, percent, max Tex-46I-A Note 1 Los Angeles abrasion, percent, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, percent, min Tex 460-A, Part I 853 Flat and elon aced particles 5, 1, percent, max Tex-280-F 10 Fine A re ate Linear shrinkage, percent, max Tex-107-E 3 Combined Aggregate Sandequivalent, percent, min I Tex-203-F 45 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the Drawings. 3. Unless otherwise shown on the Drawings. Only applies to crushed gravel. 1 m. Coarse Aggregate 2 1) Coarse aggregate stockpiles must have no more than 20 percent material 3 passing the No. 8 sieve. 4 2) Maximum aggregate size should not be over half of the proposed lift depth 5 to prevent particle on particle contact issues. 6 3) Provide aggregates from sources listed in the BRSQC. 7 4) Provide aggregate from unlisted sources only when tested by the City 8 and/or approved before use. 9 5) Allow 30 calendar days for the City to sample, test, and report results for 10 unlisted sources. 11 6) Class B aggregate meeting all other requirements in Table 2 may be 12 blended with a Class A aggregate in order to meet requirements for Class A 13 materials. 14 7) When blending Class A and B aggregates to meet a Class A requirement, 15 ensure that at least 50 percent by weight of the material retained on the 16 No. 4 sieve comes from the Class A aggregate source. 17 8) Blend by volume if the bulk specific gravities of the Class A and B 18 aggregates differ by more than 0.300. 19 9) When blending, do not use Class C or D aggregates. 20 10) For blending purposes, coarse aggregate from RAP will be considered as 21 Class B aggregate. 22 11) Provide coarse aggregate with at least the minimum SAC shown on the 23 Drawings. 24 12) SAC requirements apply only to aggregates used on the surface of travel 25 lanes, unless otherwise shown on the Drawings. 26 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 27 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321216-8 ASPILI LT PAVING Page 8 of 25 1 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 2 shown on the Drawings. 3 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 4 sieve. 5 4) RAP from either Contractor or City, including RAP generated during the 6 project, is permitted only when shown on the Drawings. 7 5) City -owned RAP, if allowed for use, will be available at the location 8 shown on the Drawings. 9 6) When RAP is used, determine asphalt content and gradation for mixture 10 design purposes. 11 7) Perform other tests on RAP when shown on the Drawings. 12 8) When RAP is allowed by plan note, use no more than 30 percent RAP in 13 Type A or B mixtures unless otherwise shown on the Drawings. 14 9) Do not use RAP contaminated with dirt or other objectionable materials. 15 10) Do not use the RAP if the decantation value exceeds 5 percent and the 16 plasticity index is greater than 8. 17 11) Test the stockpiled RAP for decantation in accordance with the Iaboratory 18 method given in Tex-406-A, Part I. 19 12) Determine the plasticity index using Tex- 106-E if the decantation value 20 exceeds 5 percent. 21 13) The decantation and plasticity index requirements do not apply to RAP 22 samples with asphalt removed by extraction. 23 14) Do not intermingle Contractor -owned RAP stockpiles with City -owned 24 RAP stockpiles. 25 15) Remove unused Contractor -owned RAP material from the project site upon 26 completion of the project. 27 16) Return unused City -owned RAP to the designated stockpile location. 28 o. Fine Aggregate 29 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 30 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 31 3) Supply fine aggregates that are free from organic impurities. 32 4) The City may test the fine aggregate in accordance with Tex-408-A to 33 verify the material is free from organic impurities. 34 5) At most 15 percent of the total aggregate may be field sand or other 35 uncrushed fine aggregate. 36 6) With the exception of field sand, use fine aggregate from coarse aggregate 37 sources that meet the requirements shown in Table 2, unless otherwise 38 approved. 39 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the 40 stockpile and verify that it meets the requirements in Table 1 for coarse 41 aggregate angularity (Tex-460-A) and flat and elongated particles 42 (Tex-280-F). CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 32 12 16 - 9 ASPHALT PAVING Page 9 of 25 Table 3 Grarlatinn Renuirements for Fine Aggregate Sieve Size percent Passing by Weight or Volume 3/8" 100 #8 70100 #200 0-30 2. Mineral Filler a. Mineral filler consists of finely divided mineral matter such as agricultural time, 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 filler that: 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 Vrariation Rennirpmpntc for Mineral Filler Sieve Size percent Passing by Weight or Volume #8 100 #200 55-100 3. Baghouse Fines a. Fines collected by the baghouse or other dust -collecting equipment maybe reintroduced into the mixing drum 4. Asphalt 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised December 20, 2012 Lake Worth Trail Phase I 1920 N /t N00 O � V n 0000 n cl O V � N N n N O iry ri� o CD ca n N 00 N c � o N z V N /1 cN n � M n M O M 00 kn 0 00 DD C 00 n N P� V N 7A�l � ° N U C b °p P o 00 G d a CL e t� P bqCL C7 C C cn m re N N N 00 r 00 00 N kn N N Rb rq i m 6i N N 00 00 P. N k N N i 00 Q� FV N oa 00 C� N 00 N ® � d CNd N N r N kD 00 N 00 00 N N N z 00 rrtn�., 00 N � N N 00 00 i U Ra $M ai riQ m •0 tom. N N N 4 Or � p g 0 ana : b p si ,v w a ��• cn� �o .a •� O oo .f'i. N U N O" .O g .' fL a, w~ W 3 w 0 7 o 044 w ga �b m,� `3 u C ai O N U O" rn • i-+ o fa��,Ks w Io 06 �N�� ��z0 � � Ra" � �•� � o A Q w 3 e �^ E �v W F.. a A v' Oy O. � N N O .�Mr •+�t O G�7 N� N N N V y C V e�..�F-� a�i N> �•o w �� � a. M N 321216-12 ASPHALT PAVING Page 12 of 25 2 b. Separation testing is not required if - 3 1) A modifier is introduced separately at the mix plant either by injection in 4 the asphalt line or mixer, 5 2) The binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in -line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat 9 a. Unless otherwise shown on the Drawings or approved, furnish CSS-1H, SS-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 time or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in -line -metering device. 38 c. Liquid Asphalt Additive Meters 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material, and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements 46 1) Unless otherwise shown on the Drawings, use the typical weight design 47 example given in Tex-204-F, Part I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION! SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 32 12 16 - 13 ASPHALT PAVING Page 13 of 25 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Vnlnmetric Prnnerties 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 — 1I2" — — 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0---44.0 35.0-46.0 #30 13.028.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0 21.0 7.0-20.0 _ #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', 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 Laboratory Mixture Design Pronerties Property Test Requirement Method Target laboratory -molded density, percent Tex-207-17 96.01 Tensile strength (dry), psi (molded to 93 226-F 85 200 2 ercent �l percent density)Tex Boil testa 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase lA 1920 32 12 16 - 14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings, produce an asphalt mixture within 23 the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment 21 1. General 22 a. Provide required or necessary equipment to produce, haul, place, compact, and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to produce a mixture meeting the required proportions. 26 2. Production Equipment 27 a. Provide: 28 1) Drum -mix type, weigh -batch, or modified weigh -batch mixing plants that 29 ensure a uniform, continuous production 30 2) Automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions 32 3) Visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions 34 4) Safe and accurate means to take required samples by inspection forces 35 5) Permanent means to check the output of metering devices and to perform 36 calibration and weight checks 37 6) Additive -feed systems to ensure a uniform, continuous material flow in the 38 desired proportion 39 3. Weighing and Measuring Equipment 40 a. General 41 1) Provide weighing and measuring equipment for materials measured or 42 proportioned by weight or volume. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 12 16 - 15 ASPHALT PAVING Page 15 of 25 1 2) Provide certified scales, scale installations, and measuring equipment 2 meeting the requirements of MST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak -free weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 11 that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 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 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 1 cold aggregate bin for each stockpile of individual materials used to produce the mix b) Bins designed to prevent overflow of material c) Scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials d) A feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer c) An integrated means for moisture compensation f) Belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 32 12 16 - 16 ASPHALT PAVING Page 16 of 25 1 g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt Pavement (RAP) Feed System 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating, Drying, and Mixing Systems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage 16 c) A heating system that completely burns fuel and leaves no residue 17 d) A recording thermometer that continuously measures and records the 18 mixture discharge temperature 19 e) Dust collection system to collect excess dust escaping from the drum. 20 e. Asphalt Binder Equipment 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperature point. 24 3) Produce a 24 hour chart of the recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer. 28 Supply an additional sampling port between any additive blending device 29 and mixer. 30 £ Mixture Storage and Discharge 31 1) Provide a surge -storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) Date 37 b) Project identification number 38 c) Plant identification 39 d) Mix identification 40 e) Vehicle identification 41 f) Total weight of the load 42 g) Tare weight of the vehicle 43 h) Weight of mixture in each load 44 i) Load number or sequential ticket number for the day 45 g. Truck Scales 46 1) Provide standard platform scales at an approved location. 47 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 48 "Drum -Mix Plants," except as required below: 49 a. Screening and Proportioning CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 4 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 321216-17 ASPHALT PAVING Page 17 of 25 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. b. Aggregate Weigh Box and Batching Scales 1) Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. c. Asphalt Binder Measuring System 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. a. Aggregate feeds 1) Aggregate control is required at the cold feeds. Hot bin screens are not required. b. Surge Bins 1) Provide I or more bins large enough to produce 1 complete batch of mixture. c. Hauling Equipment 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. 7. Asphalt Paver a. General 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. 4) Equip the paver with an automatic, dual, longitudinal -grade control system and an automatic, transverse -grade control system. b. Tractor Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1 A 1920 32 12 16 - 18 ASPHALT PAVING Page 18 of 25 1 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile, typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. I3 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1116 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski, mobile string line, or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt 24 paver. 25 c. When used, provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augers, or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader 32 a. When allowed, provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers 38 a. The Contractor may use any type of roller to meet the production rates and 39 quality requirements of the Contract unless otherwise shown on the Drawings 40 or directed. 41 b. When specific types of equipment are required, use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment 44 1) Instead of the specified equipment, the Contractor may, as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and furnish the specified 47 equipment if the desired results are not achieved. 48 d. City may require Contractor to substitute equipment if production rate and 49 quality requirements of the Contract are not met. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment 14 a. When coring is required, provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction 17 1. Design, produce, store, transport, place, and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the Drawings, provide the mix design. 20 3. The City will perform quality assurance (QA) testing. 21 4. Provide quality control (QC) testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations 24 1. General 25 a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances 29 a. Stop production if testing indicates tolerances are exceeded on any of the 30 following: 31 1) 3 consecutive tests on any individual sieve 32 2) 4 consecutive tests on any of the sieves 33 3) 2 consecutive tests on asphalt content 34 b. Begin production only when test results or other information indicate, to the 35 satisfaction of the City, that the next mixture produced will be within Table 9 36 tolerances. 37 3. Storage and Heating of Materials 38 a. Do not heat the asphalt binder above the temperatures specified in Section 39 2.2.A. or outside the manufacturer's recommended values. 40 b. On a daily basis, provide the City with the records of asphalt binder and hot- 41 mix asphalt discharge temperatures in accordance with Table 10. 42 c. Unless otherwise approved, do not store mixture for a period long enough to 43 affect the quality of the mixture, nor in any case longer than 12 hours. 44 4. Mixing and Discharge of Materials 45 a. Notify the City of the target discharge temperature and produce the mixture 46 within 25 degrees F of the target. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 32 12 16 - 20 ASPHALT 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. PIacement 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 (iu. 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 a]I 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 32 12 16 - 21 ASPHALT PAVING Page 21 of 25 1 j. When a tacked road surface must be opened to traffic, they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 4 10. General placement requirements 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed. Dispose of at end of days 9 production. 10 11 12 13 14 15 16 17 E. Lay -Down Operation 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 10 Cnaarecterl Minimum Mixture Placement Temnerature Miinimum Placement High -Temperature Temperature Binder Grade (Before Entering Paver PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or hi her 290OF 18 F. Compaction 19 1. Use air void control unless ordinary compaction control is specified on the 20 Drawings. 21 2. Avoid displacement of the mixture. If displacement occurs, correct to the 22 satisfaction of the City. 23 3. Ensure pavement is fully compacted before allowing rollers to stand on the 24 pavement. 25 4. Unless otherwise directed, use only water or an approved release agent on rollers, 26 tamps, and other compaction equipment. 27 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 28 6. Unless otherwise directed, operate vibratory rollers in static mode when not 29 compacting, when changing directions, or when the plan depth of the pavement mat 30 is less than 1-1/2 inches. 31 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 32 and similar structures and in locations that will not allow thorough compaction with 33 the rollers. 34 8. The City may require rolling with a trench roller on widened areas, in trenches, and 35 in other limited areas. 36 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 37 traffic unless otherwise directed. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321216-22 ASPHALT PAVING Page 22 of 25 1 10. When directed, sprinkle the finished mat with water or limewater to expedite 2 opening the roadway to traffic. 3 11. Air Void Control 4 a. General 5 1) Compact dense -graded hot -mix asphalt to contain from 5 percent to 9 6 percent in -place air voids. 7 2) Do not increase the asphalt content of the mixture to reduce pavement air 8 voids. 9 b. Rollers 10 1) Furnish the type, size, and number of rollers required for compaction, as 11 approved. 12 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on 13 the Drawings. 14 3) Use additional rollers as required to remove any roller marks. 15 c. Air Void Determination 16 1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at 17 each location selected by the City for in -place air void determination. 18 2) The City will measure air voids in accordance with Tex-207-F and 19 Tex-227-F. 20 3) Before drying to a constant weight, cores may be predried using a Corelok 21 or similar vacuum device to remove excess moisture. 22 4) The City will use the average air void content of the 2 cores to calculate the 23 in -place air voids at the selected location. 24 d. Air Voids Out of Range 25 1) If the in -place air void content in the compacted mixture is below 5 percent 26 or greater than 9 percent, change the production and placement operations 27 to bring the in -place air void content within requirements. 28 e. Test Section 29 1) Construct a test section of 1 lane -width and at most 0.2 miles in length to 30 demonstrate that compaction to between 5 percent and 9 percent in -place 31 air voids can be obtained. 32 2) Continue this procedure until a test section with 5 percent to 9 percent in- 33 place air voids can be produced. 34 3) The City will allow only 2 test sections per day. 35 4) When a test section producing satisfactory in -place air void content is 36 placed, resume full production. 37 12. Ordinary Compaction Control 38 a. Furnish the type, size, and Number of rollers required for compaction, as 39 approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-tan 40 weight). 41 b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling 42 patterns that achieve maximum compaction. 43 c. Follow the selected rolling pattern unless changes that affect compaction occur 44 in the mixture or placement conditions. 45 d. When such changes occur, establish a new rolling pattern. 46 c. Compact the pavement to meet the requirements of the Drawings and 47 specifications. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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, start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement, overlapping on successive trips by 5 at least I ft., unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On superelevated curves, begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including, but not limited to segregation, rutting, 11 raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 12 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify irregularities, and in such cases, the City shall promptly 15 notify the Contractor. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance, the City may require the Contractor to remove and replace (at the t8 Contractor's expense) areas of the pavement that contain the irregularities and areas 19 where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected, the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than 1 day while the Contractor is taking appropriate corrective action. 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City, remove and 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 28 3.5 REPAIR 29 A. See Section 32 01 17. 30 3.6 QUALITY CONTROL 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Production Testing 1. Perform production tests to verify asphalt paving meets the performance standard required in the Drawings and specifications. 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identifies location of cores. a. Minimum core diameter: 4 inches b. Minimum spacing: 200 feet c. Minimum of 1 core every block d. Alternate lanes between core 4. City to use cores to determine pavement thickness and calculate theoretical density. a. City to perform theoretical density test a minimum of 1 per day per street. B. Density Test 1. The average measured density of asphalt paving must meet specified density. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 321216-24 ASPHALT 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 11. Table 11 nPncity PavmPnt Crhprinlp Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75- ercent 91-93 100- ercent 94 90- ercent 95 75- ercent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 3. The amount of penalty shall be deducted from payment due to Contractor. 4. These requirements are in addition to the requirements of Article 1.2. C. Pavement Thickness Test 1. City measure each core thickness by averaging at least 3 measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 32 12 16 - 25 ASPHALT PAVING Page 25 of 25 Table 12 Thickness Def cienev 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 Ci . 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] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified items to be included in price bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase I A I920 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: SECTION 32 13 13 CONCRETE PAVING 321313-1 CONCRETE PAVING Page 1 of 30 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 0129 - Concrete Paving Repair 14 4. Section 32 13 73 - Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 13-2 CONCRETE PAVING Page 2 of 30 1 a. Shaping and fine grading the placement area 2 b. Furnishing and applying all water required 3 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 4 ingredients including all freight and royalty involved 5 d. Mixing, placing, finishing and curing all concrete 6 e. Furnishing and installing all reinforcing steel 7 f. Furnishing all materials and placing longitudinal, warping, expansion, and 8 contraction joints, including all steel dowels, dowel caps and load transmission 9 units required, wire and devices for placing, holding and supporting the steel 10 bar, load transmission units, and joint filler material in the proper position; for 11 coating steel bars where required by the Drawings 12 g. Sealing joints 13 h. Monolithically poured curb 14 i. Cleanup 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this specification refer to the current reference standard 18 published at the time of the latest revision date logged at the end of this 19 specification, unless a date is specifically cited. 20 2. ASTM International (ASTM): 21 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 22 Reinforcement 23 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 24 Field 25 c. C33, Concrete Aggregates 26 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 27 Specimens 28 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 29 Beams of Concrete 30 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 31 g. C150, Portland Cement 32 h. C156, Water Retention by Concrete Curing Materials CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3213 13 -3 CONCRETE PAVING Page 3 of30 1 i. C 172, Standard Practice for Sampling Freshly Mixed Concrete 2 j. C260, Air Entraining Admixtures for Concrete 3 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 4 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 5 in. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 6 Admixture in Concrete 7 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 8 Concrete 9 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 10 Cement Concrete 11 p. C1602, Standard Specification for Mixing Water Used in the Production of 12 Hydraulic Cement Concrete. 13 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 14 (12,400 ft-lbf/ft3) 15 3. American Concrete Institute (ACI): 16 a. ACI 305.1-06 Specification for Hot Weather Concreting 17 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 18 c. ACI 318 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Mix Design: submit for approval. See Item 2A.A. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS 28 A. Weather Conditions CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 13-4 CONCRETE PAVING Page 4 of 30 1 1. Place concrete when concrete temperature is between 40 and 100 degrees when 2 measured in accordance with ASTM C1064 at point of placement. 3 2. Hot Weather Concreting 4 a. Take immediate corrective action or cease paving when the ambient 5 temperature exceeds 95 degrees. 6 b. Concrete paving operations shall be approved by the City when the concrete 7 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 8 Concreting (ACI 305.1-06). 9 3. Cold Weather Concreting 10 a. Do not place when ambient temp in shade is below 40 degrees and falling. 11 Concrete may be placed when ambient temp is above 35 degrees and rising or 12 above 40 degrees. 13 b. Concrete paving operations shall be approved by the City when ambient 14 temperature is below 40 degrees. See Standard Specification for Cold Weather 15 Concreting (ACI 306.1-90). 16 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 17 pavement in natural light, or as directed by the City. 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS 20 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 21 2.2 MATERIALS 22 A. Cementitious Material: ASTM C 150. 23 B. Aggregates: ASTM C33. 24 C. Water: ASTM C1602. 25 D. Admixtures: When admixtures are used, conform to the appropriate specification: 26 1. Air -Entraining Admixtures for Concrete: ASTM C260. 27 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 28 3. Fly Ash CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 13 - 5 CONCRETE PAVING Page 5 of 30 1 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 2 ASTM C618. 3 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 4 specified cement content when such batch design is approved by the Engineer. 5 E. Steel Reinforcement: ASTM A615. 6 F. Steel Wire Reinforcement: Not used for concrete pavement. 7 G. Dowels and Tie Bars 8 1. Dowel and tie bars: ASTM A615. 9 2. Dowel Caps 10 a. Provide dowel caps with enough range of movement to allow complete closure 11 of the expansion joint. 12 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 13 have an internal diameter sufficient to permit the cap to freely slip over the bar. 14 e. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 15 and one end of the cap shall be rightly closed. 16 3. Epoxy for Dowel and Tie Bars: ASTM C881. 17 a. See following table for approved producers of epoxies and adhesives 18 Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Steep -foxy Txlll CMC Construction Services CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 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 Tie SpecPoxy 300OFS SpecChem 1 32 13 13-6 CONCRETE PAVING Page 6 of 30 2 b. Epoxy Use, Storage and Handling 3 1) Package components in airtight containers and protect from light and 4 moisture. 5 2) Include detailed instructions for the application of the material and all 6 safety information and warnings regarding contact with the components. 7 3) Epoxy label requirements 8 a) Resin or hardener components 9 b) Brand name 10 c) Name of manufacturer 11 d) Lot or batch number 12 e) Temperature range for storage 13 f) Date of manufacture 14 g) Expiration date 15 h) Quantity contained 16 4) Store epoxy and adhesive components at temperatures recommended by the 17 manufacturer. 18 5) Do not use damaged or previously opened containers and any material that 19 shows evidence of crystallization, lumps skinning, extreme thickening, or 20 settling of pigments that cannot be readily dispersed with normal agitation. 21 6) Follow sound environmental practices when disposing of epoxy and 22 adhesive wastes. 23 7) Dispose of all empty containers separately. CITY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3213 13 - 7 CONCRETE PAVING Page 7 of 30 1 8) Dispose of epoxy by completely emptying and mixing the epoxy before 2 disposal 3 H. Reinforcement Bar Chairs 4 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 5 reinforcement bars and shall not bend or break under the weight of the 6 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 7 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 8 plastic. 9 3. For approval of plastic chairs, representative samples of the plastic shall show no 10 visible indications of deterioration after immersion in a 5-percent solution of 11 sodium hydroxide for 120-hours. 12 4. Bar chairs may be rejected for failure to meet any of the requirements of this 13 specification. 14 I. Joint Filler 15 1. Joint filler is the material placed in concrete pavement and concrete structures to 16 allow for the expansion and contraction of the concrete. 17 2. Wood Boards: Used as joint filler for concrete paving. 18 a. Boards for expansion joint filler shall be of the required size, shape and type 19 indicated on the Drawings or required in the specifications. 20 1) Boards shall be of selected stock of redwood or cypress. The boards shall 21 be sound heartwood and shall be free from sapwood, knots, clustered 22 birdseycs, checks and splits. 23 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 24 be sufficiently rigid to permit ease of installation. 25 3) Boards shall be furnished in lengths equal to the width between 26 longitudinal joints, and may be ftunished in strips or scored sheet of the 27 required shape. 28 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 29 Drawings; the width shall be not less than that shown on the Drawings, providing 30 for the top seal space. 31 4. Rejection. Expansion joint filler maybe rejected for failure to meet any of the 32 requirements of this specification. CrFY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS t920 Revised December 20, 2012 32 13 13-8 CONCRETE PAVING Page 8 of 30 1 J. Joint Sealants. Provide Joint Sealants in accordance with ,Section 32 13 73. 2 K. Curing Materials 3 1. Membrane -Forming Compounds. 4 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 5 compound and be of such nature that it shall not produce permanent 6 discoloration of concrete surfaces nor react deleteriously with the concrete. 7 b. The compound shall produce a firm, continuous uniform moisture-impermcable 8 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 9 concrete. 10 c. It shall, when applied to the damp concrete surface at the specified rate of 11 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 12 normal conditions suitable for concrete operations. 13 d. It shall adhere in a tenacious film without running off or appreciably sagging. 14 e. It shall not disintegrate, check, peel or crack during the required curing period. 15 f. The compound shall not peel or pick up under traffic and shall disappear from 16 the surface of the concrete by gradual disintegration. 17 g. The compound shall be delivered to the job site in the manufacturer's original 18 containers only, which shall be clearly labeled with the manufacturer's name, 19 the trade name of the material and a batch number or symbol with which test 20 samples may be correlated. 21 h. When tested in accordance with ASTM C 156 Water Retention by Concrete 22 Curing Materials, the liquid membrane -forming compound shall restrict the loss 23 of water present in the test specimen at the time of application of the curing 24 compound to not more than 0.01-oz.-per-2 inches of surface. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL 27 A. Mix Design 28 1. Concrete Mix Design and Control 29 a. At least 10 calendar days prior to the start of concrete paving operations, the 30 Contractor shall submit a design of the concrete mix it proposes to use and a 31 full description of the source of supply of each material component. 32 b. The design of the concrete mix shall produce a quality concrete complying with 33 these specifications and shall include the following information: CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 13 - 9 CONCRETE PAVING Page 9 of 30 1 1) Design Requirements and Design Summary 2 2) Material source 3 3) Dry weight of cement/cubic yard and type 4 4) Dry weight of fly ash/cubic yard and type, if used 5 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6 6) Design water/cubic yard 7 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8 8) Current strength tests or strength tests in accordance with ACI 318 9 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 10 and date of tests 11 10) Fineness modulus of fine aggregate 12 11) Specific Gravity and Absorption Values of fine and coarse aggregates 13 12) L.A. Abrasion of coarse aggregates 14 c. Once mix design approved by City, maintain intent of mix design and 15 maximum water to cement ratio. 16 d. No concrete maybe placed on the job site until the mix design has been 17 approved by the City. 18 2. Quality of Concrete 19 a. Consistency 20 1) In general, the consistency of concrete mixtures shall be such that: 21 a) Mortar shall cling to the coarse aggregate 22 b) Aggregate shall not segregate in concrete when it is transported to the 23 place of deposit 24 c) Concrete, when dropped directly from the discharge chute of the mixer, 25 shall flatten out at the center of the pile, but the edges of the pile shall 26 stand and not flow 27 d) Concrete and mortar shall show no free water when removed from the 28 mixer 29 e) Concrete shall slide and not flow into place when transported in metal 30 chutes at an angle of 30 degrees with the horizontal CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321313-10 CONCRETE PAVING Page 10 of 30 1 f) Surface of the finished concrete shall be free from a surface film or 2 laitance 3 2) When field conditions are such that additional moisture is needed for the 4 final concrete surface finishing operation, the required water shall be 5 applied to the surface by hand sprayer only and be held to a minimum 6 amount. 7 3) The concrete shall be workable, cohesive, possess satisfactory finishing 8 qualities and be of the stiffest consistency that can be placed and vibrated 9 into a homogeneous mass. 10 4) Excessive bleeding shall be avoided. 11 5) If the strength or consistency required for the class of concrete being 12 produced is not secured with the minimum cement specified or without 13 exceeding the maximum water/cement ratio, the Contractor may use, or the 14 City may require, an approved cement dispersing agent (water reducer); or 15 the Contractor shall furnish additional aggregates, or aggregates with 16 different characteristics, or the Contractor may use additional cement in 17 order to produce the required results. 18 6) The additional cement may be permitted as a temporary measure, until 19 aggregates are changed and designs checked with the different aggregates 20 or cement dispersing agent. 21 7) The Contractor is solely responsible for the quality of the concrete 22 produced. 23 8) The City reserves the right to independently verify the quality of the 24 concrete through inspection of the batch plant, testing of the various 25 materials used in the concrete and by casting and testing concrete cylinders 26 or beams on the concrete actually incorporated in the pavement. 27 b. Standard Class 28 1) Unless otherwise shown on the Drawings or detailed specifications, the 29 standard class for concrete paving for sidewalks and trails is shown in the 30 following table: 31 CITY OF FORT WORTH Lake worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 321313-11 CONCRETE PAVING Page I 1 of 30 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 3,500 0.49 1-1/2 H 564 4,500 0.45 1-1/2 2 1. All exposed horizontal concrete shall have entrained -air. 3 2. Minimum Compressive Strength Required. 4 5 2) Machine -Laid concrete: Class P 6 3) Hand -Laid concrete: Class H 7 c. High Early Strength Concrete (HES) 8 1) When shown on the Drawings or allowed, provide Class HES concrete for 9 very early opening of pavements area or leaveouts to traffic. 10 2) Design class HES to meet the requirements of class specified for concrete 11 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 12 unless other early strength and time requirements are shown on the 13 Drawings allowed. 14 3) No strength overdesign is required. 15 16 17 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 CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 N. 7 8 9 10 11 12 3213 13 - 12 CONCRETE PAVING Page 12 of 30 d. Slump 1) Slurnp requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. 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. 13 PART 3 a EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. Equipment 19 1. All equipment necessary for the construction of this item shall be on the project. CITY OF PORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321313-13 CONCRETE PAVING Page 13 of30 1 2. The equipment shall include spreading devices (augers), internal vibration, 2 tamping, and surface floating necessary to finish the freshly placed concrete in such 3 a manner as to provide a dense and homogeneous pavement. 4 3. Machine -Laid Concrete Pavement 5 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 6 that are uniformly supported on a very firm subbase to prevent sagging under 7 the weight of machine. 8 b. Slip -Form Paver 9 1) Slip -form paving equipment shall be provided with traveling side forms of 10 sufficient dimensions, shape and strength so as to support the concrete 11 laterally for a sufficient length of time during placement. 12 2) City may reject use of Slip -Form Paver if paver requires over -digging and 13 impacts trees, mailboxes or other improvements. 14 4. Hand -Laid Concrete Pavement 15 a. Machines that do not incorporate these features, such as roller screeds or 16 vibrating screeds, shall be considered tools to be used in hand -laid concrete 17 construction, as slumps, spreading methods, vibration, and other procedures are 18 more common to hand methods than to machine methods. 19 5. City may reject equipment and stop operation if equipment does not meet 20 requirements. 21 B. Concrete Mixing and Delivery 22 1. Transit Batching: shall not be used — onsite mixing not permitted 23 2. Ready Mixed Concrete 24 a. The concrete shall be produced in an approved method conforming to the 25 requirements of this specification and ASTM C94/C94M. City shall have access 26 ready mix to get samples of materials. 27 b. City shall have access to ready mix plant to obtain material samples. 28 c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate 29 Procedure 2: 30 1) As the mixer is being emptied, individual samples shall be taken after the 31 discharge of approximately 15 percent and 85 percent of the load. 32 2) The method of sampling shall provide that the samples are representative of 33 widely separated portions, but not from the very ends of the batch. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321313-14 CONCRETE PAVING Page 14 of 30 1 d. The mixing of each batch, after all materials are in the drum, shall continue until 2 it produces a thoroughly mixed concrete of uniform mass as determined by 3 established mixer performance ratings and inspection, or appropriate uniformity 4 tests as described in ASTM C94. 5 e. The entire contents of the drum shall be discharged before any materials are 6 placed therein for the succeeding batch. 7 £ Retempering or remixing shall not be permitted. 8 3. Delivery 9 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 10 City to prevent cold joint. 11 4. Delivery Tickets 12 a. For all operations, the manufacturer of the concrete shall, before unloading, 13 furnish to the purchaser with each batch of concrete at the site a delivery ticket 14 on which is printed, stamped, or written, the following information to determine 15 that the concrete was proportioned in accordance with the approved mix design: 16 1) Name of concrete supplier 17 2) Serial number of ticket 18 3) Date 19 4) Truck number 20 5) Name of purchaser 21 6) Specific designation of job (name and location) 22 7) Specific class, design identification and designation of the concrete in 23 conformance with that employed in job specifications 24 8) Amount of concrete in cubic yards 25 9) Time loaded or of first mixing of cement and aggregates 26 10) Water added by receiver of concrete 27 11) Type and amount of admixtures 28 C. Subgrade 29 1. When manipulation or treatment of Subgrade is required on the Drawings, the work 30 shall be performed in proper sequence with the preparation of the subgrade for 31 pavement. CITY OF FORT WORTH Lake worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 13 - 15 CONCRETE PAVING Page 15 of 30 1 2. The roadbed shall be excavated and shaped in conformity with the typical sections 2 and to the lines and grades shown on the Drawings or established by the City. 3 3. All holes, ruts and depressions shall be filled and compacted with suitable material 4 and, if required, the subgrade shall be thoroughly wetted and reshaped. 5 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 6 corrected. 7 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 8 density as determined by ASTM D698. 9 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 10 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 11 pavement to ensure its being in a firm and moist condition. 12 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 13 of the work. 14 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 15 place concrete pavement. 16 10. After the specified moisture and density are achieved, the Contractor shall maintain 17 the subgrade moisture and density in accordance with this Section. 18 11. In the event that rain or other conditions may have adversely affected the condition 19 of the subgrade or base, additional tests may be required as directed by the City. 20 D. Placing and Removing Forms 21 1. Placing Forms 22 a. Forms for machine -laid concrete 23 1) The side forms shall be metal, of approved cross section and bracing, of a 24 height no less than the prescribed edge thickness of the concrete section, 25 and a minimum of 10 feet in Iength for each individual form. 26 2) Forms shall be of ample strength and staked with adequate number of pins 27 capable of resisting the pressure of concrete placed against them and the 28 thrust and the vibration of the construction equipment operating upon them 29 without appreciable springing, settling or deflection. 30 3) The forms shall be free from warps, bends or kinks and shall show no 31 variation from the true plane for face or top. CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321313-16 CONCRETE PAVING Page 16 of 30 1 4) Forms shall be jointed neatly and tightly and set with exactness to the 2 established grade and alignment. 3 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 4 advance of the paving operations. 5 6) In no case shall the base width be less than 8 inches for a form 8 inches or 6 more in height. 7 7) Forms must be in firm contact with the subgrade throughout their length 8 and base width. 9 8) If the subgrade becomes unstable, forms shall be reset, using heavy stapes 10 or other additional supports may be necessary to provide the required 11 stability. 12 b. Forms for hand -laid concrete 13 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 14 inches in thickness or equivalent when wooden forms are used, or be of a 15 gauge that shall provide equivalent rigidity and strength when metal forms 16 are used. 17 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 18 wood forms shall be used. 19 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 20 shall be rejected. 21 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 22 operations shall be stopped the forms reset to line and grade and the pavement then 23 brought to the required section and thickness. 24 3. Cleaning. Forms shall be thoroughly cleaned after each use. 25 4, Removal. 26 a. Forms shall remain in place until the concrete has taken its final set. 27 b. Avoid damage to the edge of the pavement when removing forms. 28 c. Repair damage resulting from form removal and honeycombed areas with a 29 mortar mix within 24 hours after form removal unless otherwise approved. 30 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 31 after a bulkhead for a transverse construction joint has been removed unless 32 otherwise approved. 33 e. When forms are removed before 72 hours after concrete placement, promptly 34 apply membrane curing compound to the edge of the concrete pavement. CITY OF FORT WORTH Lake worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3213 13-17 CONCRETE PAVING Page 17 of 30 1 E. Placing Reinforcing Steel, Tie, and Dowel Bars 2 1. General 3 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 4 as shown on the Drawings. 5 b. All reinforcing steel shall be clean, free from rust in the form of loose or 6 objectionable scale, and of the type, size and dimensions shown on the 7 Drawings. 8 c. Reinforcing bars shall be securely wired together at the alternate intersections 9 and all splices and shall be securely wired at each intersection dowel and load 10 transmission unit intersected. 11 d. All bars shall be installed in their required position as shown on the Drawings. 12 e. The storing of reinforcing or structural steel on completed roadway slabs 13 generally shall be avoided and, where permitted, such storage shall be limited 14 to quantities and distribution that shall not induce excessive stresses. 15 2. Splices 16 a. Provide standard reinforcement splices by lapping and tying ends. 17 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 18 the Drawings. 19 3. Installation of Reinforcing Steel 20 a. All reinforcing bars and bar mats shall be installed in the slab at the required 21 depth below the finished surface and supported by and securely attached to bar 22 chairs installed on prescribed longitudinal and transverse centers as shown by 23 sectional and detailed drawings on the Drawings. 24 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 25 on the Drawings and shall be approved by the City prior to extensive 26 fabrication. 27 c. After the reinforcing steel is securely installed above the subgrade as specified 28 in Drawings and as herein prescribed, no loading shall be imposed upon the 29 bar mats or individual bars before or during the placing or finishing of the 30 concrete. 31 4. Installation of Dowel Bars 32 a. Install through the predrilled joint filler and rigidly support in true horizontal 33 and vertical positions by an assembly of bar chairs and dowel baskets. 34 b. Dowel Baskets CITY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321313 -18 CONCRETE PAVING Page 18 of 30 1 1) The dowels shall be held in position exactly parallel to surface and 2 centerline of the slab, by a dowel basket that is left in the pavement. 3 2) The dowel basket shall hold each dowel in exactly the correct position so 4 firmly that the dowel's position cannot be altered by concreting operations. 5 c. Dowel Caps 6 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 7 direction. 8 5. Tie Bar and Dowel Placement 9 a. Place at mid -depth of the pavement slab, parallel to the surface. 10 b. Place as shown on the Drawings. 11 6. Epoxy for Tie and Dowel Bar Installation 12 1) Epoxy bars as shown on the Drawings. 13 2) Use only drilling operations that do not damage the surrounding operations. 14 3) Blow out drilled holes with compressed air. 15 4) Completely fill the drilled hole with approved epoxy before inserting the tie 16 bar into the hole. 17 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 18 F. Joints 19 1. Joints shall be placed where shown on the Drawings or where directed by the City. 20 2. The plane of all joints shall make a right angle with the surface of the pavement. 21 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 22 4. Joint Dimensions 23 a. The width of the joint shall be shown on the Drawings, creating the joint 24 sealant reservoir. 25 b. The depth of the joint shall be shown on the Drawings. 26 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 27 recommendations. 28 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 29 surface at the center of the joint. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3213 13 - l9 CONCRETE PAVING Page 19 of30 1 5. Transverse Expansion Joints 2 a. Expansion joints shall be installed perpendicularly to the surface and to the 3 centerline of the pavement at the locations shown on the Drawings, or as 4 approved by the City. 5 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 6 approved by the City. 7 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 8 approved by the City, and shall be installed at the specified spacing. 9 d. Support dowel bars with dowel baskets. 10 e. Dowels shall restrict the free opening and closing of the expansion join and 11 shall not make planes of weaknesses in the pavement. 12 f Greased Dowels for Expansion Joints. 13 1) Coat dowels with a thin film of grease or other approved de -bonding 14 material. 15 2) Provide dowel caps on the lubricated end of each dowel bar. 16 g. Proximity to Existing Structures. When the pavement is adjacent to or around 17 existing structures, expansions joints shall be constructed in accordance with 18 the details shown on the Drawings. 19 6. Transverse Contraction Joints 20 a. Contraction or dummy joints shall be installed at the locations and at the 21 intervals shown on the Drawings. 22 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 23 approved by the City. 24 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 25 approved by the City, and shall be installed at the specified spacing. 26 d. Joints shall be sawed into the completed pavement surface as soon after initial 27 concrete set as possible so that some raveling of the concrete is observed in 28 order for the sawing process to prevent uncontrolled shrinkage cracking. 29 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 30 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 31 pavement thickness, or deeper if so indicated on the Drawings. 32 f. Complete sawing as soon as possible in hot weather conditions and within a 33 maximum of 24 hours after saw cutting begins under cool weather conditions. CrFY OF FORT WORTH bake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 13-20 CONCRETE PAVING Page 20 of 30 1 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 2 the point where some raveling is observed. 3 h. Damage by blade action to the slab surface and to the concrete immediately 4 adjacent to the joint shall be minimized. 5 i. Any portion of the curing membrane which has been disturbed by sawing 6 operations shall be restored by spraying the areas with additional curing 7 compound. 8 7. Transverse Construction Joints 9 a. Construction joints formed at the close of each day's work or when the placing 10 of concrete has been stopped for 30-minutes or longer shall be constructed by 11 use of metal or wooden bulkheads cut true to the section of the finished 12 pavement and cleaned. 13 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock 14 material. 15 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 16 surface and at right angles to the centerline of the pavement. 17 d. Edges shall be rounded to 1/4 inch radius. 18 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 19 the work. 20 8. Longitudinal Construction Joints 21 a. Longitudinal construction joints shall be of the type shown on the Drawings. 22 9. Joint Filler 23 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 24 Drawings. 25 b. Redwood Board joints shall be used for all pavement joints except for 26 expansion joints that are coincident with a buttjoint against existing 27 pavements. 28 c. Boards with less than 25-percent of moisture at the time of installation shall be 29 thoroughly wetted on the job. 30 d. Green lumber of much higher moisture content is desirable and acceptable. 31 e. The joint filler shall be appropriately drilled to admit the dowel bars when 32 required. 33 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 34 slab. The top edge shall be held approximately 1/2 inch below the finished CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3213 13-21 CONCRETE PAVING Page 21 of 30 1 surface of the pavement in order to allow the finishing operations to be 2 continuous. 3 g. The joint filler maybe composed of more than one length of board in the 4 length of joint, but no board of a length less than 6 foot may be used unless 5 otherwise shown on the Drawings. 6 h. After the removal of the side forms, the ends of the joints at the edges of the 7 slab shall be carefully opened for the entire depth of the slab. 8 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 9 and as specified in Section 32 13 73. Materials shall generally be handled and 10 applied according to the manufacturer's recommendations as specified in Section 11 32 13 73. 12 G. Placing Concrete 13 1. Unless otherwise specified in the Drawings, the finished pavement shall be 14 constructed monolithically and constructed by machined laid method unless 15 impractical. 16 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 17 shall be distributed to the required depth and for the entire width of the pavement 18 by shoveling or other approved methods. 19 20 21 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 (at point of placement) Max Time — minutes (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 90°F 60 90 CITY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 �3 32 13 13-22 CONCRETE PAVING Page 22 of 30 75°h and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 4 5. At the end of the day, or in case of unavoidable interruption or delay of more than 5 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 6 placed in accordance with 3.4.F.7 of this Section. 7 6. Honeycombing 8 a. Special care shall be taken in placing and spading the concrete against the 9 forms and at all joints and assemblies so as to prevent honeycombing. 10 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 11 the removal of the side forms, may be cause for rejection of the section of slab 12 in which the defect occurs. 13 H. Finishing 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. 4) Any surface not within the tolerance Iimits 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 3213 13 - 23 CONCRETE PAVING Page 23 o£30 1 2. Hand 2 a. Hand finishing permitted only in intersections and areas inaccessible to a 3 finishing machine. 4 b. When the hand method of striking off and consolidating is permitted, the 5 concrete, as soon as placed, shall be approximately leveled and then struck off 6 with screed bar to such elevation above grade that, when consolidated and 7 finished, the surface of the pavement shall be at the grade elevation shown on 8 the Drawings. 9 e. A slight excess of material shall be kept in front of the cutting edge at all times. 10 d. The straightedge and joint finishing shall be as prescribed herein. 11 I. Curing 12 1. The curing of concrete pavement shall be thorough and continuous throughout the 13 entire curing period. 14 2. Failure to provide proper curing as herein prescribed shall be considered as 15 sufficient cause for immediate suspension of the paving operations. 16 3. The curing method as herein specified does not preclude the use of any of the other 17 commonly used methods of curing, and the City may approve another method of 18 curing if so requested by the Contractor. 19 4. If any selected method of curing does not afford the desired results, the City shall 20 have the right to order that another method of curing be instituted. 21 5. After removal of the side forms, the sides of the slab shall receive a like coating 22 before earth is banked against them. 23 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 24 as to cover the entire surfaces thoroughly and completely with a uniform film. 25 7. The rate of application shall be such as to ensure complete coverage and shall not 26 exceed 20-square-yards-per-gallon of curing compound. 27 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 28 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 29 curing period. 30 9. If for any reason the seal is broken during the curing period, it shall be immediately 31 repaired with additional sealing solution. 32 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 33 Materials, the curing compound shall provide a film which shall have retained CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3213 13-24 CONCRETE PAVING Page 24 of 30 1 within the test specimen a percentage of the moisture present in the specimen when 2 the curing compound was applied according to the following. 3 11. Contractor shall maintain and properly repair damage to curing materials on 4 exposed surfaces of concrete pavement continuously for a least 72 hours. 5 J. Monolithic Curbs 6 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 7 back from the paving mixer, shall be placed within 20-minutes after being mixed. 8 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 9 shall be thoroughly worked with a wooden flat. 10 3. The exposed edges shall be rounded by the use of an edging tool to the radius 11 indicated on the Drawings. 12 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 13 K. Alley Paving 14 1. Alley paving shall be constructed in accordance with the specifications for concrete 15 paving hereinbefore described, in accordance with the details shown on the 16 Drawings, and with the following additional provisions: 17 a. Alley paving shall be constructed to the typical cross sections shown on the 18 Drawings. 19 b. Transverse expansion joints of the type shown on the Drawings shall be 20 constructed at the property line on each end of the alley with a maximum 21 spacing of 600 feet. 22 c. Transverse contraction and dummy joints shall be placed at the spacing shown 23 on the Drawings. 24 d. Contraction and dummy joints shall be formed in such a manner that the 25 required joints shall be produced to the satisfaction of the City. 26 e. All joints shall be constructed in accordance with this specification and filled 27 in accordance with the requirement of Section 32 13 73. 28 L. Pavement Leaveouts 29 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 30 provided at location indicated on the Drawings or as directed by the City. CITY OF FORT WORTH Lake Worth `frail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3213 13 - 25 CONCRETE PAVING Page 25 of 30 1 2. The extent and location of each leaveout required and a suitable crossover 2 connection to provide for traffic movements shall be determined in the field by the 3 City. 4 3.5 REPAIR 5 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 6 specified in Section 32 0129. 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 SITE QUALITY CONTROL 9 A. Concrete Placement 10 1. Place concrete using a fully automated paving machine. Hand paving only 11 permitted in areas such as intersections where use of paving machine is not 12 practical 13 a. All concrete pavement not placed by hand shall be placed using a fully 14 automated paving machine as approved by the City. 15 b. Screeds will not be allowed except if approved by the City. 16 B. Testing of Materials 17 1. Samples of all materials for test shall be made at the expense of the City, unless 18 otherwise specified in the special provisions or in the Drawings. 19 2. In the event the initial sampling and testing does not comply with the specifications, 20 all subsequent testing of the material in order to determine if the material is 21 acceptable shall be at the Contractor's expense at the same rate charged by the 22 commercial laboratories. 23 3. All testing shall be in accordance with applicable ASTM Standards and concrete 24 testing technician must be ACI certified or equivalent. 25 C. Pavement Thickness Test 26 1. Upon completion of the work and before final acceptance and final payment shall 27 be made, pavement thickness test shall be made by the City. 28 2. The number of tests and location shall be at the discretion of the City, unless 29 otherwise specified in the special provisions or on the Drawings. 30 3. The cost for the initial pavement thickness test shall be the expense of the City. CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3213 13 - 26 CONCRETE PAVING Page 26 of 30 1 4. In the event a deficiency in the thickness of pavement is revealed during normal 2 testing operations, subsequent tests necessary to isolate the deficiency shall be at 3 the Contractor's expense. 4 5. The cost for additional coring test shall be at the same rate charged by commercial 5 laboratories. 6 6. Where the average thickness of pavement in the area found to be deficient in 7 thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be 8 made at an adjusted price as specified in the following table. �7 Deficiency in Thickness Determined 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 0.41-- 0.50 60 percent 10 11 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 12 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever 13 is greater, shall be evaluated by the City. 14 8. If, in the judgment of the City the area of such deficiency should not be removed 15 and replaced, there shall be no payment for the area retained. 16 9. If, in the judgment of the City, the area of such deficiency warrants removal, the 17 area shall be removed and replaced, at the Contractor's entire expense, with 18 concrete of the thickness shown on the Drawings. 19 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 20 than 1/10 of the plan thickness, whichever is greater, shall be removed and 21 replaced, at the Contractor's entire expense,_ with concrete of the thickness shown 22 on the Drawings. 23 11. No additional payment over the contract unit price shall be made for any pavement 24 of a thickness exceeding that required by the Drawings. 25 D. Pavement Strength Test CITY OF FORT WORTH Lake worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 I3 - 27 CONCRETE PAVING Page 27 of 30 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, moist cured, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 8 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 10 and expense, core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 12 the average of all cores must meet 100 percent of the minimum specified strength, 13 with no individual core resulting in less than 90 percent of design strength, to 14 override the results of the cylinder tests. 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength, additional cores shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the Contractor. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the Contractor's expense as show in the following table. 21 22 23 24 25 26 27 28 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent - Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 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. S. 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. 29 E. Cracked Concrete Acceptance Policy CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lace Worth Trail Phase IA 1920 3213 13 -28 CONCRETE PAVING Page 28 of 30 1 1. If cracks exist in concrete pavement upon completion of the project, the Project 2 Inspector shall make a determination as to the need for action to address the 3 cracking as to its cause and recommended remedial work. 4 2. If the recommended remedial work is routing and sealing of the cracks to protect 5 the subgrade, the Inspector shall make the determination as to whether to rout and 6 seal the cracks at the time of final inspection and acceptance or at any time prior to 7 the end of the project maintenance period. The Contractor shall perform the routing 8 and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. 10 3. If remedial work beyond routing and sealing is determined to be necessary, the 11 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 12 agreement is reached that the cracking is due to deficient materials or workmanship, 13 the Contractor shall perform the remedial work at no cost to the City. Remedial 14 work in this case shall be limited to removing and replacing the deficient work with 15 new material and workmanship that meets the requirements of the contract. 16 4. If remedial work beyond routing and sealing is determined to be necessary, and the 17 Inspector and the Contractor agree that the cause of the cracking is not deficient 18 materials or workmanship, the City may request the Contractor to provide an 19 estimate of the cost of the necessary remedial work and/or additional work to 20 address the cause of the cracking, and the Contractor will perform that work at the 21 agreed -upon price if the City elects to do so. 22 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 23 the cause of the cracking, the City may hire an independent geotechnical engineer 24 to perform testing and analysis to determine the cause of the cracking. The 25 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 26 with the City. The Contractor and the City shall use the services of a geotechnical 27 firm acceptable to both parties. 28 6. If the geotechnical engineer determines that the primary cause of the cracking is the 29 Contractor's deficient material or workmanship, the remedial work will be 30 performed at the Contractor's entire expense and the Contractor will also reimburse 31 the City for the balance of the cost of the geotechnical investigation over and above 32 the amount that has previously been escrowed. Remedial work in this case shall be 33 limited to removing and replacing the deficient work with new material and 34 workmanship that meets the requirements of the contract. 35 7. If the geotechnical engineer determines that the primary cause of the cracking is not 36 the Contractor's deficient material or workmanship, the City will return the 37 escrowed funds to the Contractor. The Contractor, on request, will provide the City 38 an estimate of the costs of the necessary remedial work and/or additional work and 39 will perform the work at the agreed -upon price as directed by the City. CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321313-29 CONCRETE PAVING Page 29 of 30 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 13 - 30 CONCRETE PAVING Page 30 of 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21 /2014 Doug Rademaker 2.2.D — Modified to clarify acceptable fly ash substitution in concrete paving CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 SECTION 32 13 93 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None, 9 C. Related Specification Sections include, but are not necessarily Iimited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 3. Section 32 13 13 - Concrete Paving 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 17 and accepted only when specified in the Drawings to be a pay item. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item are 20 subsidiary to the various items bid and no other compensation will be allowed, 21 unless specifically specified on Drawings. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date Iogged at the end of this 26 Specification, unless a date is specifically cited. 27 2. ASTM International (ASTM): 28 a. D5893, Standard Specification for Cold Applied, Single Component, 29 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 30 Pavements 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 ACTION SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Test and Evaluation Reports 35 1. Prior to installation, furnish certification by an independent testing laboratory that 36 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 13 73 - 2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 1 2, Submit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum 2-year demonstrated, documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35 10 degrees F 1 l B. Concrete surface must be clean, dry and frost free. 12 C. Do not place sealant in an expansion -type joint if surface temperature is below 35 13 degrees F or above 90 degrees F. 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 17 2.2 MATERIALS & EQUIPMENT 18 A. Materials 19 1. Joint Sealant: ASTM D5893. 20 2. Joint Filler, Backer Rod and Breaker Tape 2 t a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 22 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 23 b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent 24 the joint sealant from flowing to the bottom of the joint. 25 c. The backer rod and breaker tape shall be compatible with the silicone joint 26 sealant and no bond or reaction shall occur between them. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 3.4 INSTALLATION 2 A. General 3 1. The silicone sealant shall be cold applied. 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 5 prior to sealing joints. 6 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide all necessary equipment and keep equipment in a satisfactory working 1 I condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess I7 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints. see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 31 2. Use compressed air to remove the resulting dust from the joint. 32 3. Sandblast joints after complete drying. 33 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 34 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 35 face of the joint. 36 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 37 c. When sandblasting is complete, blow-out using compressed air. 38 d. The blow tube shall fit into the joints. 39 4. Check the blown joint for residual dust or other contamination. 40 a. If any dust or contamination is found, repeat sandblasting and blowing until the 41 joint is cleaned. 42 b. Do not use solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 44 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 45 the joint sealant. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 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 seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lace Worth Trail Phase IA 1920 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 32 3113 CHAIN LINK FENCE AND GATES 3231 I3 - 1 CHAIN LINK FENCE AND GATES Page 1 of 7 5 A. Section Includes: 6 1. Galvanized coated chain link (non -security) fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories 10 4. On utility projects: 11 a. When existing fence is within the project Site (i.e. parallel to the utility trench 12 and/or within utility easement) and is directly disturbed by construction 13 activities, fencing will be paid for as listed in Article 1.2 below. 14 b. When existing fence is crossing the proposed utility trench, the work performed 15 and materials furnished in accordance with fence replacement will be 16 considered subsidiary to the trench and no other compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is identified as 18 protected on the Drawings and is disturbed and/or by construction activities, 19 replacement will be at the expense of the Contractor and no other compensation 20 will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division p - Bidding Requirements, Contract Forms, and Conditions of the Contract 25 2. Division 1 - General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Chain Link Fence 29 a. Measurement 30 1) Measurement for this Item shall be by the linear foot of Chain Link Fence 31 installed. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per linear foot of Chain Link Fence installed for various: 36 a) Heights 37 b) Fabric materials 38 c. The price bid shall include: 39 1) Furnishing and installing all fence and gate materials 40 2) Mow strip, if shown in Drawings 41 3) Cleanup 42 4) Hauling 43 2. Wrought Iron Fence CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 323113-2 CHAIN LINK FENCE AND GATES Page 2 of 7 1 a. Measurement 2 1) Measurement for this Item shall be by the linear foot of Wrought Iron 3 Fence installed. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under "Measurement" will be paid for at the unit 7 price bid per linear foot of Wrought Iron Fence installed for various 8 heights. 9 c. The price bid shall include: 10 1) Furnishing and installing all fence and gate materials 11 2) Mow strip, if shown in Drawings 12 3) Cleanup 13 4) Hauling 14 3. Steel Tube Fence 15 a. Measurement 16 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 17 installed. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under "Measurement" will be paid for at the unit 21 price bid per linear foot of Steel Tube Fence installed for various heights. 22 e. The price bid shall include: 23 1) Furnishing and installing all fence and gate materials 24 2) Mow strip, if shown in Drawings 25 3) Cleanup 26 4) Hauling 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification, unless a date is specifically cited. 32 2. American Society for Testing and Materials (ASTM): 33 a. A 36, Standard Specification for Carbon Structural Steel 34 b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 35 and Steel Products 36 c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric 37 d. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 38 Steel Structural Tubing in Rounds and Shapes 39 e. F 626, Standard Specification for Fence Fittings 40 f. F 1043, Standard Specification for Strength and Protective Coatings on Steel 41 Industrial Chain Link Fence Framework 42 g. F 1083, Standard Specification for Pipe,_ Steel, Hot -Dipped Zinc -Coated 43 (Galvanized) Welded, for Fence Structures 44 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 45 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 46 1.5 ACTION SUBMITTALS 47 A. Shop drawings CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3231 13 - 3 CHAIN LINK FENCE AND GATES Page 3 of 7 1 1. Layout of fences and gates with dimensions, details, and finishes of components, 2 accessories and post foundations if requested by the City. 3 B. Product data 4 1. Manufacturer's catalog cuts indicating material compliance and specified options. 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 21 OWNER -FURNISHED [NOT USED] 14 2.2 MANUFACTURED UNITS / MATERIALS 15 A. Manufacturer 16 1. Minimum of 5 years of experience manufacturing galvanized coated chain link 17 fencing. 18 2. Approved Manufacturer or equal: 19 a. Allied Fence, Inc. 20 b. American Fence Corp. 21 c. Anchor Fence, Inc. 22 d. Master Halco, Inc. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 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 arms, 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 I, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 3231 13 - 4 CHAIN LINK FENCE AND GATES Page 4 of 7 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged. d) Furnish 1-piece fabric widths. d. Steel Framing 1) Steel pipe - Type I a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 30,000 psi d) Sizes as indicated e) Hot -dipped galvanized with minimum average 1.8 oz/fe of coated surface area 2) Steel pipe - Type II a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on Drawings d) Protective coating per ASTM F 1043 (1) External coating Type B (a) Zinc with organic overcoat (b) 0.9 oz/fe minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II b) Minimum yield strength: 45,000 psi (310 MPa) c) Sizes as indicated on Drawings d) External coating per ASTM F 1043, Type A (1) Minimum average 2.0 oz/fF of zinc per ASTM A 123 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on Drawings d) Hot -dipped galvanized with minimum. 1.8 oz/W of coated surface area e. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provide 1 cap for each post. c) Cap to have provision for barbed wire when necessary. d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. c) Where top rail is used, provide tops to permit passage of top rail. 3) Top rail and rail ends CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase lA 1920 3231 13-5 CHAIN LINK FENCE AND GATES Page 5 of 1 a) 1 518 inch diameter galvanized round pipe for horizontal railing 2 b) Pressed steel per ASTM F626 3 c) For connection of rail and brace to terminal posts 4 4) Top rail sleeves 5 a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 6 1.80 inch length spring, allowing for expansion and contraction of top 7 rail 8 5) Wire ties 9 a) 9 gauge galvanized steel wire for attachment of fabric to line posts I0 b) Double wrap 13 gauge for rails and braces. 11 c) Hog ring ties of 12-1/2 gauge for attachment 12 6) Brace and tension (stretcher bar) bands 13 a) Pressed steel 14 b) Minimum 300 degree profile curvature for secure fence post attachment 15 c) At square post provide tension bar clips. 16 7) Tension (stretcher) bars: 17 a) 1 piece lengths equal to 2 inches less than full height of fabric 18 b) Minimum cross-section of 3/16 inch x 3/4 inch 19 c) Provide tension (stretcher) bars where chain link fabric meets terminal 20 posts. 21 8) Tension wire 22 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire 23 b) Tensile strength: 75,000 psi 24 9) Truss rods & tightener 25 a) Steel rods with minimum diameter of 5/16 inch 26 b) Capable of withstanding a tension of minimum 2,000 pounds 27 10) Nuts and bolts are galvanized. 28 2. Wrought Iron Fence: specified per Drawings. 29 3. Steel Tube Fence: specified per Drawings. 30 4. Setting Materials 31 a. Concrete 32 1) Minimum 28 day compressive strength of 3,000 psi 33 2) Bagged concrete allowed. 34 b. Drive Anchors 35 1) Galvanized angles 36 2) ASTM A 36 steel 37 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. 38 2.3 ACCESSORIES [NOT USED] 39 2.4 SOURCE QUALITY CONTROL [NOT USED] 40 PART 3 - EXECUTION 41 3.1 INSTALLERS [NOT USED] 42 3.2 EXAMINATION 43 A. Verification of Conditions 44 1. Verify areas to receive fencing are completed to final grades and elevations. 45 2. Ensure property lines and legal boundaries of work are clearly established CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 323113-6 CHAIN LINK FENCE AND GATES Page 6 of 7 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Chain. Link Fence Framing 4 1. Locate terminal post at each fence termination and change in horizontal or vertical 5 direction of 30 degrees or more. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 5. Bracing a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. e. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric 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. Tic wires: Bcnd ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 3231 13 - 7 CHAIN LINK FENCE AND GATES Page 7 of 7 1 c. Slats: Install slats in accordance with manufacturer's instructions. 2 C. Wrought Iron Installation: install per Drawings 3 D. Steel Tube Fence: install per Drawings 4 3.5 REPAIR/RESTORATION [NOT USED] 5 3.6 REINSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I.I.A. modified to describe when City would pay for fence replacement on utility proj ects CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 N 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 32 3126 WIRE FENCE AND GATES 323126-1 WIRE FENCE AND GATES Page 1 of 5 5 A. Section Includes: 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility trench 9 and/or within utility easement) and is directly disturbed by construction 10 activities, fencing will be paid for as listed in Article 1.2 below. 11 b. When existing fence is crossing the proposed utility trench, the work performed 12 and materials furnished in accordance with fence replacement will be 13 considered subsidiary to the trench and no other compensation will be allowed. 14 c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other compensation 17 will be allowed. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 22 2. Division 1 - General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Wire Fence 26 a. Measurement 27 1) Measurement for this Item shall be by the linear foot of Wire Fence, 28 excluding gates. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per linear foot of Wire fence installed for various: 33 a) Post types 34 b) Wire types 35 c) Number of Strands as specified in the Drawings 36 c. The price bid shall include: 37 1) Removal of existing fence and/or, unless specifically defined as a separate 38 pay item on Drawings 39 2) Furnishing, preparing, hauling, and installing Wire Fence 40 3) Excavation, backfilling, and disposal of surplus material 41 4) Removal and trimming of brush and tree limbs 42 2. Steel Gates 43 a. Measurement CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 323126-2 WIRE FENCE AND GATES Page 2 of 5 1 1) Measurement for this Item shall be per each Steel Fence. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per each Steel Gate by height. 6 c. The price bid shall include: 7 1) Removal of existing fence and/or gates, unless specifically defined as a 8 separate pay item on Drawings 9 2) Furnishing, preparing, hauling, and installing Steel Gates 10 3) Excavation, backf<lling, and disposal of surplus material 11 4) Removal and trimming of brush and tree limbs 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this specification refer to the current reference standard 15 published at the time of the latest revision date logged at the end of this 16 specification, unless a date is specifically cited. 17 2, American Society for Testing and Materials (ASTM): 18 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 19 Wrought 20 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed Wire 21 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence 22 Fabric 23 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 24 (Galvanized) Welded, for Fence Structures 25 3. American Wood Protection Association (AWPA) 26 a. P8/P9, Standard for Oil -Borne Preservatives 27 b. C5, Fence Posts - Preservative Treatment by Pressure Processes 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 ACTION SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING f NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] 37 PART 2 - PRODUCTS 38 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 39 2.2 MATERIALS 40 A. Furnish materials in accordance with details shown on the Drawings and with the 41 following requirements. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 323126-3 WIRE FENCE AND CATES Page 3 of 5 B. Metal Posts and Braces 1. Steel Pipe: ASTM F 1083 2. T posts: ASTM A 702 3. Use only new steel. Do not use rerolled or open -seam material. 4. Furnish galvanized steel sections in ASTM F 1083. 5. Painting a. Use an approved anticorrosive coating. b. After installation of painted posts and braces, spot -coat damaged areas with the same paint color. c. Use paint with at least the same anticorrosive properties as the original paint. 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the Drawings. C. Wood Posts and Braces 1. Untreated Wood: cedar or juniper timber 2. Treated Wood a. AWPA standards govern materials and methods of treatments including seasoning, preservatives, and inspection for treatment. b. Each piece or bundle of other treated -timber products must have: 1) Legible brand mark or tag indicating the name of the treater 2) Date of treatment or lot number 3) AWPA treatment specification symbol c. Provide the level of preservative indicated in Table 1. Table 1 Minimum Retention of Preservative 33 D. 34 E_ 35 36 37 F. 38 Penta- Product chlorophenol AWPA (lbJcu. ft.) Standard for AWPA, Preservative (Ps") Treatment Standard Wire fence posts o.4 C5 (round)' 1. Retention determined by assay (0 to 1.0-inch zone). 3. Use sound timber that is free from decay, shakes, splits, or other defects that would weaken the posts or braces or otherwise make them structurally unsuitable for the purposes intended. 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, provided they do not exceed 1 /3 of the small diameter or the least dimension of the posts and braces. 5. Remove spurs and splinters, cutting the ends square. Gates and Gateposts: Furnish materials to the required dimensions. Barbed and Smooth Wire: ASTM A 121, Class 1 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart Wire Mesh: ASTM All 6, Class 1 1. Top and bottom wires: at least 10 gauge wire CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 323126-4 WIRE FENCE AND GATES Page 4 of 5 1 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 2 G. Miscellaneous 3 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 4 holding barbed wire and wire mesh firmly to metal posts. 5 2. Use material of good commercial quality and design. 6 3. Provide galvanized staples, at least 1 1/2 inch long. 7 H. Concrete 8 1. Minimum 28 day compressive strength of 3,000 psi 9 2. Bagged concrete allowed. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3.1 INSTALLERS [NOT USED] 3.2 EXANHNATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Space fence posts as shown on the Drawings or to match existing. B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the Drawings or to match existing. C. Brace corner and pull posts in 2 directions. D. Brace end posts and gateposts in 1 direction. E. Install a corner post where the alignment changes 30 degrees or more. F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent line posts with diagonal tension wires. G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy the fencing at the critical point with a double 9 gauge galvanized wire. H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. I. Stretch the fence before guying and snubbing. J. Install number stands at spacing shown in Drawings. K. Install corner, end, or angle post assembly before stretching the wire between posts. L. Connect existing cross fences to the new fences and corner posts at junctions with existing fences. M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or staples, or as shown on the Drawings. N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet intervals for wood posts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 32 31 26 - 5 WIRE FENCE AND CATES Page 5 ofS 1 O. Drive metal line posts provided driving does not damage the posts. 2 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 3 inches and crowned at the top to shed water. 4 Q. Thoroughly tamp backfill in 4 inch layers. 5 R. Notch timber posts. 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 17 18 END OF SECTION Revision. Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1. LA. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 3129 WOOD FENCE AND GATES 323129-1 WOOD FENCE AND GATES Page 1 of 4 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zoning Ordinance. 8 2. On utility projects: 9 a. When existing fence is within the project Site (i.e. parallel to the utility trench 10 and/or within utility easement) and is directly disturbed by construction 11 activities, fencing will be paid for as listed in Article 1.2 below. 12 b. When existing fence is crossing the proposed utility trench, the work performed 13 and materials furnished in accordance with fence replacement will be 14 considered subsidiary to the trench and no other compensation will be allowed. 15 c. When existing fence is outside of the limits of the project Site or is identified as 16 protected on the Drawings and is disturbed and/or by construction activities, 17 replacement will be at the expense of the Contractor and no other compensation 18 will be allowed. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 23 2. Division 1 - General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Measurement 27 a. Measurement for this Item shall be by the linear foot of Wood Fence installed, 28 including gates. 29 2. Payment 30 a. The work performed and materials furnished in accordance with this Item and 31 measured as provided under "Measurement'' will be paid for at the unit price 32 bid per linear foot of Wood Fence installed for by height. 33 3. The price bid shall include: 34 a. Furnishing all materials for fence and gates 35 b. All preparation, erection and installation of materials 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this specification refer to the current reference standard 39 published at the time of the latest revision date logged at the end of this 40 specification, unless a date is specifically cited. 41 2. American Society for Testing and Materials (ASTM): CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 31 29 - 2 WOOD FENCE AND GATES Page 2 of 4 1 a. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 2 and Steel Products 3 b. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 4 Steel Structural Tubing in Rounds and Shapes 5 c. F 1043, Standard Specification for Strength and Protective Coatings on Steel 6 Industrial Chain Link Fence Framework 7 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 8 (Galvanized) Welded, for Fence Structures 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS 11 A. Shop drawings: Layout offences and gates with dimensions, details, and finishes of 12 components, accessories and post foundations 13 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 14 options 15 C. Building Permit: All fences over 6 feet 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Split Rail Fence as shown in Drawings 28 B. Redwood or cedar free from all major decay or defects which would weaken or 29 otherwise cause them to be unsuitable. 30 C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 10-foot cedar stud or match existing. 31 D. Corner, Gate, End, or Line Posts 32 1. Wood Posts 33 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing 34 b. Free from all decay, splits, multiple cracks, or any other defect which would 35 weaken the posts or otherwise cause them to be structurally unsuitable for the 36 purpose intended 37 2. Setting Materials 38 a. Concrete 39 1) Minimum 28 day compressive strength of 3,000 psi CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 323129-3 WOOD FENCE AND GATES Page 3 of 1 2) Bagged concrete allowed. 2 2.3 ACCESSORIES [NOT USEDI 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION 7 A. Verification of Conditions 8 1. Verify areas to receive fencing are completed to final grades and elevations. 9 2. Ensure property lines and legal boundaries of work are clearly established. 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. Wood Fence Framing 13 1. Locate terminal post at each fence termination and change in horizontal or vertical 14 direction of 30 degrees or more. 15 2. Space line posts uniformly at 10 feet on center. 16 3. Set all posts in concrete. 17 a. Drill holes in firm, undisturbed or compacted soil. 18 b. Drill hole diameter 4 times greater than outside dimension of post (minimum 19 12 inches). 20 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 21 d. Excavate deeper as required for adequate support in soft and loose soils, and 22 for posts with heavy lateral loads. 23 e. Place concrete around posts in a continuous pour. 24 £ Trowel finish around post. Slope to direct water away from posts. 25 4. Check each post for vertical and top alignment, and maintain in position during 26 placement and finishing operations. 27 3.5 REPAIR/RESTORATION [NOT USED] 28 3.6 RE -INSTALLATION [NOT USED] 29 3.7 FIELD QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 313 MAINTENANCE [NOT USED] 36 314 ATTACHMENTS [NOT USED] 37 END OF SECTION CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 31 29 - 4 WOOD FENCE AND GATES Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3291 19 - 1 TOPSOIL PLACEMENT AND FIMSHING OF PARKWAYS Page I of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 16 2. Payment 17 a. The work performed and materials furnished in accordance with this Item and 18 measured as provided under "Measurement" will be paid for at the unit price 19 bid per cubic yard of Topsoil. 20 b. All excavation required by this Item in cut sections shall be measured in 21 accordance with provisions for the various excavation items involved with the 22 provision that excavation will be measured and paid for once, regardless of the 23 manipulations involved. 24 3. The price bid shall include: 25 a. Furnishing Topsoil 26 b. Loading 27 c. Hauling 28 d. Placing 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Topsoil 5 1. Use easily cultivated, fertile topsoil that: 6 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 7 soil materials, roots, stumps or stones larger than 1.5 inches 8 b. Has a high resistance to erosion 9 c. Is able to support plant growth 10 2. Secure topsoil from approved sources. 11 3. Topsoil is subject to testing by the City. 12 4. pH: 5.5 to 8.5. 13 5. Liquid Limit: 50 or less 14 6. Plasticity Index: 20 or less 15 7. Gradation: maximum of 10 percent passing No. 200 sieve 16 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 17 of vegetation 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Finishing of Parkways 26 1. Smoothly shape parkways, shoulders, slopes, and ditches. 27 2. Cut parkways to finish grade prior to the placing of any improvements in or 28 adjacent to the roadway. 29 3. In the event that unsuitable material for parkways is encountered, extend the depth 30 of excavation in the parkways 6 inches and backfill with top soil. 31 4. Make standard parkway grade perpendicular to and draining to the curb line. 32 a. Minimum: 1/4 inch per foot 33 b. Maximum:4:1 34 c. City may approve variations from these requirements in special cases. 35 5. Whenever the adjacent property is lower than the design curb grade and runoff 36 drains away from the street, the parkway grade must be set level with the top of the 37 curb. 38 6. The design grade from the parkway extends to the back of the walk line. 39 7. From that point (behind the walk), the grade may slope up or down at maximum 40 slope of 4: 1. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3291 I9-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 B. Placing of Topsoil 2 1. Spread the topsoil to a uniform loose cover at the thickness specified. 3 2. Place and shape the topsoil as directed. 4 3. Hand rake finish a minimum of 5 feet from all flatwork. 5 4. Tamp the topsoil with a light roller or other suitable equipment. 6 3.5 REPAHURESTORATION] [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 329213-1 HYDROMULCHING, SEEDING AND SODDING Page I of 8 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements U 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering (until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing (until established) 41 6) Disposal of surplus materials 42 3. Mowing 43 a. Measurement CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 1 1) Measurement for this Item shall per each. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per each. 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 INFORMATIONAL SUBMITTALS 10 A. Seed 11 1. Vendors' certification that seeds meet Texas State seed law including: 12 a. Testing and labeling for pure live seed (PLS) 13 b. Name and type of seed 14 2. All seed shall be tested in a laboratory with certified results presented to the City in 15 writing, prior to planting. 16 3. All seed to be of the previous season's crop and the date on the container shall be 17 within 12 months of the seeding date. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Block Sod 23 1. Protect from exposure to wind, sun and freezing. 24 2. Keep stacked sod moist. 25 B. Seed 26 1. If using native grass or wildflower seed, seed must have been harvested within 100 27 miles of the construction site. 28 2. Each species of seed shall be supplied in a separate, labeled container for 29 acceptance by the City. 30 C. Fertilizer 31 1. Provide fertilizer labeled with the analysis. 32 2. Conform to Texas fertilizer law. 33 1.11 FIELD ]SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS AND EQUIPMENT 38 A. Materials CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION ,SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1 1. BIock Sod 2 a. Sod Varieties (match existing if applicable) 3 1) "Stenotaphrum secundatum" (St. Augustine grass) 4 2) "cynodon dactylon" (Common Bermudagrass) 5 3) "Buchloe dactyloides" (Buffalograss) 6 4) an approved hybrid of Common Bermudagrass 7 5) or an approved Zoysiagrass 8 b. Sod must contain stolons, leaf blades, rhizomes and roots. 9 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 10 foreign materials and weeds and grasses deleterious to its growth or which 11 might affect its subsistence or hardiness when transplanted. 12 d. Minimum sod thickness: 3/4 inch 13 e. Maximum grass height: 2 inches 14 £ Acceptable growing beds 15 l) St. Augustine grass sod: clay or clay loam topsoil 16 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 17 g. Dimensions 18 1) Machine cut to uniform soil thickness. 19 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 20 handled and rolled without breaking. 21 h. Broken or torn sod or sod with uneven ends shall be rejected. 22 2. Seed 23 a. General 24 1) Plant all seed at rates based on pure live seed (PLS) 25 a) Pure Live Seed (PLS) determined using the formula: 26 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 27 Percent Firm or Hard Seed) + 100] 28 2) Availability of Seed 29 a) Substitution of individual seed types due to lack of availability may be 30 permitted by the City at the time of planting. 31 b) Notify the City prior to bidding of difficulties locating certain species. 32 3) Weed seed 33 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 34 and other material in the mixture 35 b) Seed not allowed: 36 (1) 7ohnsongrass 37 (2) Nutgrass seed 38 4) Harvest seed within 1-year prior to planting 39 b. Non-native Grass Seed 40 1) Plant between April 15 and September 10 41 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 42 43 2) Plant between September 10 and April 15 44 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 32 92 13 - 4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium multiflorum 75 Bermuda (unhulled) cynodon dactylon 1 2 c. Native Grass Seed 3 1) Plant between February 1 and October 1. 4 Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* 6 d. Wildflower Seed 7 1) Plant between the following- 9 a) March 5 and May 31 9 b) September 1 and December 1 10 11 12 13 14 15 16 17 18 19 20 21 22 85 90 95 90 Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuherosa 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 hipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase ]A 1920 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 1 f Form a strong moisture retaining mat. 2 4. Fertilizer 3 a. Acceptable condition for distribution 4 b. Applied uniformly over the planted area 5 c. Analysis 6 1) 16-20-0 7 2) 16-8-8 8 d. Fertilizer rate: 9 1) Not required for wildflower seeding 10 2) Newly established seeding areas - 100 pounds of nitrogen per acre 11 3) Established seeding areas - 150 pounds of nitrogen per acre 12 5, Topsoil: See Section 32 91 19. 13 6. Water: clean and free of industrial wastes or other substances harmful to the 14 germination of the seed or to the growth of the vegetation. 15 7. Soil Retention Blanket 16 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 17 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Surface Preparation: clear surface of all material including: 26 1. Stumps, stones, and other objects larger than one inch. 27 2. Roots, brush, wire, stakes, etc. 28 3. Any objects that may interfere with seeding or maintenance. 29 B. Tilling 30 1. Compacted areas: till 1 inch deep 31 2. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less 32 seed/water run-off 33 3. Areas near trees: Do not till deeper than 1 /2 inch inside "drip line" of trees. 34 3.4 INSTALLATION 35 A. Block Sodding 36 1. General 37 a. Place sod between curb and walk and on terraces that is the same type grass as 38 adjacent grass or existing lawn. 39 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 40 average first freeze in the fall. 41 2. Installation CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 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 329213-6 HYDROMULCHTNG, 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 firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing a. Furnish water as an ancillary cost to Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.13. 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. 1f applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing. Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 1 2) Mixture forms a blotter-Iike ground cover impregnated uniformly with 2 grass seed. 3 3) Mixture is applied within 30 minutes after placed in the equipment. 4 b. Placing 5 1) Uniformly distribute in the quantity specified over the areas shown on the 6 Drawings or as directed. 7 5. Fertilizing: uniformly apply fertilizer over seeded area. 8 6. Watering 9 a. Furnish water by means of temporary metering / irrigation, water truck or by 10 any other method necessary to achieve an acceptable stand of turf as defined in 11 3.13.B. 12 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 13 c. Water as direct by the City at least twice daily for 14 days after seeding in such 14 a manner as to prevent washing of the slopes or dislodgement of the seed. 15 d. Water until final acceptance. 16 e. Generally, an amount of water that is equal to the average amount of rainfall I7 plus 1/2 inch per week should be applied until accepted. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completion and final acceptance of the Project or as 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil) and is free from dead blocks of sod. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City. 42 C. Rejection CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 1 1. City may reject block sod or seeded area on the basis of weed populations. 2 3.14 ATTACHMENTS [NOT USED] 1l►11=IJ =3 0i Y 11)QI Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 1 2 3 PART1— GENERAL 4 1.1 SUMMARY SECTION 33 04 30 TEMPORARY WATER SERVICES 33 04 30 - 1 TEMPORARY WATER SERVICES Page 1 of 4 5 A. Section Includes: 6 1, Temporary Water Service needed to maintain service during water main 7 replacement project 8 B. Deviations from this City of .Fort Worth Standard Specification 9 1. None. 10 C. Products Installed But Not Furnished Under This Section 11 1. Fire Hydrant Meters 12 D. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Specification 32 12 16 — Asphalt Paving 17 4. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 19 6. Specification 33 12 10 — Water Services 1-inch to 2-inch 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for Temporary Water Services will be measured by: 24 1) Lump sum or 25 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured under "Measurement" will be paid for at the unit price bid for 29 "Temporary Water Service" of the type specified. 30 3. The price bid shall include: 31 a. Temporary water service line 32 b. Connections 33 c. Fittings 34 d. Valves 35 e. Corporation stops 36 f. Temporary asphalt for crossings 37 g. Traffic Control 38 h. Disinfection 39 i. Removal of temporary services CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 330430-2 TEMPORARY WATER SERVICES Page 2 of 4 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. NSF International 7 a. 61, Drinking Water System Components Health Effects 8 3. ASTM International (ASTM): 9 a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR -PR) 10 Based on Controlled Outside Diameter 11 1.4 ADMINISTRATIVE REQUIREMENTS 4 12 A. Scheduling 13 1. Provide advance notice for service interruption and meet requirements of Division 14 1. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED PRODUCTS 25 A. Fire Hydrant Meters 26 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 27 A. Description 28 1. Regulatory Requirements 29 a. All Temporary Water Service components in contact with potable water shall 30 conform to the requirements of NSF 61. 31 B. Materials 32 1. Service Couplings, Fittings, and Corporation Stops 33 a. Conform to Section 33 12 10. 34 2. Service lines 35 a. Polyethylene tubing 36 b. Conform to ASTM D3035 and SDR 11 CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 20I1 330430-3 TEMPORARY WATER SERVICES Page 3 of 4 1 3. Temporary Water Service Main 2 a. Galvanized steel pipe 3 b. Conform to Schedule 40. 4 4, Driveway Approach 5 a. Asphalt 6 1) Type B Asphalt in accordance with Section 32 12 16 7 C. Design Criteria 8 1. Service lines 9 a. %-inch minimum pipe size 10 b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 11 2. Temporary Water Service Main 12 a. 2-inch minimum pipe size 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] I5 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXANUNATION [NOT USED] I8 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Install Temporary Water Services in accordance with provisions herein and in 22 accordance with City Standard Details. 23 2. Perform disinfection test of temporary water service main and water services in 24 accordance with Section 33 04 40. 25 B. Temporary Water Service Installation 26 1. Connect to existing water supply 27 a. Fire hydrant 28 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. 29 b. If a fire hydrant is not available, tap existing water main. 30 1) Connect to water main with 2-inch service tap and a corporation stop in 31 accordance with Section 33 12 10. 32 2) Record water usage with a hydrant meter. 33 3) Do not tap existing water main, unless approved by the City. 34 2. Water service 35 a. Connect 3/4-inch water service to 2-inch temporary water service main. 36 b. Remove existing meters, tag with address and provide to City Inspector. 37 c. Connect 3/4-inch temporary water service to existing private service. 38 d. Cover domestic meter box with protective guard or barricade. 39 C. Intersection and Driveway Approach Crossing for Temporary Water Service 40 1. Crossing for Temporary Water Service Main CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 330430-4 TEMPORARY WATER SERVICES Page 4 of 4 1 a. Cover temporary service line with sufficient asphalt to protect service line and 2 to provide a driveable crossing. 3 b. If required to bury temporary service line due to high volume traffic, or other 4 reasons required by the City, excavate, embed and backfill in accordance with 5 Section 33 05 10. 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD [oR] SITE QUALITY CONTROL 9 A. Field Tests and Inspections 10 1. Check each water service installation for leaks with full flow through the curb stop 1 t at the time the main is tested in accordance with Section 33 04 40. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CIIANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase IA 1920 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKF1LL Page 1 of I9 I SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2, fncluding: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 £ Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 -- Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1— General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5, Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 01— Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 — Site Clearing 36 9. Section 3125 00 — Erosion and Sediment Control 37 10. Section 33 05 26 — Utility Markers/Locators 38 11. Section 34 71 13 — Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 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 3305It) -2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 19 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid 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 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials 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 b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECLFICATiON DOCUMENTS Revised June 19, 2013 Lake Worth Trail Phase lA 1920 1 2 3 4 5 6 7 8 9 10 11 12 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 19 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: INITIAL BACKFILL w ` wcc SPRINGLINELd a HAUNCHM BEDDING FOUNDATION N UNPAVED AREAS !� EXCAVATED TRENCH WIDTH J U 4 J Z U- � a OD CLEARANCE CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 19 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 2 material 3 4, Excavated Trench Depth — Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas — The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity -Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P - Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORTH Lake worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 19 I b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 casement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights -of -Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils, embedment or 38 backfilI materials within the ROW, easement or temporary construction 39 casement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00, CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 19 1 d. Do not block drainage ways. 2 c. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [oe] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Materials 1. 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: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D449 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C 13 1 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Lake Worth Trail Phase IA 1920 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 19 1 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 2 sodium sulfate soundness per ASTM C88 3 4. Ballast Stone 4 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 5 b. May be unwashed 6 c. Free from significant silt clay or unsuitable materials 7 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 8 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 9 sodium sulfate soundness per ASTM C88 10 5. Acceptable Backfill Material 11 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 12 ASTM D2487 13 b. Free from deleterious materials, boulders over 6 inches in size and organics 14 c. Can be placed free from voids 15 d. Must have 20 percent passing the number 200 sieve 16 6. Blended Backfill Material 17 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 18 b. Blended with in -situ or imported acceptable backfill material to meet the 19 requirements of an Acceptable Backfill Material 20 c. Free from deleterious materials, boulders over 6 inches in size and organics 21 d. Must have 20 percent passing the number 200 sieve 22 7. Unacceptable Backfill Material 23 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 24 D2487 25 8. Select Fill 26 a. Classified as SC or CL in accordance with ASTM D2487 27 b. Liquid limit less than 35 28 c. Plasticity index between 8 and 20 29 9. Cement Stabilized Sand (CSS) 30 a. Sand 31 1) Shall be clean, durable sand meeting grading requirements for fine 32 aggregates of ASTM C33 and the following requirements: 33 a) Classified as SW, SP, or SM by the United Soil Classification System 34 of ASTM D2487 35 b) Deleterious materials 36 (1) Clay lumps, ASTM C142, less than 0.5 percent 37 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 38 (3) Organic impurities, ASTM C40, color no darker than standard 39 color 40 (4) Plasticity index of 4 or less when tested in accordance with ASTM 41 D4318. 42 b. Minimum of 4 percent cement content of Type I/II portland cement 43 c. Water 44 1) Potable water, free of soils, acids, alkalis, organic matter or other 45 deleterious substances, meeting requirements of ASTM C94 46 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 47 e. Strength CITY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 3305 10-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 19 1 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 2 D 1633, Method A 3 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 4 D 1633, Method A 5 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 6 that exceeds the maximum compressive strength shall be removed by the 7 Contractor for no additional compensation. 8 f. Random samples of delivered product will be taken in the field at point of 9 delivery for each day of placement in the work area. Specimens will be 10 prepared in accordance with ASTM D 1632. 11 10. Controlled Low Strength Material (CLSM) 12 a. Conform to Section 03 34 13 13 11. Trench Geotextile Fabric 14 a. Soils other than ML or OH in accordance with ASTM D2487 15 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 16 2) Fibers shall retain their relative position 17 3) Inert to biological degradation 18 4) Resist naturally occurring chemicals 19 5) UV Resistant 20 6) Mirafi 140N by Tencate, or approved equal 21 b. Soils Classified as ML or OH in accordance with ASTM D2487 22 1) High -tenacity monofilament polypropylene woven yarn 23 2) Percent open area of 8 percent to10 percent 24 3) Fibers shall retain their relative position 25 4) Inert to biological degradation 26 5) Resist naturally occurring chemicals 27 6) LTV Resistant 28 7) Mirafi FW402 by Tencate, or approved equal 29 12. Concrete Encasement 30 a. Conform to Section 03 30 00. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION 36 A. Verification. of Conditions 37 1. Review all known, identified or marked utilities, whether public or private, prior to 38 excavation. 39 2. Locate and protect all known, identified and marked utilities or underground 40 facilities as excavation progresses. 41 3. Notify all utility owners within the project limits 48 hours prior to beginning 42 excavation. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 19 1 4. The information and data shown in the Drawings with respect to utilities is 2 approximate and based on record information or on physical appurtenances 3 observed within the project limits. 4 5. Coordinate with the Owner(s) of underground facilities. 5 6. Immediately notify any utility owner of damages to underground facilities resulting 6 from construction activities. 7 7. Repair any damages resulting from the construction activities. 8 B. Notify the City immediately of any changed condition that impacts excavation and 9 installation of the proposed utility. 10 3.3 PREPARATION 11 A. Protection of In -Place Conditions 12 1. Pavement 13 a. Conduct activities in such a way that does not damage existing pavement that is 14 designated to remain. 15 1) Where desired to move equipment not licensed for operation on public 16 roads or across pavement, provide means to protect the pavement from all 17 damage. 18 b. Repair or replace any pavement damaged due to the negligence of the 19 contractor outside the limits designated for pavement removal at no additional 20 cost to the City. 21 2. Drainage 22 a. Maintain positive drainage during construction and re-establish drainage for all 23 swales and culverts affected by construction. 24 3. Trees 25 a. When operating outside of existing ROW, stake permanent and temporary 26 construction easements. 27 b. Restrict all construction activities to the designated easements and ROW. 28 c. Flag and protect all trees designated to remain in accordance with Section 31 10 29 00. 30 d. Conduct excavation, embedment and backfill in a manner such that there is no 31 damage to the tree canopy. 32 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 33 specifically allowed by the City. 34 1) Pruning or trimming may only be accomplished with equipments 35 specifically designed for tree pruning or trimming. 36 f. Remove trees specifically designated to be removed in the Drawings in 37 accordance with Section 31 10 00. 38 4. Above ground Structures 39 a. Protect all above ground structures adjacent to the construction. 40 b. Remove above ground structures designated for removal in the Drawings in 41 accordance with Section 02 41 13 42 5. Traffic 43 a. Maintain existing traffic, except as modified by the traffic control plan, and in 44 accordance with Section 34 71 13. 45 b. Do not block access to driveways or alleys for extended periods of time unless: 46 1) Alternative access has been provided CITY OF FORT WORTH Lake worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 19 1 2) Proper notification has been provided to the property owner or resident 2 3) It is specifically allowed in the traffic control plan 3 c. Use traffic rated plates to maintain access until access is restored. 4 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 5 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 6 excavation that could impact the operations of an existing traffic signal. 7 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 8 and detector loops. 9 c. Immediately notify the City's Traffic Services Division if any damage occurs to 10 any component of the traffic signal due to the contractors activities. 11 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 12 cabinets, conduit and detector loops as a result of the construction activities. 13 7. Fences 14 a. Protect all fences designated to remain. 15 b. Leave fence in the equal or better condition as prior to construction. 16 3.4 INSTALLATION 17 A. Excavation 18 1. Excavate to a depth indicated on the Drawings. 19 2. Trench excavations are defined as unclassified. No additional payment shall be 20 granted for rock or other in -situ materials encountered in the trench. 21 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 22 and bracing in accordance with the Excavation Safety Plan. 23 4. The bottom of the excavation shall be firm and free from standing water. 24 a. Notify the City immediately if the water and/or the in -situ soils do not provide 25 for a firm trench bottom. 26 b. The City will determine if any changes are required in the pipe foundation or 27 bedding. 28 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 29 excavation shall not advance beyond the pipe placement so that the trench may be 30 backfilled in the same day. 31 6. Over Excavation 32 a. Fill over excavated areas with the specified bedding material as specified for 33 the specific pipe to be installed. 34 b. No additional payment will be made for over excavation or additional bedding 35 material. 36 7. Unacceptable Backfill Materials 37 a. In -situ soils classified as unacceptable backfill material shall be separated from 38 acceptable backfill materials. 39 b. If the unacceptable backfill material is to be blended in accordance with this 40 Specification, then store material in a suitable location until the material is 41 blended. 42 e. Remove all unacceptable material from the project site that is not intended to be 43 blended or modified. 44 8. Rock — No additional compensation will be paid for rock excavation or other 45 changed field conditions. 46 B. Shoring, Sheeting and Bracing CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised Jane 19, 20I3 3305 10-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 19 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish, put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety PIan and provide a revised submittal to the 11 City. 12 5. Do not allow soil, or water containing soil, to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's Iine and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C. Water Control 22 1. Surface Water 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water 26 a. Furnish all materials and equipment to dewater ground water by a method 27 which preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract 33 Documents 34 2) If in the sole judgment of the City, ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or 36 the installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions 46 discovered at the site, the contractor will be eligible to submit a change order. 47 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 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 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 19 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 ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) 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 1. 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 wall 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. e. 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 f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Lake Worth Trail Phase 1 A 1920 3305 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 19 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 h. Place pipe on the bedding according to the alignment shown on the Drawings. 5 i. The pipe line shall be within: 6 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 7 lines 8 j. Place and compact embedment material to adequately support haunches in 9 accordance with the pipe manufacturer's recommendations. 10 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 11 but not more than 12 inches, above the pipe. 12 1. Where gate valves are present, the initial backfill shall extend to up to the valve 13 nut. 14 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test may be performed by City to verify that the compaction of 17 embedment meets requirements. 18 o. Place trench geotextile fabric on top of the initial backfill. 19 p. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 32 price. 33 £ PIace pipe on the bedding according to the alignment shown on the Drawings. 34 g. The pipe line shall be within: 35 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 k. Where gate valves are present, the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 m. Density test may be performed by City to verify that the compaction of 47 embedment meets requirements. 48 n. Place trench geotextile fabric on top of the initial backfill. 49 o. Place marker tape on top of the trench geotextile fabric in accordance with 50 Section 33 05 26. CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 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 3305 10-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKF LL Page 14 of 19 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 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 in the Drawings. g. The pipe line shall be within f0.1 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 recommendations. 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. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. m. 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. 5. Storm 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. £ 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. h. The pipe line shall be within -L0.1 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Lake Worth Trail Phase ] A 1920 3305 10-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 19 1 k. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 1. PIace trench geotextile fabric on top of pipe and crushed rock. 4 6. Storm Sewer Reinforced Concrete Box 5 a. Crushed rock shall be used for bedding. 6 b. The pipe zone and the initial backfill shall be: 7 1) Crushed rock, or 8 2) Acceptable backfill material compacted to 95 percent Standard Proctor 9 density 10 c. Place evenly spread compacted bedding material on a firm trench bottom. 11 d. Spread bedding so that lines and grades are maintained and that there are no 12 sags in the storm sewer pipe line. 13 e. Provide firm, uniform bedding. 14 1) Additional bedding may be required if ground water is present in the 15 trench. 16 2) If additional crushed rock is required which is not specifically identified in 17 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 18 price. 19 f. Fill the annular space between multiple boxes with crushed rock, CLSM 20 according to 03 34 13. 21 g. Place pipe on the bedding according to the alignment of the Drawings. 22 h. The pipe shall be within _L0.1 inches of the elevation, and be consistent with the 23 grade, shown on the Drawings. 24 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 25 D698. 26 7. Water Services (Less than 2 Inches in Diameter) 27 a. The entire embedment zone shall be of uniform material. 28 b. Utility sand shall be generally used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Provide firm, uniform bedding. 31 c. Place pipe on the bedding according to the alignment of the Plans. 32 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 33 8. Sanitary Sewer Services 34 a. The entire embedment zone shall be of uniform material. 35 b. Crushed rock shall be used for embedment. 36 c. Place evenly spread bedding material on a firm trench bottom. 37 d. Spread bedding so that lines and grades are maintained and that there are no 38 sags in the sanitary sewer pipe line. 39 e. Provide firm, uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) Tf additional crushed rock is required which is not specifically identified in 43 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 44 price. 45 £ Place pipe on the bedding according to the alignment of the Drawings. 46 g. Place remaining embedment, including initial backfill, to a minimum of 6 47 inches, but not more than 12 inches, above the pipe. 48 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 330510-I6 UTILfI'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 19 1 i. Density test may be required to verify that the compaction meets the density 2 requirements. 3 E. Trench Backfill 4 1. At a minimum, place backfill in such a manner that the required in -place density 5 and moisture content is obtained, and so that there will be no damage to the surface, 6 pavement or structures due to any trench settlement or trench movement. 7 a. Meeting the requirement herein does not relieve the responsibility to damages 8 associated with the Work. 9 2. Backfill Material 10 a. Final backfill depth less than 15 feet 11 1) Backfill with: 12 a) Acceptable backfill material 13 b) Blended backfill material, or 14 c) Select backfill material, CSS, or CLSM when specifically required 15 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 16 1) Backfill depth from 0 to 15 feet deep 17 a) Backfill with: 18 (1) Acceptable backfill material 19 (2) Blended backfill material, or 20 (3) Select backfill material, CSS, or CLSM when specifically required 21 2) Backfill depth from 15 feet and greater 22 a) Backfill with: 23 (1) Select Fill 24 (2) CSS, or 25 (3) CLSM when specifically required 26 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 27 1) Backfill with: 28 a) Acceptable backfill material, or 29 b) Blended backfill material 30 d. Backfill for service lines: 31 1) Backfill for water or sewer service lines shall be the same as the 32 requirement of the main that the service is connected to. 33 3. Required Compaction and Density 34 a. Final backfill (depths less than 15 feet) 35 1) Compact acceptable backfill material, blended backfill material or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 37 moisture content within -2 to +5 percent of the optimum moisture. 38 2) CSS or CLSM requires no compaction. 39 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 40 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 41 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 42 moisture. 43 2) CSS or CLSM requires no compaction. 44 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 45 1) Compact acceptable backfill material blended backfill material, or select 46 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 47 moisture content within -2 to +5 percent of the optimum moisture. 48 4. Saturated Soils CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 330510-17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 19 1 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 2 optimum moisture content, the soils are considered saturated. 3 b. Flooding the trench or water jetting is strictly prohibited. 4 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 5 Appendix, Contractor shall proceed with Work following all backfill 6 procedures outlined in the Drawings for areas of soil saturation greater than 5 7 percent. 8 d. If saturated soils are encountered during Work but not identified in Drawings or 9 Geotechnical Report in the Appendix: 10 1) The Contractor shall: 11 a) Immediately notify the City. 12 b) Submit a Contract Claim for Extra Work associated with direction from 13 City. 14 2) The City shall: 15 a) Investigate soils and determine if Work can proceed in the identified 16 location. 17 b) Direct the Contractor of changed backfill procedures associated with 18 the saturated soils that may include: 19 (1) Imported backfill 20 (2) A site specific backfill design 21 5. Placement of Backfill 22 a. Use only compaction equipment specifically designed for compaction of a 23 particular soil type and within the space and depth Iimitation experienced in the 24 trench. 25 b. Flooding the trench or water setting is strictly prohibited. 26 c. Place in loose lifts not to exceed 12 inches. 27 d. Compact to specified densities. 28 e. Compact only on top of initial backfill, undisturbed trench or previously 29 compacted backfill. 30 f. Remove any loose materials due to the movement of any trench box or shoring 31 or due to sloughing of the trench wall. 32 g. Install appropriate tracking balls for water and sanitary sewer trenches in 33 accordance with Section 33 05 26. 34 6. Backfill Means and Methods Demonstration 35 a. Notify the City in writing with sufficient time for the City to obtain samples 36 and perform standard proctor test in accordance with ASTM D698. 37 b. The results of the standard proctor test must be received prior to beginning 38 excavation. 39 c. Upon commencing of backfill placement for the project the Contractor shall 40 demonstrate means and methods to obtain the required densities. 41 d. Demonstrate Means and Methods for compaction including: 42 1) Depth of lifts for backfill which shall not exceed 12 inches 43 2) Method of moisture control for excessively dry or wet backfill 44 3) Placement and moving trench box, if used 45 4) Compaction techniques in an open trench 46 5) Compaction techniques around structure 47 e. Provide a testing trench box to provide access to the recently backfilled 48 material. CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 3305 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 19 1 f. The City will provide a qualified testing lab full time during this period to 2 randomly test density and moisture continent. 3 1) The testing lab will provide results as available on the job site. 4 7. Varying Ground Conditions 5 a. Notify the City of varying ground conditions and the need for additional 6 proctors. 7 b. Request additional proctors when soil conditions change. 8 c. The City may acquire additional proctors at its discretion. 9 d. Significant changes in soil conditions will require an additional Means and 10 Methods demonstration. 11 3.5 REPAIR [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City c. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when 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: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 3305 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKPILL Page 19 of 19 1 f Make the excavation available for testing. 2 g. The City will determine the location of the test. 3 h. The City testing lab will provide results to Contractor and the City's Inspector 4 upon completion of the testing. 5 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 6 j. Test reports shall include: 7 1) Location of test by station number 8 2) Time and date of test 9 3) Depth of testing 10 4) Field moisture 11 5) Dry density 12 6) Proctor identifier 13 7) Percent Proctor Density 14 3. Density of Embedment 15 a. Storm sewer boxes that are embedded with acceptable backfill material, 16 blended backfill material, cement modified backfill material or select material 17 will follow the same testing procedure as backfill. 18 b. The City may test fine crushed rock or crushed rock embedment in accordance 19 with ASTM D2922 or ASTM 1556. 20 B. Non -Conforming Work 21 1. All non -conforming work shall be removed and replaced. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/2012012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 3305 14 - 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page I of 10 1 SECTION 33 0514 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 15 16 17 18 19 20 21 22 23 24 2. Division 1 — General Requirements 3. Section 32 01 17 — Permanent Asphalt paving Repair 4, Section 32 0129 — 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 10 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A. Measurement and Payment 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 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 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfiIl S) 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 3305 14 - 3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OT14FR STRUCTURES TO GRADE Page 3 of 10 1 c. The price bid shall include: 2 1) Pavement removal 3 2) Excavation 4 3) Hauling 5 4) Disposal of excess material 6 5) Structural modifications, grade rings or other adjustment device 7 6) Reuse of the existing manhole frame and cover 8 7) Furnishing, placing and compaction of embedment and backfill 9 8) Concrete base material 10 9) Permanent asphalt patch or concrete paving repair, as required 11 10) Clean-up 12 3. Manhole -Major Adjustment with Frame and Cover 13 a. Measurement 14 1) Measurement for this Item shall be per each adjustment requiring structural 15 modifications to raise or lower a manhole to a grade specified on the 16 Drawings or structural modifications for a manhole requiring a new frame 17 and cover, often for changes to cover diameter. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item will be paid for at the unit price bid per each "Manhole Adjustment, 21 Major w/ Cover" completed. 22 c. The price bid shall include: 23 1) Pavement removal 24 2) Excavation 25 3) Hauling 26 4) Disposal of excess material 27 5) Structural modifications, grade rings or other adjustment device 28 6) Frame and cover 29 7) Furnishing, placing and compaction of embedment and backfill 30 8) Concrete base material CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 10 1 9) Permanent asphalt patch or concrete paving repair, as required 2 10) Clean-up 3 4. Inlet 4 a. Measurement 5 1) Measurement for this Item shall be per each adjustment requiring structural 6 modifications to inlet to a grade specified on the Drawings. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item will be paid for at the unit price bid per each "Inlet Adjustment" 10 completed. 11 c. The price bid shall include: 12 1) Pavement removal 13 2) Excavation 14 3) Hauling 15 4) Disposal of excess material 16 5) Structural modifications 17 6) Furnishing, placing and compaction of embedment and backfilI 18 7) Concrete base material, as required 19 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 20 required 21 9) Clean-up 22 5. Valve Box 23 a. Measurement 24 l) Measurement for this Item shall be per each adjustment to a grade specified 25 on the Drawings. 26 b. Payment 27 l) The work performed and the materials furnished in accordance with this 28 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 29 completed. 30 c, The price bid shall include: CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 10 1 1) Pavement removal 2 2) Excavation 3 3) Hauling 4 4) Disposal of excess material 5 5) Adjustment device 6 6) Furnishing, placing and compaction of embedment and backfill 7 7) Concrete base material, as required 8 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 9 required 10 9) Clean-up 11 6. Cathodic Protection Test Station 12 a. Measurement 13 1) Measurement for this Item shall be per each adjustment to a grade specified 14 on the Drawings. 15 b. Payment 16 1) The work performed and the materials furnished in accordance with this 17 Item will be paid for at the unit price bid per each "Cathodic Protection 18 Test Station Adjustment" completed. 19 c. The price bid shall include: 20 1) Pavement removal 21 2) Excavation 22 3) Hauling 23 4) Disposal of excess material 24 5) Adjustment device 25 6) Furnishing, placing and compaction of embedment and backfill 26 7) Concrete base material, as required 27 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 28 required 29 9) Clean-up 30 7. Fire Hydrant CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 10 1 a. Measurement 2 1) Measurement for this Item shall be per each adjustment requiring stem 3 extensions to meet a grade specified by the Drawings. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with this 6 Item will be paid for at the unit price bid per each "Fire Hydrant Stem 7 Extension" completed. 8 c. The price bid shall include: 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 12 4) Disposal of excess material 13 5) Adjustment materials 14 6) Furnishing, placing and compaction of embedment and backfill 15 7) Concrete base material, as required 16 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 17 required 18 9) Clean-up 19 8. Miscellaneous Structure This Item is intendedfor a unique structure. Biel Item 20 should include details to identify the .s1)eci1ic siruc°ture (i.e. rlliscellraneous ,SIructur e 21 Adjustment, Sty. I+00) 22 a. Measurement 23 1) Measurement for this Item shall be per each adjustment requiring structural 24 modifications to said structure to a grade specified on the Drawings. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item will be paid for at the unit price bid per each "Miscellaneous Structure 28 Adjustment" completed. 29 c. The price bid shall include: 30 1) Pavement removal 31 2) Excavation CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 10 1 3) Hauling 2 4) Disposal of excess material 3 5) Structural modifications 4 6) Furnishing, placing and compaction of embedment and backfill 5 7) Concrete base material 6 8) Permanent asphalt patch or concrete paving repair, as required 7 9) Clean-up 8 1.3 REFERENCES 9 A. Definitions 10 1. Minor Adjustment 11 a. Refers to a small elevation change performed on an existing manhole where the 12 existing frame and cover are reused. 13 2. Major Adjustment 14 a. Refers to a significant elevation change performed on an existing manhole 15 which requires structural modification or when a 24-inch ring is changed to a 16 30-inch ring. 17 B. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. Texas Commission on Environmental Quality (TCEQ): 22 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.55 —Manholes and 23 Related Structures. 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 3305 14 - 8 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 8of10 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS 5 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 6 2.2 MATERIALS 7 A. Cast -in -Place Concrete 8 1. See Section 03 30 00. 9 10 13 14 15 16 17 18 19 20 21 22 23 24 B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 05 13, E. Backfill material 1. See Section 33 05 10. F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 33 04 11. H. Cast -in -Place Concrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manholes 1. See Section 33 39 20. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 33 05 I4 - 9 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 9 of 10 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXANIINATION 6 A. Verification of Conditions 7 1. Examine existing structure to be adjusted, for damage or defects that may affect 8 grade adjustment. 9 a. Report issue to City for consideration before beginning adjustment. 10 3.3 PREPARATION 11 A. Grade Verification 12 1. On major adjustments confirm any grade change noted on Drawings is consistent 13 with field measurements. 14 a. If not, coordinate with City to verify final grade before beginning adjustment. 15 3.4 ADJUSTMENT 16 A. Manholes, Inlets, and Miscellaneous Structures 17 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 18 30-inch frame and cover assembly per TCEQ requirement. 19 2. On manhole major adjustments, inlets and miscellaneous structures protect the 20 bottom using wood forms shaped to fit so that no debris blocks the invert or the 21 inlet or outlet piping in during adjustments. 22 a. Do not use any more than a 2-piece bottom. 23 3. Use the least number of grade rings necessary to meet required grade. 24 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 25 rings. 26 b. The maximum height of adjustment shall be no more than 12 inches for any 27 combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. 28 B. Valve Boxes CITY OF TORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 330514-10 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 10 of 10 1 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 2 the Drawings. 3 C. Backfili and Grading 4 1. Backfill area of excavation surrounding each adjustment in accordance to Section 5 3305 10. 6 D. Pavement Repair 7 1. If required pavement repair is to be performed in accordance with Section 32 01 17 8 or Section 32 0129. 9 10 11 12 13 14 15 16 17 18 19 20 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A —Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase 1A 1920 33 05 30 - 1 LOCATION OF EXISTING UTILITIES Page 1 of 6 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of: 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1— General Requirements 16 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 19 pill 21 22 23 24 25 26 27 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 l) 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 "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 6 1 1) Grade survey 2 2) Pavement removal 3 3) Excavation 4 4) Utility Location 5 5) Hauling 6 6) Disposal of excess material 7 7) Furnishing, placing and compaction of embedment 8 8) Furnishing, placing and compaction of backfill 9 9) Clean-up 10 10) Surface restoration 11 2. Vacuum Excavation of Existing Utilities 12 a. Measurement 13 1) Measurement for this Item shall be per each excavation performed as 14 identified in the Drawings, or as directed. 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 bid per each "Vacuum Excavation" specified. 19 c. The price bid shall include: 20 1) Grade survey 21 2) Pavement removal 22 3) Vacuum Excavation 23 4) Utility Location 24 5) Hauling 25 6) Disposal of excess material 26 7) Furnishing, placing and compaction of embedment 27 8) Furnishing, placing and compaction of backfill 28 9) Clean-up 29 10) Surface restoration CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 6 1 1.3 REFERENCES 2 A. Definitions 3 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method 4 used to locate existing underground utility as shown on the plans through the use of 5 standard excavation equipment. 6 2. Vacuum Excavation: Method used to locate existing underground utility as shown 7 on the plans through the use of geophysical prospecting equipment such as vacuum 8 excavation. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. American Society of Civil Engineers (ASCE) 14 a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and 15 Depiction of Existing Subsurface Utility Data) 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Coordination 18 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 19 Exploratory Excavation of Existing Utilities. 20 2. Coordinate location of all other existing utilities within vicinity of excavation prior 21 to commencing Exploratory Excavation. 22 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 23 commencement. 24 B. Sequencing 25 1. Exploratory Excavations shall be conducted prior to the construction of the entire 26 project. 27 C. Scheduling 28 1. For critical utility locations, the City may choose to be present during excavation. 29 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 30 City personnel. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 33 05 30 - 4 LOCATION OF EXISTING UTILITIES Page 4 of 6 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS 4 A. Report of Utility Location 5 1. Horizontal location of utility as surveyed 6 2. Vertical elevation of utility as surveyed 7 a. Top of utility S b. Spring line of utility 9 c. Existing ground 10 3. Material type, diameter and description of the condition of existing utility 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION 20 A. Verification of Conditions 21 1. Verify location of existing utilities in accordance with the General Requirements, 22 the General Notes and the Drawings. 23 3.3 PREPARATION 24 A. Coordinate with City Survey, if applicable. CITY Or FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 1920 Revised December 20, 2012 330530-5 LOCATION OF EXISTING UTILITIES Page 5 of 6 1 3.4 INSTALLATION 2 A. Exploratory Excavation 3 1. Verify location of existing utility at location denoted on the Drawings, or as 4 directed by the City. 5 a. Expose utility to spring line, as necessary. 6 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 7 with Section 33 05 10, S B. Vacuum Excavation 9 1. Verify location of existing utility at Iocation denoted on the Drawings, or as 10 directed by the City. 11 2. Designate the horizontal position of the existing underground utilities that are to be 12 located using geophysical prospecting equipment. 13 a. Acquire record documentation from and coordinate with utility companies, as 14 necessary to locate utility. 15 3. Perform excavation in general accordance with the recommended practices and 16 procedures described in ASCE Publication Cl/ASCE 38. 17 C. Upon completion of the utility locating, submit a report of the findings. 18 D. If location of utility is in conflict with the Drawings, notify the City Project Manager 19 for appropriate design modifications. 20 E. Place embedment and backfill in accordance with Section 33 05 10. 21 F. Once necessary data is obtained, immediately restore surface to existing conditions to: 22 1. Obtain a safe and proper driving surface, if applicable 23 2. Ensure the safety of the general public 24 3. The satisfaction of the City 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised December 20, 2012 33 05 30 - 6 LOCATION OF EXISTING UTILITIES Page 6 of 6 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 0 9 10 11 12 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/2p12012 D. 7ohnson 1.2 —Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Lake Worth Trail Phase IA 1920 33 12 10 - 1 WATER SERVICES I ANCH TO 2-INCH Page 1 of 25 1 SECTION 33 12 10 2 WATER SERVICES 1-INCH TO 2-INCH 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- 7 way, fittings and water meter boxes complete in place, as shown on the Drawings, 8 directed by the Engineer, and specified herein for: 9 a. New Water Service 10 b. New Water Service (Bored) 11 c. Water Meter Service Relocate 12 d. Private Water Service 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Products Installed but not Furnished Under this Section 16 1. Water meters for various sizes 17 D. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 3. Section 33 05 10— Utility Trench Excavation, Embedment and Backfill 21 4. Section 33 12 25 — Connection to Existing Water Mains 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. New Water Service 25 a. Measurement CITY OF FORT WORTH Lake Worth Trail Phase ]A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 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 33 12 10-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 25 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a) 1" Water Services 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 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS Revised June 19, 2013 Lake Worth Trail Phase 1A 1920 331210-3 WATER SERVICES 1-INCH TO 24NCH Page 3 of25 1 1) Measurement for this Item shall be per each new Water Service complete in 2 place from the tap of the main to the installation of the meter box and 3 associated appurtenances where the service line is installed by trenchless 4 method. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" will be paid for at the unit 8 price bid per each "Bored Water Service" installed for: 9 a) 1" Water Services 10 c. The price bid shall include: 11 1) Submitting product data 12 2) Tapping saddle 13 3) Corporation stop 14 4) Curb stop 15 5) Fittings 16 6) Service line installed by trenchless method 17 7) Connection to meter 18 8) Meter Box and Lid 19 9) Pavement removal 20 10) Excavation 21 11) Hauling 22 12) Disposal of excess material 23 13) Surface restoration associated with Meter Box installation and connection, 24 excluding grass (seeding, sodding or hydro -mulch paid separately) 25 14) Clean-up 26 15) Disinfection 27 16) Testing 28 3. Water Meter Service Reconnect 29 a. Measurement CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 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 3312I0-4 WATER SFRVICFS 1-INCH TO 2-INCH Page 4 of 25 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service, Reconnection" installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro -mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Lake Worth Trail Phase I 1920 33 12 10 - 5 WATER SERVICES I -INCH TO 2-INCH Page 5 of 25 1 1) Measurement for this Item shall be per Iinear foot of Private Service 2 relocation complete in place from the meter box to a connection to the 3 existing service line on private property. 4 b. Payment 5 1) The work performed in conjunction with Private ,Service Line installation 6 where the meter and meter boxes are moved more than 5 feet in any 7 direction from centerline of existing meter location and materials furnished 8 in accordance with the Item and measured as provided under 9 "Measurement'' will be paid for at the unit price bid per linear foot of 10 "Private Water Service" performed for: 11 a) Various service sizes 12 c. The price bid shall include: 13 1) Obtaining appropriate permit 14 2) Obtaining Right of Entry 15 3) Submitting product data 16 4) Private service line 17 5) Fittings 18 6) Backflow preventer, check valve, and isolation valve relocation, if 19 applicable 20 7) Connection to existing private service line 21 8) Pavement removal and replacement 22 9) Excavation 23 10) Hauling 24 11) Disposal of excess material 25 12) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid 26 separately) 27 13) Clean-up 28 14) Cleaning 29 15) Disinfection 30 16) Testing CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 331210-6 WATER SERVICES l-INCH TO 2-INCH Page 6 of 25 1 1.3 REFERENCES 2 A. Definitions 3 1. New Service 4 a. Installation of new 1-inch to 2-inch Water Service Line by open cut 5 construction from the water main to the right-of-way, including corporation 6 stop, curb stop, fittings and water meter boxes complete in place, as shown on 7 the Drawings. 8 2. New Service (Bored) 9 a. Installation of new 1-inch to 2-inch Water Service Line by trenchless 10 construction method from the water main to the right-of-way, including 11 corporation stop, curb stop, fittings and water meter boxes complete in place, as 12 shown on the Drawings. 13 3. Meter Service Reconnection 14 a. Relocation and reconnection of the private service line from an existing meter 15 to be abandoned and a new meter installed that lies within 5 feet of the existing 16 meter. 17 4. Private Service Relocation 18 a. Relocation and reconnection of private service line behind the water meter 19 where the existing meter to be abandoned and the new meter installed is greater 20 than 5 feet of the existing meter. A licensed plumber is required to relocate the 21 private service. 22 5. Lead-free 23 a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 24 percent lead in accordance with the reduction of Lead in Drinking Water Act 25 (P.L. 111-380). 26 B. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. ASTM International (ASTM): 31 a. A48, Standard Specification for Gray Iron Castings. 32 b. A536, Standard Specification for Ductile Iron Castings. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 7 WATER SERVICES I4NCH TO 2-INCH Page 7 of 25 1 c. B88, Standard Specification for Seamless Copper Water Tube. 2 d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. 3 e. C131, Standard Specification for Resistance to Degradation of Small -Size 4 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 5 f. C 150, Standard Specification for Portland Cement. 6 g. C330, Standard Specification for Lightweight Aggregates for Structural 7 Concrete. 8 h. D883, Standard Terminology Relating to Plastics. 9 3. American Water Works Association (AWWA): 10 a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. 11 b. C800, Underground Service Line Valves and Fittings. 12 4. NSF International (NSF): 13 a. 61, Drinking Water System Components - Health Effects. 14 5. Reduction of Lead in Drinking Water Act 15 a. Public Law 111-380 (P.L. 111-380) 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Scheduling 18 1. Provide advance notice for service interruptions and meet requirements of Division 19 0 and Division 1. 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery. 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 24 A. Product Data, if applicable: 25 1. Tapping Saddle 26 2. Corporation stop 27 3. Curb Stop CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 331210-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 25 1 4. Service Line 2 5. Meter Box 3 6. Meter Box Lid 4 B. Certificates and Test Reports 5 1. Prior to shipment of any Water Service components, the manufacturer shall submit 6 the following: 7 a. A Certificate of Adequacy of Design stating that the components to be 8 furnished comply with all regulatory requirements identified in this Section 9 including: 10 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 11 2) AWWA C800 12 3) NSF 61 13 1.9 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Qualifications 17 1. Manufacturers 18 a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 19 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the 20 requirements of this Specification. 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Storage and Handling Requirements 23 1. Protect all parts such that no damage or deterioration will occur during a prolonged 24 delay from the time of shipment until installation is completed and the units and 25 equipment are ready for operation. 26 2. Protect all equipment and parts against any damage during a prolonged period at the 27 site. 28 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 29 extremes in temperature. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33I210-9 WATER SERVICES I -INCH TO 2-INCH Page 9 of25 1 4. Secure and maintain a location to store the material in accordance with Section 01 2 6600. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED PRODUCTS 7 A. Water meters for various sizes 8 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 9 A. Manufacturers 10 1. Only the manufacturers as listed on the City's Standard Products List will be 11 considered as shown in Section 0160 00. 12 a. The manufacturer must comply with this Specification and related Sections. 13 2. Any product that is not listed on the Standard Products List is considered a 14 substitution and shall be submitted in accordance with Section 01 25 00. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Lake Worth Trail Phase IA 1920 3312 10-10 WATER SERVICES I -INCH TO 2-INCH Page 10 of 25 1 b. Furnish in the annealed conditions, unless otherwise specified in the Contract 2 Documents. 3 2. Service Couplings 4 a. Fitting Ends 5 1) Flared Copper Tubing with thread dimensions per AWWA C800 6 2) Provide coupling nuts with a machined bearing skirt of a length equal to the 7 tubing outer diameter (O.D.). 8 b. Provide with hexagonal wrench grip compatible with the coupling size. 9 c. Provide lead-free service couplings in accordance with the Reduction of Lead 10 in Drinking Water Act. 11 3. Corporation stops 12 a. Provide brass castings per AWWA C800 for: 13 1) Bodies 14 2) Plugs 15 3) D washers 16 4) Bottom nuts 17 b. Machining and Finishing of Surfaces 18 1) Provide 1 Y4 inch per foot or 0.1458 inch per inch f 0.007 inch per inch 19 taper of the seating surfaces for the key and body. 20 2) Reduce large end of the tapered surface of the key in diameter by chamfer 21 or turning for a distance that will bring the largest end of the seating surface 22 of the key into the largest diameter of the seating surface of the body. 23 3) Relieve taper seat in the body on the small end. 24 4) Extend small end of the key there -through to prevent the wearing of a 25 shoulder and facilitate proper seating of key. 26 5) Design key, key nut and washer such that if the key nut is tightened to 27 failure point, the stem end of the key shall not fracture. 28 6) Design nut and stem to withstand a turning force on the nut of at least 3 29 times the necessary effort to properly seat the key without failure in any 30 manner. 31 7) Port through corporation stop shall be full size to eliminate turbulence in 32 the flow way. CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 331210-I1 WATER SERVICES 1-INCH TO 24NCH Page 11 of 25 1 8) Design stop for rotation about the axis of the flow passageway inside the 2 following minimum circles in order to properly clear the tapping machine: 3 a) Two 7/8-inch for I -inch corporation stops 4 b) Four 15/16-inch for I %z -inch and 2-inch corporation stops 5 c. Provide lead-free corporation stops in accordance with the Reduction of Lead 6 in Drinking Water Act. 7 4. Curb Stops 8 a. Provide brass castings per AWWA C800. 9 b. Valve plugs shall be: 10 1) Cylinder type 11 2) Plug type, or 12 3) Ball type 13 c. Incorporate full flow porting. 14 d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. 15 e. Overall Length 16 1) 3-5/16 inch ± 1/8 inch for 1-inch diameter 17 2) 4-1/32 inch + 9.32 for 1-inch diameter 18 £ Cylindrical Plug Type 19 1) Provide O-ring seal at top and bottom. 20 a) O-ring at top only is acceptable if bottom of curb stop body is closed. 21 2) Seals shall be Buna N. 22 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to 23 effectively seal in the closed position. 24 4) The port in the plug shall provide a straight through, full size flow way, so 25 shaped as to eliminate turbulence. 26 5) All waterways shall be smooth and free of burrs or rough areas. 27 6) Design the curb stop to provide ease and accuracy of operation and positive 28 shut-off of water. 29 g. Tapered Plug Type 30 1) Provide 0-ring seal at top and bottom. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of25 1 2) The tapered plug and cylindrical recess in the valve body shall be machined 2 to match within approved manufacturing tolerances. 3 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- 4 shaped seal rings backed with 0-rings. 5 4) The port in the plug shall provide a straight through, full size now way, so 6 shaped as to eliminate turbulence. 7 5) All waterways shall be smooth and free of burrs or rough areas. 8 6) Design the curb stop to provide ease and accuracy of operation and positive 9 shut-off of water. 10 h. Ball Plug Type 11 1) Provide double O-ring seals on the stem. 12 2) The ball shall seal against rubber rings mounted in the valve body at the 13 inlet and outlet ports. 14 3) The ball shall be bronze with a smooth Teflon coating. 15 4) The port in the plug shall provide a straight through, full size flow way, so 16 shaped as to eliminate turbulence. 17 5) All waterways shall be smooth and free of burrs or rough areas. 18 i. Provide lead-free curb stops in accordance with the Reduction of Lead in 19 Drinking Water Act. 20 5. Straight Adapters 21 a. Brass castings and threads per AWWA C800 22 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in 23 Drinking Water Act. 24 6. Three Part Copper Unions 25 a. Brass castings and threads per AWWA C800 26 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction 27 of Lead in Drinking Water Act. 28 7. Straight Meter Couplings 29 a. Brass castings per AWWA C800 30 b. Threads per AWWA C700 31 c. Tailpiece with outside iron pipe thread CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of25 1 d. Chamfer corners on threaded end of meter nut. 2 e. Machine inside and outside of tailpiece. 3 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of 4 Lead in Drinking Water Act. 5 8. Branch Connections 6 a. Brass castings per AWWA C800 7 b. Inlet and outlet connections per AWWA C900 8 c. Provide lead-free branch connections in accordance with the Reduction of Lead 9 in Drinking Water Act. 10 9. Service Saddles 11 a. Castings 12 1) Brass or Nylon coated ductile iron castings per AWWA C800 13 2) Free of porosity with sharp edges removed 14 3) Fit contour of pipe as follows: 15 16 17 18 19 Nominal Pipe Size (inches) Minimum Outside Diameter of Pipe (inches) Maximum Outside Diameter of Pipe (inches) 1.50 1.900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 10.00 11.100 11.400 4) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 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 33 12 10-14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 25 5) 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) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that %2 inch remains after clamp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads. 6) The threads shall be full and free from shear. 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and smaller. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 '/2-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Lake Worth Trail Phase IA 1920 331210-15 WATER SERVICES t-INCH TO 2-INCH Page 15 of 25 1 2) Lap key and body seat are to conform to corporation stop requirements of 2 this Specification. 3 3) The outlet flange shall contain an 0-ring seat or a uniform flat drop -in 4 flange gasket surface. 5 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled 6 circular about the axis of the flange. 7 5) The size of the outlet flange and the diameter and spacing of the bolt holes 8 shall conform to AWWA C700. 9 6) The flange on 2-inch angle valves shall be double drilled to permit 10 connection to 1 %2 -inch meters. 11 7) The inlet port of the valve shall be tapered to conform to AWWA C800 12 taper pipe thread. 13 8) The key cap shall include a wrenching We marked with a raised or recessed 14 arrow to show whether the valve is open or closed. 15 9) Valve Assembly (main body, key, key cap) 16 a) Brass material per AWWA C800 17 b) 0-ring seal on the top of the key between the key and body seat 18 c) Key cap shall complete the assembly by attaching to the key by means 19 of a strong bronze pin with phosphor bronze spring washer(s) 20 depressed between the key cap and the top of the valve main body. 21 d) Provide with padlock wings for locking the valve in the closed position. 22 e) There shall be a uniform application of cold water valve grease 23 between the body and the key. 24 f) The valve shall be capable of being easily opened and stopping lugs. 25 g) The waterway through the valve shall be smooth and rounded for 26 minimum pressure loss, and shall be free of burrs or fins. 27 h) The valve shall be strong, well designed, neat in appearance, water- 28 tight and entirely adequate for the intended purpose. 29 i) Provide with either a high quality rubber drop -in gasket or an 0-ring 30 seal depending on the manufacturer's flange seal surface design choice. 31 e. Provide lead-free brass flanged angle valves in accordance with the Reduction 32 of Lead in Drinking Water Act. 33 11. Meter Boxes shall: CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 331210-16 WATER SERVICES I -INCH TO 2-INCH Page 16 of 25 1 a. Be constructed of: 2 1) Linear Medium Density Polyethylene (LMDPE) as defined in 3 ASTM D883. 4 a) Minimum wall thickness of 3/8-inch throughout with no blowing 5 agents or foaming plastics 6 b) Polymer body shall be black throughout and shall have a molded 7 recycled emblem with a minimum of 35 percent Post Industrial/ Pre 8 Consumer Recycled Content- verified with a Leed Product 9 Documentation. 10 c) Smooth edges and comers and be free from sharp edges so the unit can 11 be handled safely without gloves. 12 d) Exterior free from seams or parting lines 13 e) Not to be installed in roadway — designed to withstand loading in non- 14 deliberate and incidental traffic only. 15 2) Concrete 16 a) Frame of No. 6 gauge wire welded closed 17 b) Type I or Type II Portland cement, in accordance with ASTM C150, 18 portioned with lightweight aggregate, in accordance with ASTM C330 19 (1) Percentage of wear not to exceed 40 per ASTM C 131 20 (2) Minimum 28 day compressive strength of 3,000 psi 21 b. Be able to withstand a minimum 15,000 pounds vertical load 22 c. Withstand a minimum 400 pounds sidewall load. 23 d. 1-inch Standard Meter Box 24 1) For use with services utilizing 5/8-inch x 1/4-inch, 3/4-inch or 1-inch meter 25 Single or Dual service meter: DI W38C1PS-14-BODY or approved equal. 26 2) Polymer 27 a) Size: 21-1/2-inch x 20-1/2-inch Box, 14 inches high 28 b) Minimum inside working room: 19-1/2-inch x 16-1/2-inch 29 c) Pipe slots 30 (1) One pipe slot molded on the inlet end of the body that measures 2- 31 1/4-inch x 3-1/4-inch and one pipe slot on the outlet end of the 32 body that measures for 7-1/2-inch center "U" Branch. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 25 1 d) Polymer body shall have a 1-inch bottom flange to resist settling of box 2 after installation. 3 3) Concrete 4 a) Size: 11-inch x 18-inch Box, 12 inches high 5 e. 2-inch Standard Meter Box 6 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter: 7 DFW1730C-12-BODY or approved equal. 8 2) Polymer 9 a) Size: 34-1/8-inch x 21-1/4-inch Box, 12 inches high 10 b) Minimum inside working room: 31-3/4-inch x 16-5/16-inch 11 c) Pipe Slots 12 (1) One pipe slot molded on each end of body that measures 3-inch x 13 4-inch with optional molded 4-inch x 9-inch cut out. 14 d) Polymer body shall have a molded 1/2-inch bow centered on sidewall to 15 resist backfilling per Drawings. 16 e) Polymer body shall have a 2-1/2-inch bottom flange to resist settling of 17 box after installation. 18 3) Concrete 19 a) Size: 15-1/4-inch x 26-7/8-inch Box, 12 inches high 20 f. Bullhead Standard Meter Box 21 1) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1-ineb 22 Single service meter: DFW37C-12-BODY or approved equal 23 2) Polymer 24 a) Size: 21-inch x 14-3/4-inch, 12 inches high 25 b) Minimum inside working room: 19-1/8-inch x 10-7/16-inch 26 c) Pipe Slots 27 (1) One pipe slot molded on each end of body that measures 2-1/4-inch 28 x 3-1/4-inch. 29 d) Polymer body shall have a I -inch bottom flange to resist settling of box 30 after installation. 31 3) Concrete CITY OF FORT WORTH Lake worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 18 WATER SERVICES 1-INCH TO 2-INCH Page 18 of 25 1 a) Size: 15-5/8-inch x 15-5/8-inch Box, 12 inches high 2 12. Meter Box Lid 3 a. Cast Iron or Ductile Iron 4 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 5 2) Shall withstand a minimum vertical load of 15,000 pounds 6 3) Coat castings with a bituminous emulsified asphalt unless otherwise 7 specified in the Contract Documents, ground smooth, and cleaned with shot 8 blasting, to get a uniform quality free from strength defects and distortions. 9 4) Dimensions shall be within industry standards of ± 1/ 16 inch per foot. 10 5) All castings will bear the Manufacturer's IS (name or logo) and Country of 11 Origin. 12 6) Casting weights may vary ±5 percent from drawing weight per industry 13 standards. 14 b. Plastic 15 1) The lid shall be: 16 a) Constructed of Engineered Plastic as defined in ASTM D883 17 (1) Polymer Lid shall be black throughout and shall have a molded 18 recycled emblem with a minimum of 50 percent Post Consumer 19 Recycled and 50 percent Post Industrial/ Pre Consumer Recycled 20 Content- verified with a Leed Product Documentation. 21 (2) Polymer Lid shall be black throughout with no blowing agents or 22 foaming plastics 23 (3) Smooth edges and corners and be free from sharp edges so the unit 24 can be handled safely without gloves. 25 (4) Exterior free from seams or parting lines. 26 (5) Polymer lid shall have a molded tread -pattern- tread dimensions 27 shall be .188-inch x .938-inch x .150-inch deep. 28 (6) Polymer Lid shall have "City of Fort Worth" molded into the lid. 29 (7) Polymer lid shall have "Water Meter" molded into the lid- Font 30 shall be std Fadal CNC font with 1-inch characters x .150-inch 31 deep. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 19 WATER SERVICES I -INCH TO 2-INCH Page 19 of 25 1 (8) Polymer Lid shall have a molded pick hole pocket- dimensions 2 shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 3 stainless steel rod. 4 (9) Polymer lid shall have 2 pieces of 1/2-inch rebar located in lid 5 pockets for locatability as shown in Drawings. 6 b) Domestic Manufacture Only -Made in USA molded on Lid. 7 c) Not to be installed in roadway -designed to withstand loading in non- 8 deliberate and incidental traffic only. 9 d) Able to withstand a minimum 15,000 pounds vertical load 10 e) Engineered Plastic with ultraviolet protection. 11 2) 1-inch Standard Plastic Meter Box Lid 12 a) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch 13 meter Single or Dual service meter: DFW38C-IEPA FTW-LID or 14 approved equal. 15 b) Size: 18-inch x 17-inch, 2 inches high 16 c) For use with Class A Standard Meter Box DFW38CIPS-14-BODY or 17 approved equal. 18 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 19 top edge of the meter box. 20 3) 2-inch Standard Plastic Meter Box Lid 21 a) For use with services utilizing 1-1/2-inch or 2-inch Single service 22 meter: DFW1 730C- I EPA FTW-LID or approved equal. 23 b) Size: 34-1/8-inch x 21-1/4-inch, 12 inches high 24 c) For use with Class B Standard Meter Box DFW 1 730C- 1 2-BODY or 25 approved. 26 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 27 top edge of the meter box. 28 4) Bullhead Standard Plastic Meter Box Lid 29 a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1- 30 inch Single service meter: DFW37C-IEPA FTW-LID or approved 31 equal. 32 b) Size: 17-3/4-inch x 11-inch, 1-3/4 inches high CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 20 WATER SERVICES 1-INCH TO 2-INCH Page 20 of 25 1 c) For use with Class C Standard Meter Box DFW37C-12-BODY or 2 approved equal. 3 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 4 top edge of the meter box. 5 13. Horizontal Check Valve 6 a. Equip 1 '/2-inch and 2-inch Water Services with a horizontal check valve, with 7 pipe plug, only if specified in the Drawings. 8 b. If an existing backflow preventer is present, the Contractor is to leave it, and is 9 not required to provide an additional horizontal check valve. 10 c. Provide lead-free horizontal check valves in accordance with the Reduction of 11 Lead in Drinking Water Act. 12 14. Service Marker 13 a. 3 inch wide, 5 mil blue vinyl tape 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Tests and Inspections 17 1. At the City's option, the manufacturer shall be required to provide certification 18 records showing conformance of materials, design and testing to these 19 Specifications. 20 2. The test procedures shall conform to AWWA C800. 21 a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the 22 test shall be at the expense of the supplier. 23 b. Proof testing of the remainder of the valves shall be at the cost and 24 responsibility of the supplier. 25 c. These tests will be the basis of acceptance or rejection of the remainder of the 26 shipment by the City. 27 3. The City reserves the right to select products at random for testing. The failure of 28 materials to conform to the applicable Specification may result in the rejection of 29 the entire shipment. 30 B. Marking CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 21 WATER SERVICES 1-INCH TO 2-INCH Page 21 of 25 1 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon 2 showing: 3 a. Manufacturer's name 4 b. Type 5 C. Size of Pipe 6 PART 3 - EXECUTION 7 3.1 INSTALLERS 8 A. A licensed plumber is required for installations on the outlet side of the service meter. 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. General 13 1. Install Water Services and appurtenances in accordance with AWWA C800. 14 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 15 feet or wider, or where shown on Drawings. 16 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless 17 otherwise shown on the Drawings. 18 4. Install services at a minimum depth of 36 inches below final grade/proposed top of 19 curb, unless otherwise specified in the Contract Documents, 20 5. Perform leak tests in accordance with Section 33 04 40. 21 6. Replace existing 3/a-inch Service Lines with 1-inch new Service Line, tap, and 22 corporation. 23 7. Install replaced or relocated services with the service main tap and service line 24 being in line with the service meter, unless otherwise directed by the City. 25 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 26 B. Handling 27 1. Haul and distribute Service Lines fittings at the project site and handle with care to 28 avoid damage. CITY OF FORT WORTH bake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised Jmie 19, 2013 33 12 10 - 22 WATER SERVICES l-INCH TO 2-INCH Page 22 of 25 1 a. Inspect each segment of Service Line and reject or repair any damaged pipe 2 prior to lowering into the trench. 3 b. Do not handle the pipe in such a way that will damage the pipe. 4 2. At the close of each operating day: 5 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 6 the laying operation. 7 b. Effectively seal the open end of the pipe using a gasketed night cap. 8 C. Service Line Installation 9 1. Service Taps 10 a. Only ductile iron pipe may be directly tapped. 11 b. Install service taps and/or tap assemblies of the specified size as indicated on 12 the Drawings, or as specified by the Engineer. 13 c. Perform taps on a water system that is either uncharged or under pressure. 14 d. Taps consist of - is 1) For Concrete Pressure Pipe or Steel Pipe 16 a) Standard internal pipe threaded holes in the pipe walls 17 (1) Made during pipe fabrication is (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 19 2-inch. 20 (3) Provide flange outlet with flange to thread insulator adaptor kits for 21 4-inch and larger taps. 22 2) Other pipe materials 23 a) Bronze service clamp with a sealed, threaded port through which the 24 pipe wall is drilled to complete a service port 25 e. Tap Assemblies 26 1) Consist of corporation stop with iron to copper connection attached to: 27 a) Copper tubing terminating as shown on the City's Standard Detail 28 b) May be required adjacent to gate valves 29 c) Install as shown on the Drawings, or as directed by the Engineer. CITY OF PORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 23 WATER SERVICES 1-INCH TO 2-INCH Page 23 of 25 1 d) When required, shall be included in the unit price bid for installing gate 2 valve. 3 2) Chlorination and testing purposes 4 a) No separate payment will be made for taps required for testing and 5 chlorination. 6 2. Installation of Water Services 7 a. Install tap and Service Line in accordance with City Details. 8 b. Install meter box in accordance with City Details. 9 1) Adjustment of the Service Line to proper meter placement height shall be 10 considered as part of the Meter Box installation. 11 3. Trenching 12 a. Provide a trench width sufficiently wide to allow for 2 inches of granular 13 embedment on either side of the Service Line. 14 4. Bored Services 15 a. Services shall be bored utilizing a pilot hole having a diameter %z inch to 1/4 16 inches larger than the Service Line. 17 5. Arrangement 18 a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and 19 other associate appurtenances as shown in the City Detail, and to the approval 20 of the Engineer. 21 6. Service Marker 22 a. When Meter Box is not installed immediately subsequent to service installation: 23 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the 24 service and extending through the backfill approximately 6 inches above 25 ground at the Meter Box location. 26 b. Installation of service taps only: 27 1) Attach service marker tape to the corporation stop or plug and extend 28 upward and normal to the main through the backfill at the adjacent trench 29 edge to at least 6 inches above ground to flag the tap location. 30 7. Corporation. stops 31 a. Fully open corporation stop prior to backfill. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 10 - 24 WATER SERVICES 1-INCH TO 2-INCH Page 24 of 25 1 D. Removal of Existing Water Meters 2 1. Remove, tag and collect existing Water Service meter for pickup by the City for 3 reconditioning or replacement. 4 2. After installation of the Water Service in the proposed location and receipt of a 5 meter from the City inspector, install the meter. 6 3. Reset the meter box as necessary to be flush with existing ground or as otherwise 7 directed by the City. 8 4. All such work on the outlet side of the service meter shall be performed by a 9 licensed plumber. 10 3.5 REPAIR I RESTORATION [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 FIELD [oR] SITE QUALITY CONTROL 13 A. Field Tests and Inspections 14 1. Check each Water Service installation for leaks and full flow through the curb stop 15 at the time the main is tested in accordance with Section 33 04 40. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 l2 l0 - 25 WATER SERVICES 1-INCH TO 2-INCH Page 25 of 25 Revision Log DATE NAME SUMMARY OF CHANGE Added Blue Text for clarification 1.2 A. — Revision to items included in price bid Specification modified to be in accordance with the Reduction of bead in Drinking 12/20/2012 D. Johnson Water Act — All materials shall be lead free in accordance with this Act. 1.2.A.3 — Water Meter Service Relocate was renamed Water Meter Service Reconnect 1,6.13, -- added certification submittals for compliance with regulatory requirements Added the phrase `, including grass' to lines; Part 1, 1.2.A.1.e.14, Partl, 1.2.A.2.c.13, Part 1, 1.2,A.2.c,13, Part 1,1.2.A.3.c.11, 2/13/2013 F. Griffin Partl, 1.2.A.4.c.11 Added the phrase `and replacement' to line Part 1,1,2,A.4.e.7 Revised lines with `including grass' replacing with `excluding grass (seeding, sodding or hydromulching paid separately)' 4/26/2013 F. Griffin Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11 1.2.A.4.c — Addition of private water service appurtenances relocation to being 6/19/2013 D. Johnson included in the linear foot price of private water services CITY OF FORT WORTH Lake Worth Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised June 19, 2013 33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS Page I of I I 1 SECTION 33 12 25 2 CONNECTION TO EXISTING WATER MAINS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Installing a tapping sleeve and valve 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to- 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2, Division 1 —General Requirements 16 3. Section 33 04 40 —Cleaning and Acceptance Testing of Water Mains 17 4. Section 33 05 10 --- Utility Trench Excavation, Embedment and Backfill 18 5. Section 33 05 30 — Location of Existing Utilities 19 6. Section 33 1105 — Bolts, Nuts, and Gaskets 20 7. Section 33 11 10 —Ductile Iron Pipe 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Connection to an existing unpressurized Fort Worth Water Distribution System 24 Main that does not require the City to take part of the water system out of service 25 a. Measurement CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 11 1 1) This Item is considered subsidiary to the water pipe being installed. 2 b. Payment 3 1) The work performed and the materials furnished in accordance with this 4 Item are subsidiary to the unit price bid per linear foot of water pipe 5 complete in place, and no other compensation will be allowed. 6 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 7 that requires a shutdown of some part of the water system 8 a. Measurement 9 1) Measurement for this Item shall be per each connection completed. 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 "Connection to Existing 13 Water Main" installed for: 14 a) Various sizes of existing water distribution main 15 c. The price bid shall include all aspects of making the connection including, but 16 not limited to: 17 1) Preparing submittals 18 2) Dewatering 19 3) Exploratory excavation (as needed) 20 4) Coordination and notification 21 5) Remobilization 22 6) Temporary lighting 23 7) Polyethylene encasement 24 8) Make-up pieces 25 9) Linings 26 10) Pavement removal 27 11) Excavation 28 12) Hauling 29 13) Disposal of excess material 30 14) Clean-up CITY OF FORT WORTII Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 11 1 15) Cleaning 2 16) Disinfection 3 17) Testing 4 3. Connection to an existing pressurized Fort Worth Water Distribution System Main 5 by Tapping Sleeve and Valve: 6 a. Measurement 7 1) Measurement for this Item shall be per each connection completed. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each "Tapping Sleeve and 11 Valve" installed for: 12 a) Various sizes of connecting main 13 b) Various sizes of existing water distribution main 14 c. The price bid shall include all aspects of making the connection including, but 15 not limited to: 16 1) Preparing submittals 17 2) Dewatering 18 3) Exploratory excavation (as needed) 19 4) Coordination and notification 20 5) Tapping Sleeve and Tapping Valve 21 6) Remobilization 22 7) Temporary lighting 23 8) Polyethylene encasement 24 9) Make-up pieces 25 10) Linings 26 11) Pavement removal 27 12) Excavation 28 13) Hauling 29 14) Disposal of excess material CITY OF FORT WORTH Lake Worlh Trail Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 11 1 15) Clean-up 2 16) Cleaning 3 17) Disinfection 4 18) Testing 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. American Society of Mechanical Engineers (ASME): 11 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 12 3. ASTM International (ASTM): 13 a. A36, Standard Specification for Carbon Structural Steel. 14 b. At 93, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 15 High Temperature or High Pressure Service and Other Special Purpose 16 Applications 17 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 18 Pressure or High Temperature Service, or Both 19 d. A242, Standard Specification for High-Strengtb Low -Alloy Structural Steel. 20 e. A283, Standard Specification for Low and Intermediate Tensile Strength 21 Carbon Steel Plates. 22 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 23 and Intermediate -Tensile Strength. 24 g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 25 h. D2000, Standard Classification System for Rubber Products in Automotive 26 Applications. 27 4. American Water Works Association (AWWA): 28 a. C200, Steel Water Pipe - 6 IN and Larger. 29 b. C207, Steel Pipe Flanges for Waterworks Service --- Sizes 4 IN through 144 IN. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5of11 1 c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel 2 Water Pipelines. 3 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 4 5. American Water Works Association/American National Standards Institute 5 (AWWA/ANSI): 6 a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 7 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 8 Fittings. 9 c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron 10 Threaded Flanges. 11 6. NSF International (NSF): 12 a. 61, Drinking Water System Components —Health Effects. 13 7. Manufacturers Standardization Society of the Valve and Fitting industry Inc. 14 (MSS): 15 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Pre -installation Meetings 18 1. Required for any connections to an existing, pressurized 16-inch or larger City 19 water distribution system main that requires a shutdown of some part of the water 20 system 21 2. May also be required for connections that involve shutting water service off to 22 certain critical businesses 23 24 25 26 27 28 29 30 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 Lake Worth Trail Phase 1A 1920 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 1 l 1 8. Schedule the date for the connection to the existing system. 2 B. Scheduling 3 1. Schedule work to make all connections to existing 16-inch and larger mains: 4 a. During the period from November through April, unless otherwise approved by 5 the City 6 b. During normal business hours from Monday through Friday, unless otherwise 7 approved by the City 8 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 9 planned disruption to the existing water system. 10 a. In the event that other water system activities do not allow the existing main to 11 be dewatered at the requested time, schedule work to allow the connection at an 12 alternate time acceptable to the City. 13 1) If water main cannot be taken out of service at the originally requested 14 time, coordination will be required with the City to discuss rescheduling 15 and compensation for mobilization. 16 2) No additional payment will be provided if the schedule was altered at the 17 Contractor's request. 18 1.5 SUBMITTALS 19 A. Submittals shall be in accordance with Section 0133 00. 20 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 21 specials. 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 23 A. Product Data, if applicable 24 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 25 a. Dimensions, weights, material list, and detailed drawings 26 b. Maximum torque recommended by the manufacturer for the valve by size 27 B. Submittals 28 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 29 by City that includes: CITY OF FORT WORTH Lake Worlh Trait Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 11 1 a. Results of exploratory excavation 2 b. Dewatering 3 c. Procedure for connecting to the existing water main 4 d. Time period for completing work from when the water is shut down to when 5 the main is back in service 6 e. Testing and repressurization procedures 7 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 8 must be certified and provide Welding Certificates, upon request, in accordance 9 with AWWA C200. 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 14 A. Storage and Handling Requirements 15 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 16 from the time of shipment until installation is completed. 17 2. Protect all equipment and parts against any damage during a prolonged period at the 18 site. 19 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 20 built and securely bolted thereto. 21 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 22 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 23 extremes in temperature. 24 6_ Secure and maintain a location to store the material in accordance with Section 01 25 6600. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 A. Manufacturer Warranty 29 1. Manufacturer's warranty shall be in accordance with Division 1. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 331225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 11 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [ox] OWNER -SUPPLIED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 A. Manufacturers 5 1. Only the manufacturers as listed by the City's Standard Products List will be 6 considered as shown in Section 01 60 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section 0125 00. 10 B. Description 11 1. Regulatory Requirements 12 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 13 this Specification. 14 b. All valve components in contact with potable water shall conform to the 15 requirements of NSF 61, 16 C. Tapping Sleeve Materials 17 1. Body 18 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 19 A3 6 Steel or equal 20 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 21 applied per AWWA C213. 22 c. All buried tapping sleeves shall be provided with polyethylene encasement in 23 accordance with AWWA/ANSI C105/A21.5. 24 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 25 2. Flange 26 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 27 B16.1 Class 125. 28 b. Recessed for tapping valve per MSS SP-60 29 3. Bolts and Nuts CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 331225-9 CONNECTION TO EXISTING WATER MAINS Page 9ofII 1 a. Flanged Ends 2 1) Meet requirements of AWWA Cl 15 or AWWA C207 depending on pipe 3 material. 4 2) Provide bolts and nuts in accordance with Section 33 1105. 5 4. Gaskets 6 a. Provide gaskets in accordance with Section 33 1105. 7 5. Test Plug 8 a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION 14 A. Verification of Conditions 15 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 16 in the Drawings and that the location is suitable for a connection to the existing 17 water main. 18 a. Excavate and backfill trench for the exploratory excavation in accordance with 19 3305 10. 20 2. Verify that all equipment and materials are available on —site prior to the shutdown 21 of the existing main. 22 3. Pipe lines shall be completed, tested and authorized for connection to the existing 23 system in accordance with Section 33 04 40. 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. General 27 1. Upon disruption of the existing water main, continue work until the connection is 28 complete and the existing water main is back in service. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 1920 Revised February 6,2013 33 12 25 - 10 CONNECTION TO EXISTING WATER MAINS Page 10 of 11 1 B. Procedure 2 1. Expose the proposed connection point in accordance with Section 33 05 10, 3 2. Dewater the existing water line so the chlorinated water is not unlawfully 4 discharged. 5 3. Maintain the water that may bleed by existing valves or plugs during installation 6 within the work area to a reasonable level. 7 a. Control the water in such a way that it does not interfere with the proper 8 installation of the connection or create a discharge of chlorinated water. 9 4: If any discharge of chlorinated water occurs, discharged water shall be de- 10 chlorinated in accordance with Section 33 04 40 11 5. Cut and remove existing water main in order to make the connection. 12 6. Verify that the existing pipe line is suitable for the proposed connection. 13 7. Place trench foundation and bedding in accordance with 33 05 10. 14 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 15 water main shall be submitted to the City. 16 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 17 10. Establish thrust restraint as provided for in the Drawings. 18 11. Clean and disinfect the pipeline associated with the connection in accordance with 19 Section 33 04 40. 20 12. Place embedment to the top of the pipe zone. 21 13. Request that the City Valve Crew re -pressurize the pipeline. 22 14. Directionally flush the connection in accordance with Section 33 04 40. 23 15. Request that City Valve Crew open all remaining valves. 24 3.5 REPAIR/RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 331225-11 CONNECTION TO EXISTING WATER MAINS Page 11 of 11 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 0 E END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C.3 and 4 —Added reference to Section 33 1105 and removed bolt, nut and gasket material specification 2/6/2013 D. Townaci■u. 3.4.13.4 Modified to refer to Section 33 04040 CITY OP FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised February 6, 2013 3341 10-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page I of 19 1 SECTION 33 4110 2 REINFORCED CONCRETE STORM DRAINPIPE/CULVERTS 3 PART1- GENERAL 4 1.1 SiAVIN LA RY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drainpipe and culverts, 7 including: 8 a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 11 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 12 lines and grades shown on the Drawings 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 3. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 19 4. Section 03 30 00 — Cast -in -Place Concrete 20 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 21 6. Section 33 05 23 — Hand Tunneling 22 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Reinforced Concrete Storm Drainpipe CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 19 1 a. Measurement 2 1) Measured along the longitudinal centerline of the pipe from the initial 3 beginning point as shown on Drawings to the end of construction as shown 4 on Drawings, excluding inside diameters of any manholes encountered 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" will be paid for at the unit 8 price bid per linear foot of "RCP" installed for: 9 a) Various sizes 10 b) Various classes 11 c. The price bid shall include: 12 1) Furnishing and installing the specified diameter pipe and appurtenant 13 fittings 14 2) Mobilization 15 3) Pavement removal 16 4) Excavation 17 5) Hauling 18 6) Disposal of excess material 19 7) Furnishing, placement and compaction of embedment 20 8) Furnishing, placement and compaction of backfill 21 9) Gaskets 22 10) Clean-up 23 11) Cleaning 24 12) Jointing 25 13) Connections to all drainage structures 26 2. Reinforced Concrete Storm Drain Culverts 27 a. Measurement 28 1.) Measured along the longitudinal centerline of the pipe from the initial 29 beginning point as shown on Drawings to the end of construction as shown 30 on Drawings, excluding inside diameters of any manholes encountered CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 334110-3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 19 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" will be paid for at the unit 4 price bid per linear foot of "Box Culvert" installed for: S a) Various sizes 6 c. The price bid shall include: 7 1) Furnishing and installing the specified diameter pipe and appurtenant 8 fittings 9 2) Mobilization 10 3) Pavement removal 11 4) Excavation 12 5) Hauling 13 6) Disposal of excess material 14 7) Furnishing, placement and compaction of embedment 15 8) Furnishing, placement and compaction of backfill 16 9) Gaskets 17 10) CIean-up 18 11) Cleaning 19 12) Jointing 20 13) Connections to all drainage structures 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. American Association of State Highway and Transportation Officials (AASHTO): 27 a. T111, Inorganic Matter or Ash in Bituminous Materials. 28 3. ASTM International (ASTM): CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CU LV ERTS Page 4 of 19 1 a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for 2 Concrete. 3 b. A497, Standard Specification for Steel Welded Wire Reinforcement, 4 Deformed, for Concrete. 5 c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and 6 Sewer Pipe. 7 d. C3 61, Standard Specification for Reinforced Concrete Low -Head Pressure 8 Pipe. 9 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 10 Rubber Gaskets. 11 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 12 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 13 Drain, and Sewer Pipe. 14 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 15 Drain, and Sewer Pipe. 16 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 17 Precast Box Sections Using Preformed Flexible Joint Sealants. 18 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 19 Sections for Culverts, Storm Drains, and Sewers. 20 k. D4, Standard Test Method for Bitumen Content. 21 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 22 Compounds. 23 in. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball 24 Apparatus). 25 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 26 (Displacement Method). 27 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 28 Tester, 29 p. DI 13, Standard Test Method for Ductility of Bituminous Materials. 30 q. D2 t7, Standard Test Methods for Cone Penetration of Lubricating Grease. 31 4. TxDOT Test Procedures (Tex): 32 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 33 Precast Concrete CITY OF FORT WORTH Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 5 REINFORCED CONCRETE STORM DRAIN P1PE/CULVERTS Page 5 of 19 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 6 A. Certificates 7 1. Furnish manufacturer's certificate of compliance that their product meets the 8 physical testing requirements of this Specification for the materials referenced 9 including, but not limited to: 10 a. Reinforced concrete pipe 11 b. Concrete box culvert 12 c. Jointing materials 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING 17 A. Storage and Handling Requirements 18 1. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 2. Keep pipe clean and fully drained during storage. 21 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 22 4. Repair or replace any damaged pipe before installation per the manufacturer's 23 recommendation. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 19 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 6 A. Fabrication 7 1. Precast Reinforced Concrete Pipe 8 a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or 9 ASTM C507 for circular, arch or elliptical pipe respectively. 10 b. Utilize a machine made process or cast by a process that will provide uniform 11 placement of a mixture of cement, aggregate and water proportional to provide 12 a homogeneous concrete meeting the specified strength requirements. 13 c. Mix concrete in a central batch plant or other approved batching facility where 14 the quality and uniformity of the concrete is assured. 15 d. Do not use transit mixed concrete to manufacture precast concrete pipe. 16 2. Concrete Box Culvert 17 a. Cast -in -Place 18 1) Conform to Section 03 30 00. 19 b. Precast 20 1) Furnish machine made precast boxes in accordance with ASTM C1433. 21 2) Utilize a machine made processor cast by a process that will provide 22 uniform placement of a mixture of cement, aggregate, and water 23 proportional to provide a homogeneous concrete meeting the specified 24 strength requirements. 25 3) Concrete water to cement ratio not to exceed 0.53 by weight 26 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless 27 mix designs with lower cement content demonstrate that the quality and 28 performance of the sections meet the requirements of this Specification. 29 5) Mix concrete in a central batch plant or other approved batching facility 30 where the quality and uniformity of the concrete is assured. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 19 1 6) Do not use transit mixed concrete to manufacture precast concrete box 2 culvert. 3 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 4 or ASTM A497. 5 3. Jointing Materials 6 a. Use any of the materials described in this Section for the making of joints. 7 1) Furnish a manufacturer's certificate of compliance for all jointing 8 materials. 9 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 10 a) Provide flexible joint sealants that meet the requirements of 11 ASTM C990. 12 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 13 c) Plastic gasket shall be produced from blends of refined hydrocarbon 14 resins and plasticizing compounds reinforced with inert mineral filler 15 and shall contain no solvents, irritating fumes or obnoxious odors. 16 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 17 or chemical action for its adhesive or cohesive strength. 18 e) Supply in extruded rope form of suitable cross section and size as to fill 19 the joint space when the pipes are joined. 20 f) Provide a size of the pre -formed flexible joint sealant in accordance 21 with the manufacturer's recommendations and large enough to properly 22 seal the joint and obtain the squeeze out as described under 23 construction methods. 24 g) The gasket joint scaler shall be protected by a suitable removable 2- 25 piece wrapper, and the 2-piece wrapper shall be so designed that'/z may 26 be removed longitudinally without disturbing the other'/2 to facilitate 27 application as noted below. 28 h) The chemical composition of the gasket joint sealing compound as 29 shipped shall meet the requirements of Table 1 when tested in 30 accordance with the test methods shown. 31 32 Table 1. SeaIing Compound Chemical Composition Composition Test Method Percent by Weight CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 19 Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of Oil and Asphaltic Compounds 2.0 Max 2 i) Gasket joint sealing compound when immersed for 30 days at ambient 3 room temperature separately in 5 percent solution of caustic potash, a 4 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric 5 acid and a saturated hydrogen sulfide (112S) solution shall show no 6 visible deterioration. 7 j) The physical properties of the gasket joint sealing compound as 8 shipped shall meet the requirements in Table 2 when tested in 9 accordance with the test methods shown. 10 CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 334110-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 19 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds 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 shell 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 listed for circular cages in Table II of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. 19 b. Jacking, Boring, or Tunneling CITY OF FORT WORTH STANDARD CONS`fRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase IA 1920 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 19 1 1) Design pipe for jacking, boring or tunneling conforming to the 2 requirements of Section 33 05 23. 3 2) When requested, provide design notes and drawings signed and sealed by a 4 Texas licensed professional engineer. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL 7 A. Tests and Inspections 8 1. Reinforced Concrete Pipe 9 a. Acceptance of pipe will be determined by the results of the following tests: 10 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 11 2) Absorption tests in accordance with ASTM C497. 12 3) 3-edge bearing tests in accordance with ASTM C497. 13 a) Testing Rate 14 (1) If tested for 0.01-inch crack only: 15 (a) Test 0.8 percent of pipe sections for each size included in order 16 (2) If tested for 0.01-inch crack and ultimate load: 17 (a) Test 0.2 percent of pipe sections for each size included in order 18 b) Pipes that have been tested only to the formation of a 0.01 inch crack 19 and that meet the 0.01 inch test load requirements shall be accepted for 20 use. 21 c) Failed Pipe 22 (1) Test 2 consecutive joints in the same mix series if a specimen fails 23 to meet test requirements. 24 (2) Entire pipe series will be rejected if 1 of the consecutive joints fails 25 to meet test requirements. 26 d) Pipes larger than I inch in diameter may be accepted on the basis of 27 material tests and inspection of completed product as an alternate to 3- 28 edge bearing test, at the option of the manufacturer. 29 (1) Acceptance of pipe will be determined by the results of the material 30 tests as required in ASTM C76, ASTM C506 or ASTM C507. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10-I1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 19 1 (a) Perform crushing tests on cores taken from barrel of completed 2 and cured pipe. 3 (b) Perform absorption tests on samples from pipe wall. 4 (c) Inspect finished pipe including amount and placement of 5 reinforcement. 6 (2) Manufacturer will furnish facilities and personnel for taking core 7 samples from pipe barrel and for determining compressive strength 8 of samples. 9 (3) Manufacturer will plug and seal core holes if samples meet strength 10 requirements. 11 (a) Plug and seal sections in a manner that the pipe section will 12 meet all test requirements of ASTM C76, ASTM C506 or 13 ASTM C5O7. 14 (b) Pipe sections plugged and sealed as described above will be 15 accepted for use. 16 4) Inspect the finished pipe to determine its conformance with the required 17 design. 18 2. Cast -in -Place Concrete Box Culvert 19 a. Provide test specimens that meet the requirements of Division 03. 20 3. Precast Box Culvert 21 a. Make test specimens in test cylinders at the same time and in the same manner 22 as the box sections they represent. 23 b. Make a minimum of 4 test cylinders for each day's production run and each 24 mix design. 25 c. Cure test cylinders in the same manner and for the same times as the boxes they 26 represent. 27 d. Test the specimens in accordance with Tex-704-1. 28 B. Sizes and Permissible Variations 29 1. Reinforced Concrete Pipe 30 a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, 31 placement of reinforcement, laying length and the permissible under run of 32 length are in accordance with the applicable ASTM Specification for each type 33 of pipe as referred to previously. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 19 1 b. Where rubber gasket pipe joints are to be used, the design of joints and 2 permissible variations in dimensions shall be in accordance with ASTM C443, 3 Sections 7 and S. 4 2. Cast -in -Place or Precast Box Culvert 5 a. Ensure that precast sections of either type meet the following requirements: 6 1) The inside vertical and horizontal dimensions do not vary from Drawing 7 requirements by more than 112 inch or 1 percent, whichever is greater. 8 2) The horizontal or vertical plane at each end of the box section does not vary 9 from perpendicular by more than 1/2 inch or 1 percent, whichever is 10 greater, measured on the inside faces of the section. 11 3) The sides of a section at each end do not vary from being perpendicular to 12 the top and bottom by more than 1/2 inch or 1 percent, whichever is 13 greater, when measured diagonally between opposite interior corners. 14 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 15 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 16 whichever is greater. 17 1) If proper jointing is not affected, thicknesses in excess of Drawing 18 requirements are acceptable. 19 c. Deviations from the above tolerances will be acceptable if the sections can be 20 fitted at the plant or job site and the joint opening at any point does not exceed 21 1 inch. 22 1) Use match marks for proper installation on sections that have been accepted 23 in this manner. 24 C. Workmanship and Finish 25 1. Reinforced Concrete Pipe 26 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 27 surface roughness. 28 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 29 within the limits of variations allowed as stated previously. 30 2. Cast -in -Place or Precast Box Culvert 31 a. Fine cracks on the surface of the member that do not extend to the plane of the 32 nearest reinforcement are acceptable unless the cracks are numerous and 33 extensive. CITY OF TORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 13 REINFORCED CONCRETE STORM DRAIN P1PE/CULVERTS Page 13 of 19 1 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 2 manner. 3 c. Excessive damage, honeycomb or cracking will be subject to structural review. 4 d. The City may accept boxes with repairs that are sound, properly finished and 5 cured in conformance with pertinent Specifications. 6 e. When fine cracks on the surface indicate poor curing practices, discontinue 7 further production of precast sections until corrections are made and proper 8 curing is provided. 9 D. Curing 10 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 11 of pipe as referred to above. 12 E. Marking 13 1. Reinforced Concrete Pipe 14 a. Clearly mark the following information on each section of pipe: 15 1) Class of pipe 16 2) ASTM designation 17 3) Date of manufacture 18 4) Identification of plant 19 5) Name or trademark of the manufacturer 20 6) Pipe to be used for jacking and boring 21 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 22 of each section during the process of manufacture or immediately after with the 23 following: 24 1) The location of the top or bottom of the pipe as it should be installed, 25 unless the external shape of the pipe is such that the correct position of the 26 top and bottom is obvious 27 2) Mark the pipe section by indenting or painting with waterproof paint. 28 2. Cast -in -Place or Precast Box Culvert 29 a. Mark precast boxes with the following: 30 1) Name or trademark of the producer CITY OF FORT WORTFI Lake Worth Trail Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10-14 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 14 of 19 1 2) Date of manufacture 2 3) Box size 3 4) Minimum and maximum fill heights 4 b. For boxes without lifting holes, mark 1 end of each box section on the inside 5 and outside wails to indicate the top or bottom as it will be installed. 6 c. Indent markings into the box section or paint them on each box with waterproof 7 paint. 8 F. Pipe/Box Rejection 9 1. Individual sections of pipe/box may be rejected if any of the Specification 10 requirements are not met or if any of the following exist: 11 a. Fractures or cracks passing through the shell, with the exception of a single end 12 crack that does not exceed the depth of the joint 13 b. Defects that indicate imperfect proportioning, mixing and molding 14 c. Surface defects indicating honeycombed or open texture 15 d. Damaged ends which would prevent making a satisfactory joint 16 c. Any continuous crack having a surface width of 0.01 inch or more and 17 extending for a length of 12 inch or more 18 2. Mark rejected pipe/box with painted "REJECTED". 19 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 20 meeting the requirements of this Specification. 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. General 27 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 28 open -cut type installation. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 15 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 15 of 19 1 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 2 methods are specified on Drawings. 3 3. Establish and maintain lines and grades. 4 B. Pipe/Box Laying — Trench Installation 5 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 6 conditions. 7 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 8 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 9 or upstream end with the abutting sections properly matched, true to the established 10 lines and grades. 11 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 12 according to manufacturer's recommendation. 13 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 14 the prepared bedding or sides of trench. 15 5. Carefully clean pipe/box ends before pipe is placed in trench. 16 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 17 length of pipe/box is laid. 18 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 19 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 20 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 21 not more than 5 degrees from the vertical plane through the longitudinal axis of the 22 pipe 23 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment 24 or that shows excessive settlement after laying. 25 C. Multiple Barrel Box Culvert Placement 26 1. Fill the annular space between multiple boxes with crushed rock or CLSM 27 according to 03 34 13, 28 a. Water jetting will not be allowed between parallel boxes. 29 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 30 inlet end with the abutting sections properly matched. CITY OF FORT WORTH lake Worth Trail Phase i A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 16 REINFORCED CONCRETE STORM DRAIN P1PE/CUL,VERT'S Page 16 of 19 1 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 2 lines and grades. 3 D. Jointing 4 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 5 a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket 6 joint sealer, to tongue and groove joint surfaces and end surfaces. 7 1) Ensure that surface to be primed is clean and dry when primer is applied. 8 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 9 protrusions. 10 3) Allow primer to dry and harden. 11 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 12 pipe joint hub or shoulder, before laying pipe in trench. 13 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 14 press it firmly to the clean, dry pipe joint surface. 15 1) Do not remove the outside wrapper until immediately before pushing pipe 16 into its final position. 17 d. Align the tongue correctly with the flare of the groove. 18 e. Remove outside wrapper on the gasket and pull or push pipe home with 19 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 20 evidence of gasket material squeeze -out on inside or outside around complete 21 pipe joint circumference. 22 1) Remove any joint material that pushed out into the interior of pipe. 23 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 24 line and grade at all times. 25 f Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 26 has been inspected and approved by the Engineer or Inspector. 27 1) Take special precautions in placing and compacting backfill to avoid 28 damage to joints. 29 g. When the atmospheric temperature is below 60 degrees F, store pre -formed 30 flexible joint sealants in an area warmed to above 70' degrees F or artificially 31 warmed to this temperature in a manner satisfactory to the Engineer. 32 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 33 followed by connection to previously laid pipe. CITY OF FORT WORTH Lake Worth Trail Phase 1 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10 - 17 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 17 of 19 1 2. Rubber Gaskets 2 a. Make the joint assembly according to the recommendations of the gasket 3 manufacturer. 4 b. When using rubber gaskets, make joints watertight. 5 c. Backfill after the joint has been inspected and approved. 6 E. Backfill 7 1. Conform to the requirements of Section 33 05 10 for backfilling pipelbox trenches. 8 F. Pipe fittings 9 1. Poured Concrete Pipe Collars 10 a. Provide collars for locations shown on Drawings. 11 b. Collar cost is considered subsidiary to bid price for furnishing and installing 12 reinforced concrete pipe. No extra payment will be made for installation of 13 concrete pipe collars shown on the Drawings. 14 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends 15 a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as 16 indicated on Drawings or required by the Engineer. 17 b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter 18 for the larger pipe. 19 c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. 20 d. Field -fabricate fittings for box culverts. 21 e. Take care in fabrication that concrete walls of pipe are broken back only 22 enough to provide the required finished opening. 23 f Join reinforcing mesh or bars by bending, twisting or spot welding to provide a 24 rigid connection. 25 g. Concrete or mortar (as specified in this segment) shall be wiped over the 26 reinforcing wires connecting the 2 pipe joints, compacted by light blows, 27 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 28 under wet burlap. 29 3. Poured Concrete Pipe Plugs 30 a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines 31 terminate at locations with no connection to drainage structures. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 3341 10-18 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 18 of 19 1 b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and 2 installing reinforced concrete pipe. No extra payment will be made for 3 installation of concrete pipe plugs shown on the Drawings. 4 3.5 REPAIR / RESTORATION [NOT USED] 5 3.6 RE -INSTALLATION [NOT USED] 6 3.7 FIELD [OR] SITE QUALITY CONTROL 7 A. Field Tests and Inspections 8 1. Video Inspection 9 a. Perform post -construction TV inspection of all installed reinforced concrete 10 pipes/boxes conforming to the requirements of Section 33 01 31. 11 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 12 a. At the City's discretion, replace any pipe/box that is determined to have 13 jointing problems, cracking or significant debris. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 23 24 END OF SECTION Revision Log DATE NAME SUNWARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase I 1920 kl«!t[IM&I, REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 19 of 19 CITY OF FORT WORTH Lake Worth Trail Phase I A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 33 49 40 - 1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page I of 7 1 SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safety end treatments 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 02 41 13 — Selective Site Demolition 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 31 37 00 — Riprap 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Headwall -Refer to TXDOT Fort Worth District Details 20 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment -Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 7 1 a. Measurement 2 1) Measurement for this Item shall be per each "Headwall' satisfactorily 3 completed as specified on the Drawings. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for at the unit price bid per each "Headwall' installed for: 7 a) Various pipe sizes 8 b) Various types 9 c) Various number of pipes 10 c. The price bid shall include: 13 1) Constructing, furnishing, transporting and installing the Concrete Headwall 12 2) Connecting to the existing structure 13 3) Breaking back, removing and disposing of portions of the existing structure 14 4) Replacing portions of the existing structure to make connections 15 5) Excavation 16 6) Hauling 17 7) Disposal of excess material 18 8) Furnishing, placing and compaction of backfill 19 9) Concrete, as required by Drawings 20 10) Reinforcing Steel, if required by Drawings 21 11) Corrugated metal pipe, if required by Drawings 22 12) Reinforced concrete pipe, if required by Drawings 23 13) Clean-up 24 2. Safety End Treatment 25 a. Measurement 26 1) Measurement for this Item shall be per each "SET" satisfactorily completed 27 as specified on the Drawings. 28 b. Payment CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 334940-3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 7 1 1) The work performed and materials furnished in accordance with this Item 2 will be paid for at the unit price bid per each "SET" installed for: 3 a) Various types 4 b) Various pipe sizes 5 c) Various number of pipes 6 c. The price bid shall include: 7 1) Constructing, furnishing, transporting and installing the Concrete Headwall 8 2) Connecting to the existing structure 9 3) Breaking back, removing and disposing of portions of the existing structure 10 4) Replacing portions of the existing structure to make connections 11 5) Excavation 12 6) Hauling 13 7) Disposal of excess materials 14 8) Furnishing, placing and compaction of backfill 15 9) Concrete, as required by Drawings 16 10) Reinforcing Steel, if required by Drawings 17 11) Corrugated metal pipe, if required by Drawings 18 12) Reinforced concrete pipe, if required by Drawings 19 13) Clean-up 20 1.3 REFERENCES 21 A. Definitions 22 1. Headwalls - all walls, including wings, at the ends of single -barrel and multiple- 23 barrel pipe culvert structures 24 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert 25 structures 26 B. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited.. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 33 49 40 - 4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 1. Refer to Section 03 30 00. 4 1.6 ACTION SUBMITTALSANFORMATION SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Delivery and Acceptance Requirements 10 1. Marking 11 a. Before shipment from the casting or fabrication yard, clearly mark the 12 following on each precast unit: 13 1) Date of manufacture 14 2) Name or trademark of the manufacturer 15 3) Type and size designation 16 17 18 19 20 21 22 23 24 25 26 27 28 2. Causes for Rejection a. Precast units may be rejected for not meeting any one of the Specification requirements. b. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. c. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Section. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600, 2. Store precast units on a level surface. 3. Do not place any loads on precast concrete units until design strength is reached. 4. Do not ship units until design strength requirements have been met. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase IA 1920 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 7 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 6 A. Materials 7 1. Concrete 8 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 9 2. Reinforcing Steel 10 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 11 B. Fabrication 12 1. Fabricate cast -in -place concrete units and precast units in accordance with 13 Section 03 30 00. 14 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 15 cast in place for greater than 30-inch diameters. 16 2. Fabrication Tolerances 17 a. Lifting Holes 18 1) For precast units, provide no more than 4 lifting holes in each section. 19 2) Lifting holes may be cast, cut into fresh concrete after form removal or 20 drilled. 21 3) Provide lifting holes large enough for adequate lifting devices based on the 22 size and weight of the section. 23 a) The maximum hole diameter is 3 inches at the inside surface of the 24 wall and 4 inches at the outside surface. 25 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 26 layer of reinforcing steel when locating lift holes. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised duly 1, 2011 334940-6 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 6 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL jNOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Removal 8 1. Remove all or portions of existing structures in accordance witb Section 02 41 13 9 2. Drill, dowel and grout in accordance with Section 03 30 00. 10 3.4 INSTALLATION 11 A. Interface with Other Work 12 1. Make connections to new or existing structures in accordance with the details 13 shown on the Drawings. 14 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 15 Drawings. 16 B. Excavation, Shaping, Bedding and Backfill 17 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 18 b. Take special precautions in placing and compacting the backfill to avoid any 19 movement or damage to the units. 20 c. Bed precast units on foundations of firm and stable material accurately shaped 21 to conform to the bases of the units. 22 C. Placement of Precast Units 23 a. Provide adequate means to lift and place the precast units. 24 1) Utilize sufficient number of lifting holes to ensure that the units are not 25 damaged during lifting. 26 b. Fill lifting holes with mortar or concrete and cure. 27 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 334940-7 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 7 of 7 1 3.5 REPAIR 2 A. Occasional imperfections in manufacture or accidental damage sustained during 3 handling may be repaired. 4 1. The repaired units will be acceptable if they conform to the requirements of this 5 Section and the repairs are sound, properly finished and cured in conformance with 6 pertinent Specifications. 7 B. Repair spalled areas around lifting holes. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 20 21 22 23 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase IA 1920 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION 34 7113 TRAFFIC CONTROL 347113-1 TRAFFIC CONTROL Page 1 of 7 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 15 16 17 18 19 20 21 22 23 24 25 26 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: 1) Traffic Control implementation 2) Installation 3) Maintenance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 20I3 Lake Worth Trail Phase 1A 1920 347113-2 TRAFFIC CONTROL Page 2 of 7 1 4) Adjustments 2 5) Replacements 3 6) Removal 4 7) Police assistance during peak hours 5 2. Portable Message Signs 6 a. Measurement 7 1) Measurement for this Item shall be per week for the duration of use. 8 b. Payment 9 1) The work performed and materials furnished in accordance to this Item and 10 measured as provided under "Measurement" shall be paid for at the unit 11 price bid per week for "Portable Message Sign" rental. 12 c. The price bid shall include: 13 1) Delivery of Portable Message Sign to Site 14 2) Message updating 15 3) Sign movement throughout construction 16 4) Return of the Portable Message Sign post -construction 17 3. Preparation of Traffic Control Plan Details 18 a. Measurement 19 1) Measurement for this Item be per each Traffic Control Detail prepared. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 shall be paid for at the unit price bid per each "Traffic Control Detail" 23 prepared. 24 c. The price bid shall include: 25 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 26 longer 27 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 28 (TMUTCD) 29 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 30 4) Incorporation of City comments CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2013 3471 13 - 3 TRAFFIC CONTROL Page 3 of 7 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 7 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 8 Transportation, Standard Specifications for Construction and Maintenance of 9 Highways, Streets, and Bridges. 10 1.4 ADMINISTRATIVE REQUIREMENTS 11 A. Coordination 12 1. Contact Traffic Services Division (817-392-773 8) a minimum of 48 hours prior to 13 implementing Traffic Control within 500 feet of a traffic signal. 14 B. Sequencing 15 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 16 approved by the City and design Engineer before implementation. 17 1.5 SUBMITTALS 18 A. Provide the City with a current list of qualified flaggers before beginning flagging 19 activities. Use only flaggers on the qualified list. 20 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 21 Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the 22 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 23 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 24 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 25 Engineer. 26 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 27 Specifications. The Contractor will be responsible for having a licensed Texas 28 Professional Engineer sign and seal the Traffic Control Plan sheets. 29 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. CITY OF FORT WORTH Lake Worth Trail Phase ].A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2013 3471 13 - 4 TRAFFIC CONTROL Page 4 of 7 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s) developed by the Design Engineer. 3 G. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 18 Device List (CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications — Item 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2013 347113-5 TRAFFIC CONTROL Page 5 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In -Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 17 covering, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 22 lights, signs, or other precautionary measures for the protection of persons or property), the 23 Inspector may order such additional precautionary measures be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments, can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 1920 Revised November 22, 2013 3471 13 - 6 TRAFFIC CONTROL Page 6 of 7 1 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 2 be erected and mounted on portable supports. 3 1. The support design is subject to the approval of the Engineer. 4 L Lane closures shall be in accordance with the approved Traffic Control Plans. 5 J. If at anytime the existing traffic signals become inoperable as a result of construction 6 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 7 approved by the Engineer, to be used for Traffic Control. 8 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 9 turn-ons, street light pole installation, or other construction will be done during peak traffic 10 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 11 L. Flaggers 12 1. Provide a Contractor representative who has been certified as a flagging instructor 13 through courses offered by the Texas Engineering Extension Service, the American 14 Traffic Safety Services Association, the National Safety Council, or other approved 15 organizations. 16 a. Provide the certificate indicating course completion when requested. 17 b. This representative is responsible for training and assuring that all flaggers are 18 qualified to perform flagging duties. 19 2. A qualified flagger must be independently certified by I of the organizations listed 20 above or trained by the Contractor's certified flagging instructor. 21 3. Flaggers must be courteous and able to effectively communicate with the public. 22 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 23 and follow the flagging procedures set forth in the TMUTCD. 24 5. Provide and maintain flaggers at such points and for such periods of time as may be 25 required to provide for the safety and convenience of public travel and Contractor's 26 personnel, and as shown on the Drawings or as directed by the Engineer. 27 a. These flaggers shall be located at each end of the lane closure. 28 M. Removal 29 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 30 and other Traffic Control Devices used for work -zone traffic handling in a timely 31 manner, unless otherwise shown on the Drawings. CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2013 3471 13 - 7 TRAFFIC CONTROL Page 7 of 7 1 3.4 REPAIR / RESTORATION [NOT USED] 2 3.5 RE -INSTALLATION ]NOT USED] 3 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.7 SYSTEM STARTUP [NOT USED] 5 3.8 ADJUSTING [NOT USED] 6 3.9 CLEANING [NOT USED] 7 3.10 CLOSEOUT ACTIVITIES [NOT USED] 8 3.11 PROTECTION [NOT USED] 9 3.12 MAINTENANCE [NOT USED] 10 3.13 ATTACHMENTS [NOT USED] 11 12 13 14 15 16 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/I3 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH Lake Worth Trail Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised November 22, 2013 APPENDIX GC-6.01 - TxDOT Standard Technical Specifications GC-6.02 - Geotechnical Investigation (Gorrondona Associates, Report NO.FNI1317.00) GC-6.03.13 - Minority and Women Owned Business Enterprise Compliance GC-6.04 - Wage Rates GC-6.05 — Weather Table CITY OF FORT WORTH Lake Worth Trail Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1920 Revised July 1, 2011 %GC-6a01 TxDOI' Standard Technical Slpeclifications CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201I Lake Worth Trail Phase IA 1920 529 Itern 529 Concrete Curb, Cutter, and Combined Curie and Gutter 1. DESCRIPTION Construct hydraulic cement concrete curb, gutter, and combined curb and gutter. 2. MATERIALS Furnish materials conforming to: • Item 360, "Concrete Pavement' • Item 420, "Concrete Substructures" ■ item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcement for Concrete" Use Class A concrete or material specified on the plans. Use Grade 8 coarse aggregate for extruded Class A concrete. Use other grades if approved. When approved, use fibers meeting the requirements of DMS4550, "Fibers for Concrete," to replace reinforcing steel in Class A concrete. Dose fibers in accordance with the Department's MPL of pre -qualified fibers for concrete. 3. CONSTRUCTION Provide finished work with a well -compacted mass and a surface free from voids and honeycomb, in the required shape, line, and grade. Round exposed edges with an edging tool of the radius shown on the plans. Mix, place, and cure concrete in accordance with Item 420, "Concrete Substructures." Construct joints at locations shown on the plans. Cure for at least 72 hr. Furnish and place reinforcing steel in accordance with Item 440, "Reinforcement for Concrete." Set and maintain a guideline that conforms to alignment data shown on the plans, with an outline that conforms to the details shown on the plans. Ensure that changes in curb grade and alignment do not exceed 114 in. between any 2 contacts on a 10-ft. straightedge. 3.1. Conventionally Formed Concrete. Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Pour concrete into forms, and strike off with a template 114 to 318 in. less than the dimensions of the finished curb unless otherwise approved. After initial set, plaster surface with mortar consisting of 1 part hydraulic, cement and 2 parts fine aggregate. Brush exposed surfaces to a uniform texture. Place curbs, gutters, and combined curb and gutters in 504 maximum sections unless otherwise approved. 3.2. Extruded or Slipformed Concrete. Hand -tamp and sprinkle subgrade or foundation material before concrete placement. Provide clean surfaces for concrete placement. Coat cleaned surfaces, if required, with approved adhesive or coating at the rate of application shown on the plans or as directed. Place concrete with approved self-propelled equipment. 529 The forming tube of the extrusion machine or the form of the slipform machine must be easily adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. 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. Other methods may be used when approved. Finish surfaces immediately after extrusion or slipforming. 4. MEASUREMENT This Item will be measured by the foot. 5. PAYMENT 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 for "Concrete Curb," "Concrete Curb (Mono)," or "Concrete Curb and Gutter" of the type specified. This price is full compensation for surface preparation of curb foundation, equipment, labor, materials, tools, and incidentals. 644 Item 644 __- __ Small Roadside Sign Assemblies _�Of ftnvalftwn 1. DESCRIPTION ® Installation. Furnish, fabricate, and erect small roadside sign assemblies or bridge mounted clearance sign assemblies consisting of the signs, sign supports, foundations (when required), and associated mounting hardware. ■ Relocation. Relocate existing small roadside sign assemblies or bridge mounted clearance sign assemblies, and furnish and fabricate material as required. ■ Removal. Remove existing small roadside sign assemblies or bridge mounted clearance sign assemblies. 2. MATERIALS 3. 3.1 Furnish all materials unless otherwise shown on the plans. Furnish only new materials. Furnish and fabricate materials that comply with the following Items and details shown on the plans: ■ Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcement for Concrete" o Item 441, "Steel Structures" ■ Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 636, "Signs" • Item 643, "Sign Identification Decals" ® Item 656, "Foundations for Traffic Control Devices" Use galvanized steel, stainless steel, dichromate sealed aluminum, or other materials shown on the plans for pipe, bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. When dissimilar metals are used, select or insulate metals to prevent corrosion. CONSTRUCTION Construct foundations in accordance with Item 656, "Foundations for Traffic Control Devices." Plumb sign supports. Do not spring or rake posts to secure proper alignment. Use established safety practices when working near underground or overhead utilities. Consult the appropriate utility company before beginning work. Fabrication. Fabricate sign supports in accordance with Item 441, "Steel Structures." Ensure all components fit properly. Verify the length of each post for each sign before fabrication to meet field conditions and sign -mounting heights shown on the plans. Hot -dip galvanize fabricated parts in accordance with Item 445, "Galvanizing." Punch or drill any holes in steel parts or members before galvanizing. Repair galvanizing for any steel part or member damaged during assembly, transit, erection; or for any steel part or member welded, when permitted, after galvanizing. Perform all galvanizing repairs in accordance with Section 445.3.5., 'Repairs." 644 3.2. Installation. Locate and install sign supports as shown on the plans, unless directed to shift the sign supports within design guidelines to secure a more desirable location or avoid conflict with utilities and underground appurtenances. Stake sign support locations for verification by the Engineer. Install stub posts of the type, spacing, orientation, and projection shown on the plans. Remove and replace posts damaged during installation at the Contractor's expense. Connect the upper post sections to the stub post sections as shown on the plans. Torque connection bolts as shown on the plans. Attach signs to supports in accordance with the plans and pertinent Items. 3.3. Relocation. Reuse the existing signs as required unless otherwise shown on the plans. Furnish and install new stub posts in new foundations for relocated sign assemblies. Erect the new supports on the new stub posts, and attach the existing signs to the supports in accordance with the plans and pertinent Items. Remove existing foundations to be abandoned in accordance with Section 644.3.4., "Removal." 3.4. Removal. Remove abandoned concrete foundations to 2 ft. below finish grade unless otherwise shown on the plans. Cut off and remove steel protruding from the remaining concrete. Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. 3.5. Handling and Storage. Handle and store existing signs or portions of signs removed so they are not damaged. Prevent any damage to the various sign assembly components. Replace any portion of the sign damaged by the Contractor designated for reuse or salvage, including messages removed. Stockpile all removed sign components that will be reused or become the property of the Department at designated locations. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. 3.6. Cleaning. Wash the entire sign after installation with a biodegradable cleaning solution acceptable to the sign face materials manufacturer to remove dirt, grease, oil smears, streaks, finger marks, and other foreign materials. 4. MEASUREMENT This Item will be measured as each small roadside assembly or bridge mounted clearance sign assembly installed, removed, or relocated. 5. PAYMENT 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 for "Install Small Roadside Sign Assemblies" of the type specified, "Install Bridge Mounted Clearance Sign Assemblies" of the type specified, "Relocate Small Roadside Sign Assemblies" of the type specified, "Relocate Bridge Mounted Clearance Sign Assemblies" of the type specified, "Remove Small Roadside Sign Assemblies," or "Remove Bridge Mounted Clearance Sign Assemblies." 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, and erecting the supports; constructing foundations including concrete (when required); furnishing complete signs including sign connections and all hardware; attaching the signs to the supports; preparing and cleaning the signs; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for removing existing sign assemblies and related materials; furnishing and installing new stub posts and new sign supports; constructing foundations including concrete 644 (when required); and new hardware; reinstallation of signs; preparing and cleaning the signs; salvaging; disposal of unsalvageable materials; removing existing foundations, backfilling, and surface placement; and materials, equipment, labor, tools, and incidentals. 5.3. Removal. This price is full compensation for removing existing sign assemblies and related materials; salvaging; disposal of unsalvageable materials; removing existing foundations, backfilling, and surface placement; and materials, equipment, labor, tools, and incidentals. 666 Item 666 .�.. Retr©reflect®rized Pavement Markings APE= 1. DESCRIPTION Furnish and place retroreflectorized, non-retroreflectorized (shadow) and profile pavement markings. 2. MATERIALS 2.1. Type I Marking Materials. Furnish in accordance with DMS-8220, "Hot Applied Thermoplastic." Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division, and in accordance with DMS-8220, "Hot Applied Thermoplastic." 2.2. Type II Marking Materials. Furnish in accordance with DMS-8200, "Traffic Paint." 2.3. Glass Traffic Reads. Furnish drop -on glass beads in accordance with DMS-8290, "Glass Traffic Beads" or as approved. Furnish a double -drop of Type Il and Type III drop -on glass beads where each type bead is applied separately in equal portions (by weight), unless otherwise approved. Apply the Type III beads before applying the Type II beads. 2.4. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 3. EQUIPMENT 3.1. General Requirements. Use equipment that: ■ is maintained in satisfactory condition, • meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application, • applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment, • has an automatic cut-off device with manual operating capabilities to provide clean, square marking ends, ■ is capable of producing the types and shapes of profiles specified, and ■ can provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. When pavement markings are required to meet minimum retroref[ectivity requirements on the plans: o Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program. ■ Use a portable retroreflectometer that: 0 uses 30-meter geometry and meets the requirements described in ASTM E1710; 666 has either an internal global positioning system (GPS) or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft. 5 in., in accordance with the circular error probability (CEP) method (CEP is the radius of the circle with its origin at a known position that encompasses 50% of the readings returned from the GPS instrument); can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2. Material Placement Requirements. Use equipment that can place: at [east 40,000 ft. of 4-in. solid or broken non -profile markings per working day at the specified thickness; • at least 15,000 ft. of solid or broken profile pavement markings per working day at the specified thickness; • linear non -profile markings up to 8 in. wide in a single pass; • non -profile pavement markings other than solid or broken lines at an approved production rate; Q a centerline and no -passing barrier -line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment, spacing, and thickness for non -profile pavement markings shown on the plans; o solid and broken lines simultaneously; • white line from both sides; is lines with clean edges, uniform cross-section with a tolerance of ±118 in. per 4 in. width, uniform thickness, and reasonably square ends; • skip lines between 10 and 10-1/2 ft., a stripe -to -gap ratio of 10 to 30, and a stripe -gap cycle between 39-112 ft. and 40-112 ft., automatically; r beads uniformly and almost instantly on the marking as the marking is being applied; • beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and in double -drop bead applications using both Type Il and Type III beads from separate independent bead applicators, unless otherwise approved by the Engineer. 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1. General. Obtain approval for the sequence of work and estimated daily production. Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved. Protect all markings placed under open -traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: • Type I Marking Application —Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. • Type II Marking Application --Place a 1-sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. 666 Apply markings: ■ that meet the requirements of Tex-828-B, • that meet minimum retroreflectivity requirements when specified on the plans (applies to Type I markings only), • using widths and colors shown on the plans, ■ at locations shown on the plans, ■ in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, a without abrupt deviations, o free of blisters and with no more than 5% by area of holes or voids, a with uniform cross-section, density and thickness, o with clean and reasonably square ends, w that are retroreflectorized with drop -on glass beads, and ■ using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated on the plans, or in the specifications, at the Contractor's expense in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. 4.2. Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. Air blast or broom the pavement surface for new asphalt surfaces (less than 3 years old) and for retracing of all surfaces to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). Clean old asphalt surfaces (more than 3 years old) and all concrete surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 4.2.3. Sealer for Type I Markings. Apply a pavement sealer to old asphalt surfaces (more than 3 years old) and to all concrete surfaces before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type 11 marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers. Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1., "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. 4.3. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all required replacement costs. 4.3.1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.1., "General," and with a surface temperature above 50OF when measured in accordance with Tex-829-B. 3 666 4.3.1.1. Non -Profile Pavement Markings. Apply Type I non -profile markings with a minimum thickness of: ■ 0.100 in. (100 mils) for new markings and retracing water -based markings on surface treatments involving Item 316, "Seal Coat," ■ 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or ■ 0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I non -profile markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-13 using the tape method. 4.3.1.2. Profile Pavement Markings. Apply Type I profile markings with a minimum thickness of: a 0.060 in. (60 mil) for edgeline markings, or ® 0.090 in. (90 mil) for gore and centerline/no-passing barrier line markings. In addition, at a longitudinal spacing indicated on the plans, the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction. The profile must not be less than 0.30 in. (300 mil) nor greater than 0.50 in. (500 mil) in height when measured above the normal top surface plane of the roadway. The transverse width of the profile must not be less than 3.25 in., and the longitudinal width not less than 1 in., when measured at the top surface plane of the profile bar. The profile may be either a 1 or 2 transverse bar profile. When the 2 transverse bar profile is used, the spacing between the bases of the profile bars must not exceed 0.50 in. The above transverse bar width is for each 4 in. of line width. 4.3.2. Type 11 Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4-in. line. Adjust application rates proportionally for other widths. When Type 11 markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop -on beads. 4.3.3. Read Coverage. Provide a uniform distribution of beads across the surface of the stripe for Type I and Type II markings, with 40% to 60% bead embedment. 4.4. Retroreflectivity Requirements. When specified on the plans, Type I markings must meet the following minimum retroreflectivity values for edgeline markings, centerline or no passing barrier -line, and lane lines when measured any time after 3 days, but not later than 10 days after application: • White markings: 250 millicandelas per square meter per lux (mcdlm2llx) ■ Yellow markings:175 mcdlm2llx 4.5. Retroreflectivity Measurements. Use a mobile retroreflectometer for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft. of pavement markings, unless otherwise shown on the plans. For Contracts with less than 200,000 ft. of pavement markings or Contracts with callout work, mobile or portable retroreflectometers may be used at the Contractor's discretion. 4.5.1. Mobile Retroreflectometer Measurements. Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved. Take measurements on each section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification, "Mobile Retroreflectivity Data Collection for Pavement Markings," unless otherwise approved. The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy. Use all equipment in accordance with the manufacturer's recommendations and directions. Inform the Engineer at least 24 hr. before taking any measurements. 666 A marking meets the retroreflectivity requirements if. Q the combined average retroreflectivity measurement for a one -mile segment meets the minimum retroreflectivity values specified, and ■ no more than 30% of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one -mile segment. The Engineer may accept failing one -mile segments if no more than 20% of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value. The one -mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken; each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes (either solid or broken) will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking if the marking fails retroreflectivity requirements. Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.2. Portable Retroreflectometer Measurements. Take a minimum of 20 measurements for each 1-mi. section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and direction of traffic flow when using a portable reflectometer. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). The spacing between each measurement must be at least 100 ft. The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results. The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fails. Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings. Restripe again at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.3. Traffic Control. Provide traffic control, as required, when taking retroreflectivity measurements after marking application. On low volume roadways (as defined on the plans), refer to the figure, "Temporary Road Closure" in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements. For all other roadways, the minimum traffic control requirements will be as shown on the Traffic Control Plan (TCP) standard sheets TCP (3-1) and TCP (3-2). The lead vehicle will not be required on divided highways. The TCP and traffic control devices must meet the requirements listed in Item 502, "Barricades, Signs, and Traffic Handling." Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.6. Performance Period. All markings must meet the requirements of this specification for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 5 666 5. MEASUREMENT This Item will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. Each stripe will be measured separately. This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., 'Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Acrylic or epoxy sealer, or Type II markings when used as a sealer for Type I markings, will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. 6. PAYMENT 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 for "Pavement Sealer' of the size specified, "Retroreflectorized Pavement Markings" of the type and color specified and the shape, width, size, and thickness specified as applicable, °Retroreflectorized Pavement Markings with Retroreflective Requirements" of the types, colors, sizes, widths, and thicknesses specified or "Retroreflectorized Profile Pavement Markings" of the various types, colors, shapes, sizes, and widths specified. This price is full compensation for application of pavement markings, materials, equipment, labor, tools, and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old, where no stripe exists, will be paid for under Item 678, "Pavement Surface Preparation for Markings." Surface preparation of all other asphalt and old concrete pavement, except for sealing, will not be paid for directly but is subsidiary to this Item. Work zone pavement markings (Type 11, paint and beads) used as a sealer for Type I markings (thermoplastic) will be paid for under Item 662, "Work Zone Pavement Markings." If the Engineer requires that markings be placed in inclement weather, repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. GC®6m02 Ge®technlcal Investigation (G®rr®nd®na Associates, Report No. FNII317a00) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase IA 1920 LAKE WORTH TRAIL FORT WORTH, TEXAS GE®TECHNICAL ENGINEERING REPORT Lake Worth Trail Fort Worth, Texas Prepared by: Gorrondona & Associates, Inc. Prepared for: Freese and Nichols, Inc. 2711 North Haskell Avenue, Suite 3300 Dallas, Texas 75204 Attention: Mr. Brett M. Bristow, P.E. November 2, 2015 G&AI Project No. FN11317.00 GORRONDONA & ASSOCIATES, INC. -TEXAS ENGINEERING FIRM REGISTRATION No. F-7933 C orrondona & Associates, Inc. L.-..: •-i>Iu; • :.„ J'II hil i[j;Akig • L's',:hnlc}k Lii4N1opsing q {onriirlacOon I65aLf-rlaI.,kTo-#firiR November 2, 2015 Mr. Brett M. Bristow, P.E. Freese and Nichols, Inc. 2711 North Haskell Avenue, Suite 3300 Dallas, Texas 75204 Five: GEOTECHNICAL ENGINEERING REPORT Lake Worth frail Fort Worth, Texas GUI Project No. FN11317.00 Dear Mr. Bristow: Gorrondona & Associates, Inc. (G&Al) is Pleased to submit this Geotechnical Engineering Deport for the referenced project. We appreciate the opportunity of working with you.. Please contact us if you have any questions or require additional services. OF Respectfully submitted, OF ',•� s :F ............................» I ' ... LEE E. GUR CKY 12005,5 I I lob I zetefiiE�.'e < Lee Gurecky, P.E. t4 ;-........ v Project Engineer.... Geotechnical Engineering & CMT Serv����� Jenell S. Strachan, P.E. Area Manager - Geotechnical & CIVIT Services 7524 Jack Newell Blvd. South a Fort Worth, Texas 76118 o 817.496.1424 o Fax 817.496.1768 Gorrondona & Associates, Inc. —Texas Engineering Firm Registration No. F-7933 TABLE OF CONTENTS Pam 1.0 Introduction.................................................................................................................... 1 2.0 Field Investigation........................................................................................................... 2 3.0 Laboratory Testing.......................................................................................................... 3 4.0 Site Conditions................................................................................................................ 4 4.1 General........................................................................................................................4 4.2 Geology....................................................................................................................... 4 4.3 Soil/Rock......................................................................................................................5 4.4 Groundwater...............................................................................................................6 5.0 Analysis and Recommendations..................................................................................... 7 5.1 Seismic Site Classification........................................................................................... 7 5.2 Potential Vertical Soil Movements.............................................................................. 7 5.3 Construction Excavations............................................................................................ 7 5.4 Groundwater Control.................................................................................................. 9 5.5 Earthwork....................................................................................................................9 5.5.1 Site Preparation................................................................................................... 9 5.5.2 Proofroli............................................................................................................... 9 5.5.3 Grading and Drainage.......................................................................................... 9 5.5.4 Wet Weather/Soft Subgrade............................................................................. 10 5.5.5 Fill....................................................................................................................... 10 5.5.6 Testing................................................................................................................11 5.6 Demolition Considerations....................................................................................... 11 5.7 Loading on Buried Structures.................................................................................... 12 5.8 Retaining Structures.................................................................................................. 13 5.9 Buried Pipe................................................................................................................ 14 5.10 Uncontrolled Fill........................................................................................................ 15 5.11 Foundation Systems.................................................................................................. 15 5.11.1 Slab Foundation................................................................................................. 16 5.11.2 Shallow Footings................................................................................................ 17 5.11.3 Straight -Shaft Drilled Piers................................................................................. 18 5.12 Slab-on-Grade........................................................................................................... 23 5.13 Pavement.................................................................................................................. 24 5.13.1 Rigid Pavement.................................................................................................. 24 5.13.2 Pavement Subgrade........................................................................................... 24 6.0 General Comments....................................................................................................... 25 APPENDICES Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram Appendix C - Boring Logs and Laboratory Results Appendix D - USGS Topographic Map Appendix E - Site Photographs Appendix F - Geologic Information Appendix G - Unified Soil Classification System GEOTECHNICAL ENGINEERING REPORT Lake Worth Trail Fort Worth, Texas 1.0 INTRODUCTION Project Location. The project is located along the east side of Lake Worth, south of IH-820 and west of Highway 199 in Fort Worth, Texas. The general location and orientation of the site are provided in Appendix A - Project Location Diagrams. Project Description. The project consists of the following proposed improvements: e A pedestrian hike and bike trail, 9 2 pedestrian bridge crossings, and ® 3 pavilions along the trail. Proiect Authorization. This geotechnical investigation was authorized by Mr. Brett M. Bristow, P.E. with Freese and Nichols, Inc. and performed in accordance with G&AI Proposal No. P14-0632, R1 dated March 24, 2015. Purpose and Methodology. The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical engineering design recommendations. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the soils; and (3) perform engineering analyses, using field and laboratory data, to develop design criteria. Cautionary Statement Regarding Use of this Report. As with any geotechnical engineering report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. G&AI, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. G&AI strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact G&Ai for clarification. Clarification will be provided verbally and/or issued by G&AI in the form of a report addendum, as appropriate. G&AI Project No. FN11317.00 Page 1 Report Specificity. This report was prepared to meet the specific needs of the client for the specific project identified. Recommendations contained herein should not be applied to any other project at this site by the client or anyone else without the explicit approval of G&AI. 2.0 FIELD INVESTIGATION Subsurface Investigation. The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B - Boring Location Diagram. Boring kilos_ Depth, [I-E!t bgsy Datu Drilled Location- B-01 to B-04 40 10/8-9/2015 Pedestrian Bridge Area B-05 to B-07 15 8/28/2015 Pavilion Area B-08 10 8/28/2015 Near Trail Notes: 1. bgs = below ground surface 2. Boring locations provided in Appendix B - Boring Location Diagram were not surveyed and should be considered approximate. Borings were located by recreational hand-held GP5 unit. Horizontal accuracy of such units is tvpically on the order of 20-feet. Boring Logs. Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C - Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. Cohesive Soil Sam lin . Cohesive soil samples were generally obtained using Shelby tube samplers in general accordance with American Society for Testing and Materials (ASTM) D1587. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the undisturbed soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. Consistency of Cohesive Soils. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Granular Soil Sampling. Granular soil samples were generally obtained using split -barrel sampling procedures in general accordance with ASTM D1585. In the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch outside diameter (OD) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (lb) hammer falling freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values G&AI Project No. FN11317.00 Page.2 are recorded on the boring logs at the depth of sampling. Samples were sealed and returned to our laboratory for further examination and testing. Texas Cone Penetration (TCP) test: Texas Cone Penetration (TCP) test was used to assess the apparent in -place strength characteristics of the rock type materials. In the TCP test procedure, a 3-inch outside diameter (OD) steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Groundwater Observations. Groundwater observations are shown on the boring logs. Borehole Plugging. Upon completion of the borings, the boreholes were backfilled from the top and plugged at the surface. 3.0 LABORATORY TESTING G&AI performs visual classification and any of a number of laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C - Boring Logs and Laboratory Results. Laboratory tests and procedures routinely utilized, as appropriate, for geotechnical investigations are tabulated below. iesi Procedure Descrlpt�urr ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75-µm) Sieve ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D1883 Standard Test Method for CBR (California Bearing Ratio) of Laboratory -Compacted Soils ASTM D2166 Standard Test Method for Unconfined Compressive Strength of Cohesive Soil ASTM D2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D2434 Standard Test Method for Permeability of Granular Soils (Constant Head) ASTM D2435 Standard Test Methods for One -Dimensional Consolidation Properties of Soils Using Incremental Loading G&AI Project No. FN11317.00 Page 3 Test Proeec ure pe crlpklor« ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D2488 Standard Practice for Description and Identification of Soils (Visual -Manual Procedure) ASTM D2850 Standard Test Method for Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soil ASTM D2937 Standard Test Method for Density of Soil in Place by the Drive -Cylinder Method ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D4546 Standard Test Methods for One -Dimensional Swell or Settlement Potential of Cohesive Soils ASTM D4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method ASTM D4644 Standard Test Method for Slake Durability of Shales and Similar Weak Rocks ASTM D4647 Standard Test Method for Identification and Classification of Dispersive Clay Soils by the Pinhole Test ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4767 Standard Method for Consolidated Undrained Triaxial Compression Test for Cohesive Soils ASTM D4972 Standard Test method for pH of Soils Manufacturer's Instructions Soil Strength Determination Using a Torvane Tex-145-E Determining Sulfate Content in Soils - Calorimetric Method 4.0 SITE CONDITIONS 4.1 General Topography. A United States Geological Survey (USGS) topographic map of the site is provided in Appendix D - USGS Topographic Map. Site Photographs. Photographs representative of the site at the time of this investigation are provided in Appendix E - Site Photographs. 4.2 Geology Geologic Formation. Based on available surface geology maps and our experience, it appears this site is located in the Fort Worth Limestone and Duck Creek Formation and Goodland Limestone and Walnut Clay, undivided near the Kiamichi Formation with Alluvium and Terrace Deposits. A geologic atlas and USGS formation description for each are provided in Appendix F - Geologic Information. Soils within the Fort Worth Limestone and Duck Creek Formation along with the Goodland Limestone and Walnut Clay can generally be characterized as clay with limestone and marl. Soils within the Kiamichi Formation can G&AI Project No. FN11317.00 Page 4 generally be characterized as clay with limestone. The alluvium and terrace deposits consist of predominantly sand, silts, gravel and clay. Geologic Faults. A geologic fault study was beyond the scope of this investigation. 4.3 Soil/Rock Strati r aghy. Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C - Boring Logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix G - Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. Gt�nera IIzi2d Subsurface Canditions at proposed Pedestnara Bridges (Bu r I rkgs 6 .0 1 to El-04) Nominal De-vtfi. feet bgs except as Noted) General Di�scrlptlon Detailed Di.pu 1ptfon'af Soils/Mal:eriaN Encountered Top of 13attarn be layer Layer _ 0 6 to 35 FAT CLAY Very stiff to hard, FAT CLAY (CH), stiff to very stiff LEAN LEAN CLAY CLAY WITH SAND (CL) / SANDY LEAN CLAY (CL) and firm CLAYEY SAND to very stiff, CLAYEY SAND (SC). 6 to 23 28 to 40 SILTY SAND Loose to medium dense, SILTY SAND (SM). 28 to 35 40 POORLY -GRADED Medium dense to very dense, POORLY -GRADED SAND SAND WITH SILT WITH SILT (SP-SM) with small gravel and very hard, gray LIMESTONE LIMESTONE. Note: Boring Termination Depth = 40 feet bgs. Generalized Subsufface Conditions aL Prapos-W I'aWflons- (Bbrings B-05 to 0-07) Nominal COO, feet bgs (Exfept as Noteri) General Detailed Des 'crlptlan of Top of Bottom of Description Soils/�vlareri�ls Enrauntered Layer Layer Hard, CLAYEY SAND (SC) and soft to hard, SANDY LEAN 0 6 to 15 CLAYEY SAND LEAN CLAY CLAY (CL) / LEAN CLAY WITH SAND (CL). EXCEPTION: B-05- Hard, CLAYEY SAND (SC) FILL at 0 to 4 feet bgs. 6 to 14 15 FAT CLAY Very stiff to hard, FAT CLAY WITH SAND (CH). EXCEPTION: B-06 —Soft, tan WEATHERED LIMESTONE at 14 to 15feet bgs. Note: Boring Termination Depth =15 feet bgs. G&AI Project No. FN11317.00 Page 5 Genaralized Subsurface Conditions along Podi�Nlrian Trial near B-08 Naminal M_-pth, feat bias (Excep# as Naked General Descrlption Detaildd 0p%riptlan of Solis/lVlakeri7ls Encountered Top of Layer Bottom of Laytt 0 7 LEAN CLAY Stiff to hard, SANDY LEAN CLAY (CL) / LEAN CLA Y WITH SAND (CL). 7 10 FAT CLAY Stiff, FAT CLAY (CH). Note. Boring Termination Depth = 10 feet bgs. Swell Potential based on Atterberg Limits. Atterberg (plastic and liquid) limits were performed on 15 shallow soil samples obtained at depths between 0- and 10-feet bgs. The plasticity index of the samples was between 9 and 47 with an average of 23 indicating that the soils have a moderate high potential for shrinking and swelling with changes in soil moisture content. 4.4 Groundwater Groundwater Levels. The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Boring No. _ B-01 Depth Groundwater Jnitially Encountered f�t..bgs) Gro1JrtOW3ter Depth after 15 Mlnutes (feet, bgs) 23.0 18.9 B-02 Not Encountered Not Encountered B-03 23.0 23.0 (Caved Depth) B-04 27.0 24.0 B-05 to B-08 Not Encountered Not Encountered Long-term Groundwater Monitoring. Long-term monitoring of groundwater conditions via piezometers was not performed during this investigation and was beyond the scope of this study. Long-term monitoring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the borings. Groundwater Fluctuations. Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The groundwater level should be expected to fluctuate throughout the years with variations in precipitation. G&AI Project No. FNI1317.00 Page 6 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Classification The seismic site classification is based on the 2012 International Building Code (IBC) and is a classification of the site based on the type of soils encountered at the site and their engineering properties. Per Table 20.3-1 of ASCE 7-10, the seismic site classification for this site is D. 5.2 Potential Vertical Soil Movements TxDOT Method Tex-124-E. Potential Vertical Rise (PVR) calculations were performed in general accordance with the Texas Department of Transportation (TxDOT) Method Tex-124- E. The Tex-124-E method is empirical and is based on the Atterberg limits and moisture content of the subsurface soils. The calculated PVR is an empirical estimate of a soil's potential for swell based upon the soil's plasticity index, applied loading (due to structures or overburden), and antecedent moisture condition. The wetter a soil's antecedent moisture condition, the lower its calculated PVR will be for a given plasticity index and load. However, soil with a higher antecedent moisture content will be more susceptible to shrinkage due to drying. Maintaining a consistent moisture content in the soil is the key to minimizing both heave and shrinkage related structural problems. Calculated PVR using TxDOT Method Tex-124-E. The PVR calculated using TxDOT Method Tex-124-E is about 1-inch near Borings B-05 and B-07 and roughly 2-inches near Borings B-06 and B-08. The calculated PVR is consistent with soil moisture conditions at the time this investigation was conducted. Soil Moisture Confirmation Prior to Construction. The calculated PVR can vary considerably with prolonged wet or dry periods. We recommend the moisture content for the upper 10 feet of soils within the building pad be assessed for consistency with this report prior to construction if: (1) an extended period of time has elapsed between the performance of this investigation and construction of the foundation, or (2) unusually wet or dry weather is experienced between the performance of this investigation and construction of the foundation. 5.3 Construction Excavations Applicability. Recommendations in this section apply to short-term construction -related excavations for this project. G&AI Project No. FN11317.00 Page 7 Sloped Excavations. All sloped short-term construction excavations on -site should be designed in accordance with Occupational Safety and Health Administration (OSHA) excavation standards. The following table addresses OSHA soil type based on the observed soils in the project borings. OHSAk Soil `l`ypv by 9�rlr��_Lonadw acid Depth Baring No, � b5HA Sall Type Depth of 7rch {Keel) D-5 5- 0 --- B-01 .�— B B B-02 B B B-03 B C B-04 B B B-05 B B B-06 B B B-07 B B B-08 B B For Type B soils, short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (H:V). For Type C soils, short-term construction excavations may be constructed with a maximum slope of 1.5:1, horizontal to vertical (H:V). Recommendations provided herein are not valid for any long-term or permanent slopes on - site. We should be contacted to review sloped excavations deeper than 10 feet. Shored Excavations. As an alternative to sloped excavations, vertical short-term construction excavations may be used in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 65 pounds per cubic foot (pcf) above the groundwater table and 95 pcf below the groundwater table. Surcharge pressures at the ground surface due to dead and live loads should be added to the lateral earth pressures where they may occur. Lateral surcharge pressures should be assumed to act as a uniform pressure along the upper 10-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the excavation at a horizontal distance equal to or greater than the excavation depth may be ignored. We recommend that no more than 200-feet of unshored excavation should be open at any one time to prevent the possibility of failure and excessive ground movement to occur. We also recommend that unshored excavations do not remain open for a period of time longer than 24-hours. Limitations. Recommendations provided herein assume there are no nearby structures or other improvements which might be detrimentally affected by the construction excavation. Before proceeding, we should be contacted to evaluate construction excavations with the potential to affect nearby structures or other improvements. Excavation Monitoring. Excavations should be monitored to confirm site soil conditions consistent with those encountered in the borings drilled as part of this study. Discrepancies G&AI Project No. FN11317.00 Page 8 in soil conditions should be brought to the attention of G&AI for review and revision of recommendations, as appropriate. 5.4 Groundwater Control Groundwater was encountered at depths as shallow as 18.9-feet bgs during the subsurface investigation. If groundwater is encountered during excavation, dewatering to bring the groundwater below the bottom of excavations may be required. Dewatering could consist of standard sump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effective. Supplemental dewatering could include submersible pumps in slotted casings, well points, or eductors. The contractor should submit a groundwater control plan, prepared by a licensed engineer experienced in that type of work. 5.5 Earthwork 5.5.1 Site preparation In the area of improvements, all concrete, trees, stumps, brush, debris, septic tanks, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and properly disposed. All vegetation should be removed and the exposed surface should be scarified to an additional depth of at least 6 inches. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. 5.5.2 proofroll Building pad and paving subgrades should be proofrolled with a fully loaded tandem axle dump truck or similar pneumatic -tire equipment to locate areas of loose subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to fill placement. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, moisture conditioned (dried or wetted, as needed) and compacted in place. 5.5.3 Grading► and Drainage Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from any foundation should be provided. Ditches or swales should be provided to carry the G&AI Project No. FN11317.00 Page 9 run-off water both during and after construction. Stormwater runoff should be collected by gutters and downspouts and should discharge away from the buildings. Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade -supported slabs such as floors, walks and paving. Trees and large bushes should be located a distance equal to at least one-half their anticipated mature height away from grade slabs. Lawn areas should be watered moderately, without allowing the clay soils to become too dry or too wet. 5.5.4 Whet !leather/Soft Subgrade Soft and/or wet surface soils may be encountered during construction, especially following periods of wet weather. Wet or soft surface soils can present difficulties for compaction and other construction equipment. If specified compaction cannot be achieved due to soft or wet surface soils, one of the following corrective measures will be required: 1. Removal of the wet and/or soft soil and replacement with select fill, 2. Chemical treatment of the wet and/or soft soil .to improve the subgrade stability, or 3. If allowed by the schedule, drying by natural means. Chemical treatment is usually the most effective way to improve soft and/or wet surface soils. G&AI should be contacted for additional recommendations if chemical treatment is planned due to wet and/or soft soils. 5.5.5 gill Select Fill. Any fill placed in building pad areas should consist of select fill. Select fill should consist of soil with a liquid limit less than 35 and a Plasticity Index between 7 and 15. The select fill should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. The subgrade to receive select fill should be scarified to a depth of 6 inches and compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum. General Fill. General fill may be placed in improved areas outside of building pad areas. General fill should consist of material approved by the Geotechnical Engineer with a liquid limit less than 50. General fill should be placed in loose lifts not exceeding 8-inches and should be uniformly compacted to a minimum of 95 percent maximum dry density (per ASTM D-698) and within ±2 percent of the optimum moisture content. G&AI Project No. FN11317.00 Page 10 Fill Restrictions. Select fill and general fill should consist of those materials meeting the requirements stated. Select fill and general fill should not contain material greater than 4- inches in any direction, debris, vegetation, waste material, environmentally contaminated material, or any other unsuitable material. Unsuitable Materials. Materials considered unsuitable for use as select fill or general fill include low and high plasticity silt (MIL and MH), silty clay (CL-ML), organic clay and silt (OH and OL) and highly organic soils such as peat (Pt). These soils may be used for site grading and restoration in unimproved areas as approved by the Geotechnical Engineer. Soil placed in unimproved areas should be placed in loose lifts not exceeding 10-inches and should be compacted to at least 92 percent maximum dry density (per ASTM D-698) and at a moisture content within ±4 percentage points of optimum. Cautionary_ Note. It is extremely important that select fill placed within building pads be properly characterized using one or more representative proctor samples. The use of a proctor sample which does not adequately represent the select fill being placed can lead to erroneous compaction (moisture and density) results which can significantly increase the potential for swelling of the select fill. The plasticity index of select fill soils placed during construction should be checked every day to confirm conformance to the project specifications and consistency with the proctor being utilized. 5.5.6 Vesting Required Testing and Inspections. Field compaction and classification tests should be performed by G&AI. Compaction tests should be performed in each lift of the compacted material. We recommend the following minimum soil compaction testing be performed: one test per lift per 2,500 square feet (SF) in the area of the building pad, one test per lift per 5,000 SF outside the building pad, and one test per lift per 100 linear feet of utility backfill. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. Classification confirmation inspection/testing should be performed daily on select fill materials (whether on -site or imported) to confirm consistency with the specifications. Liability Limitations. Since proper field inspection and testing are critical to the design recommendations provided herein, G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing is performed by another party. 5.6 Demolition Considerations Applicability. Recommendations in this section apply to the removal of any existing foundations, utilities or pavement which may be present on this site. G&AI Projed No. FN11317.00 Page 11 General. Special care should be taken in the demolition and removal of existing floor slabs, foundations, utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. Existing Foundations. Existing foundations are typically slabs, shallow footings, or drilled piers. If slab or shallow footings are encountered, they should be completely removed. If drilled piers are encountered, they should be cut off at an elevation at least 24-inches below proposed grade beams or the final subgrade elevation, whichever is deeper. The remainder of the drilled pier should remain in place. Foundation elements to remain in place should be surveyed and superimposed on the proposed development plans to determine the potential for obstructions to the planned construction. G&AI should be contacted if drilled piers are to be excavated and removed completely. Additional earthwork activities will be required to make the site suitable for new construction if the piers are to be removed completely. Existing Utilities. Existing utilities and bedding to be abandoned should be completely removed. Existing utilities and bedding may be abandoned in place if they do not interfere with planned development. Utilities which are abandoned in place should be properly pressure -grouted to completely fill the utility. Backfill. Excavations resulting from the excavation of existing foundations and utilities should be backfilled in accordance with Section 5.5.5 — Fill. Other Buried Structures. Other types of buried structures (wells, cisterns, etc.) could be located on the site. if encountered, G&AI should be contacted to address these types of structures on a case -by -case basis. 5.7 loading on Buried Structures Uplift. Buried water -tight structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Soils with any appreciable silt or sand content will likely become saturated during periods of heavy rainfall and the effective static water level will be at the ground surface. For design purposes, we recommend the groundwater level be assumed at the ground surface. Resistance to uplift pressure is provided by soil skin friction and the dead weight of the structure. Skin friction should be neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot (psf) may be used below a depth of 3 feet. Lateral Pressure. Lateral pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 95 pounds per cubic foot (pcf). This includes hydrostatic pressure but does not include surcharge loads. The lateral load produced by a G&AI Project No. FN11317.00 Page 12 surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads located a horizontal distance equal to or greater than the buried structure depth may be ignored. Vertical Pressure. Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 125 pcf. This does not include surcharge loads. The vertical load produced by a surcharge may be computed as 100 percent of the vertical surcharge pressure applied as a constant pressure over the full width of the buried structure. 5.8 Retaining Structures Applicability. G&AI was not notified of any specific retaining structures in conjunction with this project. Recommendations provided in this section are applicable to structures 5-feet or less in height. Retaining structures in excess of 5-feet should be brought to the attention of G&AI for a more detailed assessment. It is imperative that global stability be reviewed b G&AI on any retaining structure in excess of 5-feet in height. Lateral Pressure. Lateral pressures on retaining structures due to soil loading can be determined using an equivalent fluid weight of 65 pounds per cubic foot (pcf) if fill behind the wall is free -draining and above the groundwater table and 95 pcf if fill behind the wall is not free draining or is below the groundwater table. This does not include surcharge loads. This also assumes a horizontal ground surface behind the structure. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads set back behind the retaining structure at a horizontal distance equal to or greater than the structure height may be ignored. Lateral Resistance. Resistance to lateral loads may be provided by the soil adjacent to the structure. We recommend using an equivalent fluid weight of 100 pcf for lateral resistance. An allowable coefficient of sliding friction of 0.23 (using a Factor of Safety of 2) between the retaining structure concrete footings and underlying soil may be combined with the passive lateral resistance. Bearing Capacity. Assuming a minimum embedment depth of 24-inches, an allowable bearing capacity of 2,000 psf may be used for retaining structure footings (using a Factor of Safety of 3). G&AI Project No. FN11317.00 Page 13 5.9 Buried Pipe Applicability. Recommendations in this section are applicable to the design of buried piping placed by open cut methods associated with this project. Pressure on Buried Pipe. Design recommendations provided in the "Loading on Buried Structures" section of this report apply to buried piping. Thrust Restraints. Resistance to lateral forces at thrust blocks will be developed by friction developed along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.23 (using a Factor of Safety of 2) along the base of the thrust block. Passive resistance on the vertical face of the thrust block may be calculated using the allowable passive earth pressures presented below. Allowable Passive Earth pressure by Material Typn _ Mazer lal _ AlIOti AIn Passive Pressure (psq' Sand 100 x Depth in Feet Native Clay and Clayey Sand 2,000 Compacted Clay Fill 1,500 Note: Passive resistance should be neglected for any portion of the thrust block within 3 feet of the final site grade. The allowable passive resistance for native clays and clayey sand is based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. Bedding and Backfill. Pipe bedding and pipe -zone backfill for the water and sanitary sewer piping should be in accordance with TxDOT standard specification Item 400 or the local equivalent. The pipe -zone consists of all materials surrounding the pipe in the trench from six (6) inches below the pipe to 12 inches above the pipe. Trench Backfill. Excavated site soils will be utilized to backfill the trenches above the pipe -zone. Backfilled soil should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. Trench Settlement. Settlement of backfill should be anticipated. Even for properly compacted backfill, fills in excess of 8 to 10 feet are still subject to settlements over time of about 1 to 2 percent of the total fill thickness. This level of settlement can be significant for fills beneath streets. Therefore, close coordination and monitoring should be performed to reduce the potential for future movement. G&AI Project No. FNI1317.00 Page 14 5.10 Uncontrolled Fill Existing fill was encountered at the surface of Boring B-05. Existing fill extended to a depth of about 4-feet bgs. We do not have any records available during the time of this report regarding the placement of fill (e.g. reports indicating moisture -density controls and lift thickness). If compaction records are not available indicating the fill placed is engineered fill, then it will be necessary to excavate all existing uncontrolled fill from the building area and replace it with select fill prior to construction of the building pad. As an alternate, in -place density tests may be performed 'on the existing fill material to evaluate the compaction characteristics. If the existing fill material meets the specifications provided in Section 5.5.5 - Fill it is not necessary to excavate the existing fill and replace it with select fill. Our office may be contacted to provide services to evaluate the existing fill. 5.11 Foundation Systems Appropriate Foundation Types. The following foundation types are appropriate to the site based on the geotechnical conditions encountered and structure type: ® Pavilions: Slab foundation or Shallow footings, and • Pedestrian Bridges: Straight -Shaft Drilled Piers. Foundation Determination. We have assumed that structural loads will be typical for the type and size of structures proposed. Recommendations for the foundation types are presented below. Final determination of the foundation type to be utilized for this project should be made by the Structural Engineer based on loading, economic factors and risk tolerance. Foundations Ad'acent to Slopes. Foundations placed too close to adjacent slopes steeper than 5:1 (H:V) may experience reduced bearing capacities and/or excessive settlement. Recommendations provided herein assume foundations are not close enough to adjacent slopes in excess of 5:1 (H:V) to be detrimentally affected. Therefore, foundations closer than 5 times the depth of adjacent slopes, pits or excavations in excess of 5:1 (H:V) should be brought to our attention in order that we may review the appropriateness of our recommendations. Assumed Maximum Cut Depth. We have also assumed that cuts of less than 1-foot will be required to bring the site to grade. In the event cuts in the building pad exceed 1-foot, we should be notified and allowed to review the design to assess the suitability of the foundation recommendations provided. G&A1 Project No. FN11317.00 Page 15 5.11.1 Slab Foundation General. The proposed pavilions can be supported on a reinforced ground -supported slab foundation. The slab foundation should be conventionally reinforced or post -tension reinforced. The slab foundation should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system to sustain the vertical soil movements expected at this site as described above. All grade beams and floor slabs should be adequately reinforced with steel to minimize cracking as normal movements occur in the foundation soils. Bearing Capacity. The slab should be designed using a net dead load plus sustained live load bearing pressure of 1,500 psf or a net total load pressure of 2,250 psf, whichever condition results in a larger bearing surface. These bearing pressures are based on a safety factor of 3 and 2, respectively, against shear failure of the foundation bearing soils. Foundation Depth. Grade beams should be founded a minimum of 18 inches below surrounding grade (supported on native soils or select fill, depending on the subgrade treatment implemented). The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete. PTI Recommendations. A slab constructed on -grade will be subject to potential slab movements of about 2-inches near Borings B-06 and B-08 based upon the information gathered during this investigation and 1-inch near Borings B-05 and B-07. Subgrade treatment (excavation of natural ground and replacement with select fill) shall be performed to reduce the PVR to 1-inch or less near Borings B-06 and B-08. Subgrade treatment recommendations are provided in the section titled "Slab -on -Grade". The recommended foundation design parameters based on information published in the Post Tensioning Institute (PTI) Design of Post -Tensioned Slabs -on -Ground, 3rd Edition, are as follows: Allnw.ible PVR in Inches IpefSir uctural Engineer) 2 (B-06 and B-08) J Foundat!on DoW9fl Parameters per PTI 3rn Edl,Ion Edge Moisture Variation a]stance Ife tl Differential 5�hl Movement (Inches) Etritr.r LIN Edge U t 4.1 Center Lift Edge Lift 1.7 8.0 1.2 1(Subgrade Treatment) 9.0 4.6 1.0 1.4 1 (B-05 and B-07) 9.0 4.9 0.9 1.3 IMPORTANT: The above foundation design parameters assume the suggested subgrade treatment provided in the Slab -on -Grade section has been performed. The recommended foundation design parameters are applicable to climate controlled soil conditions only. These parameters are not applicable when non -climate related factors, such as vegetation, landscaping, trees, drainage, construction methods, land use, or other factors, may influence soil movement. G&AI should be contacted to evaluate the effect of non -climate related factors. G&AI Project No. FN11317.00 Page 16 Deflection Analysis. Slab deflections should be analyzed per recommendations provided in Section 5.12 - Slab -on -Grade. 5. 1.2 Shallow Footings General Requirement, Shallow strip and spread footing foundations may be used for support of the proposed pavilions provided that recommendations in the section entitled "Slab -on -Grade" are followed. Foundation Depth. Shallow strip and spread footing foundations should bear on native soil at a depth of 2-feet below the surrounding grade. Bearing _Capacity. Continuous strip footings can be proportioned using a net dead load plus sustained live load bearing pressure of 2,000 psf or a net total load bearing pressure of 3,000 psf, whichever condition results in a larger bearing surface. Individual spread footings can be proportioned using a net dead load plus sustained live load bearing pressure of 2,600 psf or a net total load bearing pressure of 3,900 psf, whichever condition results in a larger bearing surface. These bearing pressures are based on a safety factor of 3 and 2, respectively. Geometry. Individual spread footings should be at least 30 inches wide and continuous strip footing foundations should be at least 16 inches wide. Settlement. Settlement of footing foundations is influenced by a number of factors, including: load (pressure), soil consolidation properties, depth to groundwater, geometry (width and length), depth, spacing, and quality of construction. Although a detailed settlement analysis is beyond the scope of this study, settlement for foundations constructed as described above should be about 1 inch or less. Lateral Resistance. Resistance to lateral loads may be provided by the soil adjacent to the footings. We recommend using an equivalent fluid weight of 100 pcf for lateral resistance. An allowable coefficient of sliding friction of 0.23 (using a Factor of Safety of 2) between the concrete footings and underlying soil may be combined with the passive resistance. Construction and Observation. The geotechnical engineer should monitor foundation construction to verify conditions are as anticipated and that the materials encountered are suitable for support of foundations. Soft or unsuitable soils encountered at the foundation bearing level should be removed to expose suitable, firm soil. Foundation excavations should be dry and free of loose material. Excavations for foundations should be filled with concrete before the end of the workday or sooner if necessary to prevent deterioration of the bearing surface. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. if delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh G&AI Project No. FN11317.00 Page 17 bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a "mud slab" should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavation immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required and provide a working surface for the placement of formwork and reinforcing steel. 5.11.3 Straight -Shaft Drilled Piers General Requirement: The proposed pedestrian bridge structures may be supported using, straight -shaft piers (auger -excavated, steel reinforced, cast -in -place concrete piers). Drilled piers should be a minimum of 18-inches in diameter. Axial Resistance. For the axial loading design of straight shaft drilled piers, we recommend the following: Axial Capacltles of Drilled Piers near 50eing B-01 Depth Effective Soil Unit' W1 Type Allowatxl� Allowable Skin t Oct on End Bearing Capacity (psf) I )�s1 Weight (pcf)121 (W) 14 - - _ 0-5 CLAYEY SO LS 125 5 --18 CLAYEY SOILS 125 500 4,000 18 — 23 CLAYEY SO LS 65 500 6,000 23 —40 SANDY SOILS 55 250 6,000 (1) Depth below existing ground surface. (2) Effective soil unit weight based on assumed groundwater depth of 18-feet. (3) Allowable Skin Friction based on a factor of safety = 2. (4) Allowable End Bearing Capacity based on a factor of safety = 3. (5) Recommendations assume the foundation depth is greater than or equal to 3 times the foundation width. G&AI Project No. FN11317.00 Page 18 Depth { � Axial 0pacitles of Drilled Effective Soil Unit SaiI Type u, Weight (Rc�) - CLAYEY SOILS 125 Piers near Boring B-07 Allowable Ski Friction Allowable (psf) (11 Ent Bearing Capacity (psf) qs; sl 0-5 - - - 5 —10 CLAYEY SOILS 125 600 6,000 10 — 35 CLAYEY SOILS 125 700 8,000 35 — 40 SOFT ROCK 130 2,000 15,000 (1) Depth below existing ground surface. (2) Effective soil unit weight based on assumed groundwater depth greater than 40 feet. (3) Allowable Skin Friction based on a factor of safety = 2. (4) Allowable End Bearing Capacity based on a factor of safety = 3. (5) Recommendations assume the foundation depth is greater than or equal to 3 times the foundation width. Axlat Capacltles-of Drilled Piers near Baring R-03 — Depth iu Soil Type Effective Sall unit Allowable SkinFricHor4 Allowable ( ) - - Weight [pcf) ICI _ End Bearing Capacity (psfI pa 0-5 CLAYEY/SILTY SOILS 125 - _ 5 —13 CLAYEY AND SANDY 110 150 3,000 SOILS 13 — 23 SANDY SOILS 110 200 5,000 23 — 33 SAN DY 501LS 55 250 6,000 33 — 40 SANDY SOILS 55 350 6,000 (1) Depth below existing ground surface. (2) Effective soil unit weight based on assumed groundwater depth of 23-feet. (3) Allowable Skin Friction based on a factor of safety = 2. (4) Allowable End Bearing Capacity based on a factor of safety = 3. (5) Recommendations assume the foundation depth is greater than or equal to 3 times the foundation width. G&AI Project No. FN11317.00 Page 19 ftial Capacities of Drilled Piers near Boring B-04 Depth Effective 5o€l Unit Allowable Allowable Soil 1 WE! eight (pcf) Skin Fri i010 End Bearing Capacity (90) ia, 51 1nsri 0-5 CLAYEY SOILS 125 - - 5 —10 CLAYEY SOILS 125 500 4,000 10 — 24 CLAYEY SOILS 125 700 6,000 24 —40 SANDY SOILS 55 250 6,000 (1) Depth below existing ground surface. (2) Effective soil unit weight based on assumed groundwater depth of 24-feet. (3) Allowable Skin Friction based on a factor of safety = 2. (4) Allowable End Bearing Capacity based on a factor of safety = 3. (5) Recommendations assume the foundation depth is greater than or equal to 3 times the foundation width. Lateral Resistance. for resistance of lateral loads on drilled piers, we recommend the following LPILE design parameters. feet 0-3 3-18 18-20 20-40 LIJILE Pararnet�rs— LPILE Parameters Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: Ignore Strain @ % Peak Strength (E50): Ignore p-y Modulus (k): Ignore Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 1,500 psf Strain @ % Peak Strength (Eso): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cycli Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 65 pcf Undrained Cohesion: 2,000 psf Strain @ % Peak Strength (E50): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cycli Soil Type: Loose Submerged Sand Effective Soil Unit Weight: 55 pcf Friction Angle: 30 Degrees o-v Modulus (k): 20 pci G&AI Project No. FN11317.00 Page 20 W (fQe 0-3 3-40 1.01LE.PararneiOrs - wring "2 PILL Parameters Soil Type; Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: Ignore Strain @ %z Peak Strength (E50): Ignore p-y Modulus (k): Ignore Soil Type: Clay; LPILE Material Type: Very Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 2000 psf Strain @ % Peak Strength (E-sc)): 0.005 p-y Modulus (k): 1000 pci (static). 400 pci (cyclic) L P 10' Ilarametefs^00ri".6 B-03 Dept.h {feet bgs) LPILE Parameters 0-3 Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: Ignore Strain @ A Peak Strength (e54): Ignore p-y Modulus (k): Ignore 3-6 Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 1,500 psf Strain @ % Peak Strength (E50): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cyclic) 6 - 23 Soil Type: Loose Sand Effective Soil Unit Weight: 110 pcf Friction Angle: 30 Degrees p-y Modulus (k): 25 pci 23 - 33 Soil Type: Loose Submerged Sand Effective Soil Unit Weight: 55 pcf Friction Angle: 30 Degrees p-y Modulus (k): 20 pci 33 - 40 Soil Type: Dense Submerged Sand Effective Soil Unit Weight: 55 pcf Friction Angle: 38 Degrees p-y Modulus (k): 125 pci G&Al Project No. FNI1317.00 Page 21 ;Lest eA 0-3 3-24 24 - 40 LPILE Parametets-Boring 13•04 1 LPILE Farameters Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: Ignore Strain @ %: Peak Strength (E50): Ignore p-y Modulus (k): Ignore Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 1,500 psf Strain @ % Peak Strength (E50): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cyclic Soil Type: Loose Submerged Sand Effective Soil Unit Weight: 55 pcf Friction Angle: 30 Degrees v-v Modulus (k): 20 pci Uplift: The uplift force on the piers due to swelling of the active clays can be approximated by assuming a uniform uplift pressure of 1,000 psf acting over the perimeter of the shaft to a depth of 10 feet. The shaft should contain sufficient full length reinforcing steel to resist uplift forces. The uplift force due to soil swell can be neglected over the portion of the shaft in contact with any silty sand soils. Pier Spacing. Piers should not be spaced closer than three shaft diameters center to center to use the above recommended bearing capacities (diameter of larger shaft). A reduction factor of 75 percent should be used for piers placed 2 to 3 diameters apart, measured center to center. A reduction factor of 40 percent should be used for piers placed less than 2 shaft diameters apart, measured center to center. The reduction factors should be applied to allowable skin friction. Settlement: Foundation settlement for drilled piers constructed as described herein should be less than 1 inch. Groundwater: Groundwater was encountered at depths as shallow as approximately 18.9- feet bgs during the subsurface investigation. Groundwater maybe encountered during pier excavation and the risk of groundwater seepage is increased during or after periods of precipitation. Submersible pumps may be capable of controlling seepage in the pier excavation to allow for concrete placement. Applicable TxDOT Standards: Drilled pier foundations should be constructed in accordance with the requirements of TxDOT Item 416 (standard specification for construction of drilled pier foundations). This specification includes requirements for construction using casing or the slurry displacement method, as appropriate. G&AI Project No. FN11317.00 Page 22 Construction Observation: The construction of all piers should be observed as a means to verify compliance with design assumptions and to verify: 1. the bearing stratum; 2. the removal of all smear zones and cuttings; 3. that groundwater seepage, when encountered, is correctly handled; 4. that the shafts are vertical (within acceptable tolerance); and 5. ensure that the top of the shafts in contact with clay are not enlarged (mushroom shaped). Concrete Placement: Concrete should be placed immediately after the excavation has been completed. In no event should a pier excavation be allowed to remain open for more than 8 hours. Concrete should have a slump of 5 to 7 inches, and should not be allowed to strike the shaft sidewall or steel reinforcement during placement. 5.12 Slab -on -Grade Potential Vertical Slab Movements. Based on the information gathered during this investigation, a slab constructed on -grade will be subject to potential vertical slab movements of about 2-inches located near Borings B-06 and B-08 and 1-inch located near Borings B-05 and B-07. Subgrade Treatment. To reduce the PVR to 1-inch or less near Borings B-06 and B-08, we recommend that the upper 7-feet of the building pad subgrade consist of select fill. In areas where less than 7-feet of fill is required to bring the building pad to grade, we recommend that the existing soils be excavated to a depth of 7-feet below the top of the finished building pad subgrade and replaced with select fill. Subgrade treatment should extend at least 3-feet horizontally beyond the perimeter of the building. No subgrade treatment is required to reduce the PVR to 1-inch at Borings B-05 and B-07. Subgrade Treatment at Exterior Doorways. Subgrade treatment should extend beneath sidewalk areas that abut exterior doorways to the building. Failure to perform subgrade treatment in these areas can increase the probability of differential heaving between exterior sidewalks and doorways, resulting in exterior doors that won't or have difficulty opening outward due to "sticking" caused by heaving sidewalk slabs. Subgrade Moisture. The slab subgrade is prone to drying after being exposed and should be kept moist prior to slab placement. Moisture Barrier. A moisture barrier should be used beneath the slab foundation in areas where floor coverings will be utilized (such as, but not limited to, wood flooring, tile, linoleum and carpeting). G&AI Project No. FN11317.00 Page 23 Slab Deflection Analysis. Coefficient of subgrade reaction, k, values are soil, load and settlement dependent. Upon request by the Structural Engineer for this project, k value recommendations will be provided for the specific loading application in question. 5.13 Pavement Recommendations for rigid pavement and preparation of the pavement subgrade are provided in the following sections. A traffic study indicating the number and type of vehicles on which to base the pavement design was not provided. Therefore, our recommendations are based upon our experience with similar projects assuming normal vehicular loading. Any unusual loading conditions should be brought to our attention prior to finalizing the pavement design so that we may assess and modify our recommendations as necessary. 5.13.1 Rigid Pavement Portland cement concrete (PCC) with a minimum 28-day compressive strength of 3,500 pounds per square inch (psi) should be utilized for rigid pavement. Grade 60 reinforcing steel should be utilized in the transverse and longitudinal directions. The following pavement thicknesses and reinforcing are recommended: Paving Usp Thlcknpss Reinforcing Parking Areas for 5 No. 3 bars spaced on 24-inch intervals or Automobiles and Light Trucks 12 x 12 -- W5 x W5 welded wire fabric Drive Lanes and Areas Subjected to 6 No. 3 bars spaced on 18-inch intervals or Light to Medium Trucks 12 x 12 — W6 x W6 welded wire fabric Areas Receiving 7 No. 3 bars spaced on 18-inch intervals or Heavv Trucks and Dumpsters 12 x 12 — W6.5 x W6.5 welded wire fabric Contraction joints should be spaced at about 30 times the pavement thickness up to a maximum of 15 feet in any direction. Saw cut control joints should be cut within 6 to 12 hours of concrete placement. Expansion joints should be spaced a maximum of 60-feet in any direction and should be placed where the pavement abuts any structure. Dowels should have a diameter equal to 1/8 the slab thickness, be spaced on 12-inch intervals, and be embedded at least 9-inches. Where not specified herein, concrete pavement should comply with Texas Department of Transportation (TxDOT) Standard Specifications, Item 360, "Concrete Pavement", or local equivalent. 5.13.2 Pavement Subgrade Lean to fat clay is expected to be encountered or exposed at pavement subgrade. The pavement subgrade should be placed in loose lifts not exceeding 8-inches and should be G&AI Project No. FN11317.00 Page 24 uniformly compacted to a minimum of 95 percent maximum dry density (per ASTM D-698) and within ±2 percent of the optimum moisture content. We recommend the subgrade be stabilized using the following: Reagent _ Application hate Application Depth (paunds per square yard) (Inches) Lime 38 -- — - - 8 Lime stabilization should be performed in accordance with TOOT Standard Specifications, Item 260, "Lime Stabilized Subgrade", or local equivalent. 6.0 GENERAL COMMENTS Data Assumptions. By necessity, geotechnical engineering design recommendations are based on a limited amount of information about subsurface conditions. In the analysis, the geotechnical engineer must assume subsurface conditions are similar to those encountered in the borings. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. Subsurface Anomalies. Anomalies in subsurface conditions are often revealed during construction. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. Change of Conditions. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we should be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Design Review. G&AI, Inc. should be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. Construction Materials Testing and Inspection. G&AI should be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables G&AI's geotechnical engineer to stay G&AI Project No, FN11317.00 Page 25 abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer (G&AI) at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contact directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. Report Recommendations are Preliminary. Until the recommended construction phase services are performed by G&AI, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non -expansive earth fill pads and other such subsurface -related recommendations should be considered as preliminary. Liability Limitation. G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing recommended herein is performed by another party. Warranty. This report has been prepared for the exclusive use of the Client and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. G&AI Project No. FN11317.00 Page 26 Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram Appendix C - Boring Logs and Laboratory Results w 01 S a IL 5 4 LL w a U H Gorrondona and Associates BORING NUMBER B-01 11710 North Freeway, Suite 700, Houston, TX 77060 i 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax: HOU 281-469-3594; FW 817-496-1768 CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1019115 COMPLETED 1019115 GROUND ELEVATION HOLE SIZE CONTRACTOR G&AI GROUND WATER LEVELS: METHOD Auger 0 to 25-feet, Rotary Wash 25 to 40-feet _ V INITIALLY ENCOUNTERED 23.0 ft LOGGED BY DL CHECKED BY LG T AFTER 15 MIN. 18.9 ft NOTES END OF DAY Not Measured w ATTERBERG r � >_ row z w w m ? wo LIMITS Z w U ~ a. 0 w m U w a Z --J Fes- j y m rnn c a? ~ z❑ O w -� MATERIAL DESCRIPTION J� D >[ O- � �Q w., y a' ``--' OI - C 7 � N Z Q D. f!J W es- �� x w C) C7 �z W m0z O O E a) U 0 0O O �Z w U) or a U o o C� J a z 0 0_ w LEAN CLAY WITH SAND (CL)1 SANDY LEAN CLAY (CL) - Stiff to very stiff, dark gray and 8 brown, with sand seams. tsus 6-6-7 8 13 SS 15-7-8 5 10 43 14 29 82 SS 7 (12) SS 6-7-9 (16) 11 26 14 12 64 10 FST 2.00 0.3 4.0 117 15 15 - 5T 3.00 0.3 2.2 8.7 109 14 20 CLAYEY SAND (SC) - Stiff, brown. SILTY SAND (SM) -Loose to medium dense, tan SS 1-2-2 and gray. 4 18 NP 15 25 SS 3-3-3 20 6) 30 With small gravel below 33 feet. 18 SS 3-2-5 NP 27 35 7 SS 6-8-1 D 11 18 40 Gottom Or note at 4U.0 tees. Gorrondona and Associates BORING G NUMBER B-02 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 7524 Jack Nowell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 t34 Fax HOU 281-469-3594; FW 817-496-1763 CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth Texas DATE STARTED 1018115 COMPLETED 1018115 GROUND ELEVATION HOLE SIZE CONTRACTOR G&AI GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY DL CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY Not Measured ATTERBERG H- U a. a �_ W W W �� � n � W� LIMITS W MATERIAL DESCRIPTION n a. j a 0. O mQ E ° N ~Q Wj UQ Z Z p t�` �0(D �Z WdW to o' a a o U a 0 FAT CLAY WITH SAND (CH)1 SANDY FAT CLAY (CH) - Very stiff to hard, brown and gray, ST 4.50+ 0.8 12 with calcareous nodules. SS 6 12 53 20 33 80 2010 SS 6-9-13 22 12 5 55 8- 3 -23 12 53 20 33 84 SS 10-18-23 15 41 10 With weathered limestone seams below 10 feet. SS 2-5015" 13 15 S5 5-17-23 12 40 20 SS 3-6-12 11 18 25 i i i SS 5- 36 4 12 51 18 33 67 30 i 35 LIMESTONE - Very hard, gray. C 50(0.5") 50 0.25" 40 Bottom of hole at 40.0 feet. C 50(0.21) 50 0,25" Gorrondona and Associates BORING NUMBER B-03 11710 North Freeway, Suite 700, Houston, TX 77060 T 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 Telephone, HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1019115 COMPLETED 10I9115 GROUND ELEVATION HOLE SIZE CONTRACTOR G&AI GROUND WATER LEVELS: METHOD Auger 0 to 25-feet, Rotary Wash 25 to 40-feet INITIALLY ENCOUNTERED 23.0 ft LOGGED BY DL CHECKED BY LG AFTER 15 MIN. 23.0 (Caved Depth) NOTES END OF DAY Not Measured ATTERBERGLu i— v a w w a w o LIMITS w U I=-. aC7� a w� �Z� ¢ Lo rn c m ~ �" �z H F z do a Uj O J MATERIAL DESCRIPTION a- U ~ C� O� O m0� � Y` 7w� �` zv = U) p �g Ng W C7 az C�Z O a❑r N U m [� J gJ U)z U) W rn LU O e_ UU o- o 20 U a_ :5— z 0 0- LL CLAYEY SAND (5C) - Firm to very stiff, brown. ST 1.00 0.2 8 SS 9-8-9 8 26 17 9 39 SS 13-10-11 (21) 7 5 4-3-4 SILTY SAND (SM) - Loose to medium dense, SS 3 gray. 7� 5S 3 6-3 4 NIP 16 10 SS 5 10 15 SS 4-4-3 7 (7) 20 SS 2-3-7 22 10 25 POORLY -GRADED SAND WITH SILT (SP-5M) 55 8-5-7 13 NP "IMedium dense to very dense, brown, with small (12) 30 gravel. SS 7-15-13 11 28 35 SS 17-24-27 11 (51) 40 Bottom of hole at 40.0 feet. Gorrondona and Associates BORING NUMBER B-04 f'+ 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd, S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 {14 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1019115 COMPLETED 1019/15 GROUND ELEVATION HOLE SIZE CONTRACTOR G&AI GROUND WATER LEVELS: METHOD Auger 0 to 30-feet, Rotary Wash 30 to 40-feet -7- INITIALLY ENCOUNTERED 27.0 ft LOGGED BY DL CHECKED BY LG T AFTER 15 MIN. 24.0 ft NOTES END OF DAY Not Measured ATTERBERG a a z a) q N w LIMITS W S �.� o$ =L7 a o MATERIAL DESCRIPTION �w m w g c- U �^ u1� 7 a H� �z� O�¢ d �� w��� z a� t T C �' o� ra '� � Hv Z n 0± �z w� U F- F- U x �- Z� O o ii� F O� maw Y.. m ° N �" {i ;- �� �o U" az w c>z 0 ° ciin v 20 � �� 4z w U) [K D C] U D a 0 LL LEAN CLAY WITH SAND (CL)1 SANDY LEAN CLAY (CL) - Stiff to hard, brown, with sand ST 3.00 0.5 9 seams. 5S 3-5-6 7 11 SS 7 8 5 8 30 13 17 56 SS 7-8-7 8 15 SS 8-8-10 6 25 15 10 56 10 ST 4.50 0.7 9.0 124 12 15 ST 3.00 0.7 4.3 120 15 20 CLAYEY SAND (SC) - Firm, brown. ST 1.00 0.3 17 25 SILTY SAND (SM) - Loose to medium dense, i brown. SS 5-5-5 19 (10) 30 SS 3 8 3 21 NP 29 35 SS 5-8-10 17 18 40 Bottom of hole at 40.0 feet. 0 w co U, w w 3 W a Gorrondona and Associates BORING NUMBER B-05 (' 11710 North Freeway, Suite 700, Houston, TX 77060 r 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 8/28115 COMPLETED 8/28/15 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS; METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Lupe CHECKED BY LG AFTER 15 MIN. Nat Encountered NOTES END OF DAY Not Measured ATTERBERG F- v o Wm r co w w w > N rn Q W o L[MITS w a a- O MATERIAL DESCRIPTION a a H W Z_j H_C � Qf= yL c m ~^ �Z rn ~�~ U r C Z^ Wo 2 ~ m O> a o N H W w Uz O SE 0OaQ �zZ w Of a Z 0.0 a U_ CLAYEY SAND (SC) FILL - Hard, tan and brown, with limestone fragments. ST 4.50+ 8 36-26-21 2 55 (47) 2.5 SANDY LEAN CLAY (CL)1 LEAN CLAY WITH SAND (CL) - Soft to very stiff, brown, with calcareous nodules and small gravel. SS 3-2-1 8 29 16 13 51 5.0 (3) 7.5 SS 2-2-7 11 (9) 10.0 i 5S 16-20-6 (26) 21 40 16 24 78 12.5 FAT CLAY WITH SAND (CH) - Very stiff, light I il brown, with iron nodules and calcareous nodules. ST 4.25 21 15.0 Bottom of hole at 15.0 feet. a W m u� w UU r a U Gorrondona and Associates BORING NUMBER B-06 11710 North Freeway, Suite 700, Houston, TX 77060 A! a 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax: HOU 281-469-3594; FW 817-496-1768 CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 8/28115 COMPLETED 8/23/15 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Lupo CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY Not Measured IT.. op 0.0 Tc7 1 MATERIAL DESCRIPTION 1 a}. ~m 0.? az U) o o w� O w �z m O Uz w I0.—C Y v o a w ¢� N U)Y 08 'c 2 o w a h� a w o DZ u� 20 U ATTERBERG LIMITS ui z w Z w �5 U U)- �� a F 0 �z a LEAN CLAY WITH SAND (CL) - Stiff to hard, tan and gray, with weathered limestone seams. SS 20-12-20 (32) 6 2.5 SS 7-7-7 (14) 11 40 17 23 79 5.0 SS 6-10-10 (20) 24 FAT CLAY WITH SAND (CH) - Hard, brown, with silt seams. ST 4.50+ 19 68 24 44 82 7.5 10.0 ST 4.50+ 6.0 105 21 12.5 5S 5015° 8 WEATHERED LIMESTONE- Soft, tan and gray, with clay seams. 15.0 Bottom of hole at 15.0 feet. w U S LU LU F- M P and Associates BORING NUMBER B-©i 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 ElGorrondona Telephone: HOU 281-469-3347; FW 817-496-1424 Fax: HOU 281-469-3594; FW 817-496-1768 CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fat Worth, Texas DATE STARTED 8128115 COMPLETED 8128/15 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Lupe CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY Not Measured ATTERBERG E }a} w w m N N W a LIMITS} W O- U a a-U Wm o LLu� �z_j O� I—� ¢ aNi 'cap ~� �z F zr O �`J �Q � MATERIAL DESCRIPTION g a� U F- d 0 Q in09 ru Yv y� �� E � 5 o N z � a D W �� 1.0 U)2 X t=p o U.. C3 W Uz Uin U� 2O �J �z a a �- z 0.0 o LL CLAYEY SAND (SC) - Hard, reddish brown, with iron nodules. ST 4.50+ 4 31 15 16 38 2.5 ST 4.50+ 6.3 110 8 SANDY LEAN CLAY (CL) - Firm to hard, reddish brown and gray, with iron nodules. ST 4.50+ 8 35 12 23 55 5.0 SS 12-11-12 8 (23) 7.5 55 5-5-5 10 (10) 10.0 . 12.5 SS 2-2-2 21 25 17 8 61 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING RUMBIER B-88 11710 North Freeway, Suite 700, Houston, TX 77064 PAGE 1 OF 1 k 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594; FW 817496-1768 CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 8128/15 COMPLETED 8/28115 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Lupe CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY Not Measured ATTERBERG F a a. z y �n w o ��- LIMITS w �._ p O m MATERIAL DESCRIPTIONLU a U w❑ > Ci �z� O�¢ �� w� ¢� � z Q a� c m �� Z o 3z rp w Q �_ U X z o (� QZ Lu UZ O �� U N �d �J �J U)z S-z w U) +r a a❑ U a 0.0 a ri SANDY LEAN CLAY (CL)1 LEAN CLAY W ITH SAND (CL) - Stiff to hard, brown, with small gravel to 2 feet. ST 4.50+ 10 2.5 ST 4.50+ 7 SS 15-10-10 7 34 17 17 64 5.0 r i i SS 2-4-7 17 (11) FAT CLAY (CH) - Stiff, brown. 7.5 ST 2.50 27 77 30 47 99 10.0 Bottom of hole at 10.0 feet. 100 90 80 70 w 60 w ZLL Z s0 LU a 30 20 10!-- 0 C LO C iJ Particle C N C C a $! I I I I I I ! ! Size Distribution at I I I N ik 0 it ik 0 (U U Report O a N ! I I ! I I I hl I I I I I ! I I I I I I l I I I I I I ! ! ! ! I I I I I -- ! ! I ! I I I I I I I I I I ! I I I I I I 1 I I ! I I I ! ! I I I I 1 I I ! I ! I I I I I _ I I I I I I I I I I 1 4 f I ! ! I I I I I I I I I I I I I ! I I I I I I I I ! E I l [ I I I I ! E I I I I I I I I I f 1 I 1 l ! I I I I I I I I I !__ I I I I I I I I I I ! I I I I ! E I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I € I I I I I I I ! I € I I ! [ l I I I I 1 I I I I I I I I 1 I [ I I I I I I I I I I I I i 1 1 3 I I I I I ! I I I I I I I I I I I I ! I ! I f I I ! I I I I I I I I I I I I 1 3 I I I I I I I I I I I I I [ I I I I I I I I I 1 I 1 I I I I I I I I I I I I I ! I I I I I I I I I I I I I I 1 I I I E I I I I I I I I I I I I I I I I I I I I I I I I 3 I I I I I I I I I I I I I I I I I I ! 3 I I I I I I I I I I I I I I I I I 1 I I I I I I I 1 I I I I I I I I I I I I I I I I I I ! I I I I 3 I I I I I I I I I I I I I I I I I I I I I 3 I ! I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. %+3„ 0.0 % Gravel Coarse % Sand Fine % Fines Fine Coarse_- Medium 12.8 Silt _ Clay 15.3 O 0.0 0.1 1.5 70.3 LL PL D85 P60 0.4128 0.2390 D D DI5 Dt C C O NP NP 0.2075 0.1517 Material Description O USCS AASHTO A-2-4(0) SM Project No. FNI_I317.00 Client: Freese and Nichols, Inc. Project: Lake Worth 'Trail O Location: Boring 11-01 Depth: 23-25 ft. Remarks: Figure Csorrondona & Associates, Inc. Houston,___Texas GRAIN SIZE DISTRIBUTION TEST DATA 10/2612015 Client: Freese and Nichols, Inc. Project: Lake Worth Trail Project Plumber: FNI_1317.00 Location: Boring B-01 Depth: 23-25 ft. Liquid Limit: NP Plastic Limit: NP USCS Classification: SM AASHTO Classification: A-2-4(0) � w Dry Cumulative Cumulative Sample Pan Sieve Weight and Tan: Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 220.56 0.00 0.00 3/8 0.00 100.0 94 0.30 99.9 #8 2.50 98.9 910 3.50 98.4 #16 7.20 96.7 #30 20.30 90.8 #40 31.70 85.6 950 57.50 739 #100 155.60 29.5 #200 186.80 15.3 Gravel Sand Fines Cobbles Coarse Fine Total 0.1 Coarse Medium Fine Total Silt Clay Total 0.0 0.0 0.1 1.5 12.8 70.3 84.6 15.3 D5 D10 D15 D20 D30 D40 D50 D60 0.2390 D80 03460 D65 D90 D95 0.1140 0.1517 0.1796 0.2075 0.4128 0.5610 0.9123 Fineness Modulus 1.10 _ _ Gorrondona &Associates, Inc. Particle Size Distribution Report 100 00000ao o00 3 I I I I I I I I I I I I I I 90 E I 1 I I I 1 I I I I I Li I 1 I I I i I I I I I I I I I I I I I I I I I I I E I I I I - 80 I I I I I I I I I I - I I I I I I I I I I I I I I I I I I I I I - I I I I I I I 1 I I I I I I I - J I I E I [ I I I I I I 1 I I I I I I I I I I 70r- I I I I I 1 I I I I I I I I I I I I I I E f I I I I 1 I I f I I E I I I I E [ I I I I I I I I I I I I I I I I I W 60 Z I I I I I I I I I I I I I I I I I I I I I I I I I I I [ I I I I I I I I I I I I I I I I I I I LL I E I I I I I Z50 U wOf w Q 40 I E ! I I I I I I I I { I I E I I I I I 1 I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I — I I I I I I I I I I I I I I I I I 1 I 30 I I f I 1 I I I I I I I i 7 I I I I I I I _ I I I I I I I I 3 I I I I I I I I 3 I I I I I I I I I I I i I I I I I 20 I I I I I I I I I I I I I I I I 1 I I I I I I I 1 I I I I Hi I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I 1 I I 1 1 I 1 I 1 I 1! I f . I I I I I I 1 I I 1 1 1 1 ' I I I I I I O I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. +3" % Gravel _ Coarse Fine % Sand - Fine % Fines Coarse Medium Silt Clay 0.0 0.0 0.0 1.3 O 0.0 83.0 15.7 LL PL D85 0.2488 DSO 0.1808 D D D.15 DIO C C O NP NP 0.1594 0.1133 Material Description USCS AASHTO O SM A-2-4(0) Project No. FNI_1317.00 Client: Freese and Nichols, Inc. Remarks: Project: Lake Worth Trail O Location: Boring B-03 Depth: 8-10 ft. Gorrondona & Associates, Inc, Houston, Texas Figure GRAIN SIZE DISTRIBUTION TEST DATA Client: Freese and Nichols, Inc. Project: Lake Worth Trail Project Number. FNI 1317.00 Location: Boring B-03 Depth: 8-10 ft. Liquid Limit: NP Plastic Limit: NP USCS Classification: SM AASHTO Classification: A-2-4(0) M: Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 185.82 0.00 0.00 410 0.00 100.0 #16 0.10 99.9 #30 0.90 99.5 #40 2.50 98.7 #50 9.80 94.7 4100 101.10 45.6 #200 156.60 15.7 10/2612015 Cobbles Gravel Coarse Flne Total Sand Coarse Medium Fine Total Fines Silt Clay Total 0.0 0.0 0.0 1 0.0 0.0 1.3 83.0 84.3 15.7 D5 D10 D15 D20 D30 D40 D50 D60 D80 D85 D90 D95 0.0863 0.1133 0.1376 0.I594 0.1808 0.2318 0.2488 0.2702 0.3024 Fineness Modulus 0.60 Gorrondona & Associates, Inc. 100 90 80 70 LLI o LL z$a LU V as 30 2a 1a a Particle c c c 5 5 c Size �r Distribution o N # M # a # m # Report o a " # # a N ik I I I I I ! i I I I I I I I I I I I I I I I I I I 3 I I I I I I I I I I ! I I I I I I I I I I I I I I I I I I I I I i 3 3 I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I f I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I __ I I I I — I I I I I I V ! I I I I I I I I 1 I i 1 I 1 I I I I 1 I I I I I I I I I I I I ! I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I i ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I f ! ! k I V f I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I ! I I I I I I I I I I I I I I I I I I I I I I I I I 1 I i I I I I I I I I I I I I I I I — I I I I I I I I -.� I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I _ ------- I I I I I I I I I I I I I I I I I I I I I I I I I I 3 I I I I I ffI I I I I I I I I I I I I I 1 I I I I I 1 I I --- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 3 I I I ! I f I I I 1 I I I I I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. *3„ % Gravel % Sand_ Medium Fine % Fines Coarse _ Fine 15.0 Coarse 6.9 Silt Clay O 0.0 0.0 15.6 1 51.3 11.2 <> LL NP PL D85D60 D50 D30D11 0.1299 DIO C C NP 4.7194 0.3942 0.3143 0.2077 Materlal Description USCS O SP-SM AASHTO A-2-4(0) Project No. FNI_1317.00 Client: Freese and Nichols, Inc. Project: Lake Worth Trail O Location: Boring B-03 Depth: 28-30 ft. Remarks: Figure Gorrondona & Associates, Inc. Houston Texas GRAIN SIZE DISTRIBUTION TEST DATA Client: Freese and Nichols, Inc. Project: Lake Worth Trail Project Dumber: FNI_1317.00 Location: Boring B-03 Depth: 28-30 ft. Liquid Limit: NP USCS Classification: SP-SM Dry Cumulative Sample Pan and Tare Tare Tare Weight (grams) (grams) (grams) 222.60 0.00 0.00 Plastic Limit: NP AASHTO Classification: A-2-4(0) Cumulative Sieve Weight Opening Retained Percent Size (grams) Finer 3/4 0.00 100.0 318 23.30 89.5 14 33.30 85.0 48 45.80 79.4 #10 48.70 78.1 #16 56.70 74.5 #30 70.90 68.1 #40 83.50 62.5 #50 116.40 47.7 #100 182.20 18.1 #200 197.60 11.2 10/26/2015 Gobbles _ Gravel Coarse Fine Total Sand Fines Coarse Medium Fine Total Silt Clay Total 0.0 0.0 15.0 1 15.0 6.9 15.6 51.3 73.8 11.2 D5 D10 D15 D20 0.1599 D30 D40 D50 D60 D80 D85 D90 D95 0.1298 0.2077 0.2568 0.3143 1 0.3942 2.5274 4.7194 9.9507 14.2207 Fineness Modulus 2.37 Gorrondona & Associates, Inc. 100 so 60 z LL F r Z 50 !LI U EL' LU 40 0- 30 20 10 a Particle Size Distribution O I I I I N U M f Q iG 0 it Report O^ iG ik N it I { I I I I I I I I I I I I I I I 1 I I I I I I 1 1 1 1 I I I I I I I I I I I I I I I s I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 E 1 ! I I I I I I I I I I I I I I I I I I I I I ! 1 r I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I 1 I I I 1 1 I I 1 I I I I I I I I I I I I I I I I I I I I 1 3 I I I 1 I I I I I I 1 I I I I I I I I I I I I I I I I I 1 E I f I I I I I I I I I I r l I I I I I I I I I I I I I I I 1 I I I [ i I I I I I I I I I I I I I I f I I I I I I I I I I I I I I 1 I ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I k E k E I I I I I I I I I I I I I I II ! I I I ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I r I I I I I - I I 3 ! ! 1 I I I I I I I I I I I I I I I I I E f f I I I I I I I I I I I I I I I I I I I I I 1 1 I I I I I I -'- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I - - I I I I I I I I I E ! f i I I I I I I I I I I I I - I I I I I I I I ! f I I I I I I I I I I I I I I I I I I I I I I I I ! I I I r I I I ! [ V 4 I I I I I I I I I E I I I ! I [ I I I I I I I I I I I I I I I I E I f I [ I I I f 1 I I c I I I I I I I I r I I I I I I I I I I I I I r I I I I I I [ I I I E E I I I I I I I I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. +3" % Gravel % Sand % Fines Silt Clay Coarse Fine Coarse Medium 0.8 Fin_ a 43.2 O 0.0 0.0 0.0 0.2 55.8 LL PL D.85. Drn Dga D D Dip_- Cc - Cu O 0.1534 0.0823 Material Description USCS AASHTO Project No. F1V1_1317.00 Client: Freese and Nichols, Inc. Project: Lake Worth Trail O Location: Boring B-04 Depth: 8-10 ft. Remarks: Figure Gorrondona & Associates, Inc. Houston, Texas GRAIN SIZE DISTRIBUTION TEST DATA 10/26/2015 Client: Freese and Nichols, Inc. Project: Lake Worth Trail Project Number: FNI 1317.00 Location: Boring B-04 Depth: 8-10 ft. Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 132.28 0.00 0.00 #4 0.00 100.0 #8 0.30 99.8 #10 0.30 99.8 416 0.50 99.6 #30 1.00 99.2 #40 1.30 99.0 #50 2.50 98.1 #100 20.80 84.3 #200 58.50 55.9 Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 0.0 0.0 0.0 0.2 0.8 43.2 44.2 55.8 D5 D10 D15 D20 D30 D40 D50 D60 D80 D85 1390 0.1825 D95 0.0823 0.1327 0.1534 0.2310 Fineness Modulus 0.19 Gorrondona & Associates, Inc. 100 90- 70 LPL 60 Z r Z 50.-- LU V LU a 40 30 20 1017 0 Particle 5 5 Size Distribution Report 0 0 ik 9k 0 ik -- I I I I I I I I f I ! I f I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I f I I E I I I I II I I I I I I I I I I I I I I I I I I I I I I 1 ! ! I I I I I I I I I I I I I I I I I I I I I 1 I E I I I I I I I I I I I I 1 I 1 I I I I i I ! I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I ! I I I I I I I I I I I ! I I I I I I I I I I I I 1 ! 3 I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 i I I I I I I I I I I I I I I I ! I I I I I I I I ! I 1 I I I I I I I I I 1 I I I I I ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i 1 i I I I I I I I I I I I I I I ! I I I I I I - - I I I I I I I f I I I I I 1 I I I I I I I I I I I I I I I I I I I I I f f I I I I I I I I I I I I I I I -- - I I I I I I I I I I I I I I I I I I I I I 1 I 1 I I I I I I I I I E I I 1 I I I I I I 1 I I I I I ! I I I I I I I I I I ! I I I ! f I I I - I I I I I I I I I I I I I E I I I E I I I I I I I I I f I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % +3„ % Gravel Coarse % Sand - % Fines Coarse Medium Fine Silt Clay 0.5 1.4 69.4 28.7 Fine Q.Q O 0.0 0.0 LL PL D85 D60_ NP 0.2500 0.1739 D D30- CIS D1n C C11 O NP 0.1485 0.0803 Material Description O USCS AASHTO A-2-4(0) SM Project No. FNI 1317.00 Client: Freese and Nichols, Inc. Project: Lake Worth Trail O Location: Boring B-04 Depth: 33-35 t. Remarks: Figure Gorrondona & ►4ssociates, Inc. Houston, -Texas - - GRAIN SIZE DISTRIBUTION TEST DATA 10126/2015i Client: Freese and Nichols, Inc. Project: Lake Worth Trail Project Number: FNI_1317.00 Location: Boring B-04 Depth: 33-35 ft. Liquid Limit: NP Plastic Limit: NP USCS Classification: SM AASHTO Classification: A-2-4(0) Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 226.12 0.00 0.00 #4 0.00 100.0 #8 0.80 99.6 410 1.10 99.5 #16 1.70 99.2 #30 2.80 98.8 #40 4.40 98.1 #50 14.30 93.7 4100 111.80 50.6 #200 161.20 28.7 Cobbles Gravel _ Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 0.0 0.0 0.0 0.5 1.4 1 69.4 71.3 28.7 D5 D10 D15 D20 D30 0.0803 D40 D50 D60 D80 D85 D90 D95 0.1192 0.1485 0.1739 0.2309 0.2500 0.2743 0.3137 :Flnenesssodulus 0.58 Gorrondona & Associates. Inc. 6 4.5 ui m N j 3 .N 2 Q E O U 0 0 UNCONFINED COMPRESSION TEST 20 f - -- - 5 Axial 10 Strain, % 15 Sample No. 1 Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. 4.042 2.021 8.9 1.00 _ Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. 15.2 135.1 117.3 NIA NIA 2.77 5.75 2.08 Specimen height, in. Height/diameter ratio Description: Brown, SANDY LEAN CLAY (CL). LL = TPL = I PI = Assumed GS= Type: Shelby Tube Project No.: FNI_1317.00 Date Sampled: 10/8/2015 Remarks: Figure Client: Freese and Nichols, Inc. Project: Lake Worth Trail Location: Boring B-01 Depth: 13-15 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 1.5 2.5 Normal Stress, tsf Sample No. 1 S Water Content, % 13.7 Dry Density, pcf 124.3 ro Saturation, % 98.1 Void Ratio 0.3867 Diameter, in. 2.75 Height, in. 5.76 Water Content, % 13.7 Dry Density, pcf 124.3 Saturation, % 98.1 Void Ratio 0.3867 Diameter, in. 2.75 Height, in. 5.76 Strain rate, %/min. 1.00 Back Pressure, tsf 0.00 Cell Pressure, tsf 0.63 Fail. Stress, tsf 2.24 ° train, /6 14.0 Axial Strain, % Ult. Stress, tsf Strain, % Type of test; 6, Failure, tsf 2.86 Unconsolidated Undrained a, Failure, tsf 0.63 Sample Type: Shelby Tube Client: Freese and Nichols, Inc. Description: Brown, SANDY LEAN CLAY (CL). Project: Lake Worth Trail Assumed Specific Gravity= 2.76 Location: Boring B-01 Remarks; Depth: 18-20 ft. Proj. No.: FNI 1317.00 Date Sampled: 10/8/2015 TRIAXIAL SHEAR TEST REPORT Gorrondona & Associates, Inc. Figure Houston, Texas 10 7.5 ui v � 5 N Q E O U 2.5 0 0 UNCONFINED COMPRESSION TEST 10 - - 2.5 Axial 5 Strain, % 7.5 Sample No. 1 Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % _ Strain rate, %/min. 9.006 4.503 6.5 1.00 Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. _ _ 12.2 139.5 124.3 NIA NIA 2.77 5.77 2.08 Height/diameter ratio Description: Brown, LEAN CLAY WITH SAND (CL). LL = I PL = pl = Assumed GS= Type: Shelby Tube Project No.: FNI_1317.00 Date Sampled: 10/8/2015 Remarks: figure Client: Freese and Nichols, Inc. Project. Lake Worth Trail Location: Boring B-04 Depth: 13-15 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 6 4.5 - vi N 3 .N Q 1 O- U 1.5 0 0 UNCONFINED COMPRESSION TEST 20 - — -. - - - — - - - _.- 5 Axial 10 Strain, % 15 Sample No. 1 Unconfined strength, tsf 4.345 _ 2.173 Undrained shear strength, tsf Failure strain, % Strain rate, %fmin_ _ 15.6 1.00 Water content, % 14.9 Wet density, pcf Dry density, pcf 137.4 119.6 NIA Saturation, % Void ratio NIA Specimen diameter, in. 2.75 5.76 Specimen height, in. Height/diameter ratio 2.09 Description: Brown, SANDY LEAN CLAY (CL). LL = I PL v I PI = Assumed GS- Type: Shelby Tube Project No.: FNI 1317.00 Date Sampled: 10/8/2015 Remarks: Figure Client: Freese and Nichols, Inc. Project: Lake Worth Trail Location: Boring B-04 Depth: 18-2011. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 10 vi rn N CL ---- E o U 2.5 0 0 UNCONFINED COMPRESSION TEST - 4 - -- - - -- - - - 1 Axial 2 Strain, % 3 Sample No. 1 Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. 5.965 2.982 2.2 1.00 Water content, % Wet density, pcf Dry density, pcf Saturation, % 21.5 127.3 104.8 NIA ._..... Void ratio Specimen diameter, in. Specimen height, in. . _ ..... NIA 2.74 5.77 2.11 Height/diameter ratio Description: Olive and gray, FAT CLAY WITH SAND (CH). LL o PL = PI I Assumed GS= Type: Shelby Tube Project No.: FNI_1317.00 Date Sampled: 8/28/2015 Remarks: 1=igure Client: Freese and Nichols, Inc. Project: Lake Worth Trail Location: Boring B-06 Depth: 9-10 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 1 7.5 N tri 5 cn N Tv Q E O U 2.5 0 UNCONFINED COMPRESSION TEST 0 0 0.5 1 1.5 2 Axial Strain, % Sample No. 1 Unconfined strength, tsf 6.297 Undrained shear strength, tsf 3.149 Failure strain, % 1.2 Strain rate, %/min. 1.00 Water content, % 7.9 Wet density, pcf 118.9 Dry density, pcf 110.2 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.74 Specimen height, in. 5.75 Heightldiarneter ratio 2.10 Description: Reddish brown, CLAYEY SAND (SQ. LL = PL PI = Assumed GS= Type: Shelby Tube Project No.: FNI_1317.00 Client: Freese and Nichols, Inc. Date Sampled: 8/28/2015 Remarks: Project: Lake Worth Trail Location: Boring B-07 Depth: 2-4 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston. Texas Axial Strain, % Sample No. 1 Unconfined strength, tsf 6.297 Undrained shear strength, tsf 3.149 Failure strain, % 1.2 Strain rate, %/min. 1.00 Water content, % 7.9 Wet density, pcf 118.9 Dry density, pcf 110.2 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.74 Specimen height, in. 5.75 Heightldiarneter ratio 2.10 Description: Reddish brown, CLAYEY SAND (SQ. LL = PL PI = Assumed GS= Type: Shelby Tube Project No.: FNI_1317.00 Client: Freese and Nichols, Inc. Date Sampled: 8/28/2015 Remarks: Project: Lake Worth Trail Location: Boring B-07 Depth: 2-4 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston. Texas Description: Reddish brown, CLAYEY SAND (SQ. LL = PL PI = Assumed GS= Type: Shelby Tube Project No.: FNI_1317.00 Client: Freese and Nichols, Inc. Date Sampled: 8/28/2015 Remarks: Project: Lake Worth Trail Location: Boring B-07 Depth: 2-4 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston. Texas Appendix D - USGS Topographic Map Appendix E - Site Photographs � •z 00 x O O 0a m w w C C O I O m m L S z Z U ., If LL ',+'._ M1 _ _ LL N n OA tw L _ 0 m m (O m L Q O .0 .0 IQ (4 LL LL d m z 0 z U (3) 0 L d Appendix F - Geologic Information SiY W Q A0 1 _ m Z U- Q Z V O L CL Mineral Resources On -Line Spatial Data Kiamichi Formation Kiamichi Formation State Texas Name Kiamichi Formation Geologic age Phanerozoic I Mesozoic I Cretaceous -Early [Comanchean] Original map label Kki comments Kiamichi--clay and limestone in alternating units 0.1-5 ft thick; some sandstone. Clay, calcareous, olive brown, about 2/0 of formation. Limestone, mostly aphanitic and bioclastic, fetid, nodular -weathering. Sandstone fine- grained, mod.well sorted, calcareous, burrowed, beds 0.1-0.2 ft thick. Marine fossils are Gryphaea, some Pecten in sandstone. Thickness of Kiamichi Fm 20-50 ft thins southward in Dallas Sheet (1972). Primary rock type clay or tied Secondary rock type limestone Other rock types sandstone Lithologic constituents Major Unconsolidated > Fine -detrital > Clay (Bed) Minor Sedimentary > Clastic > Sandstone (Bed) Sedimentary > Carbonate > Limestone (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Sherman Sheet, Geologic Atlas of Texas: University of Texas at Austin, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1983, Lubbock Sheet, Geologic Atlas of Texas: University of Texas at Austin, Bureau of Economic Geology, scale 1:250,000. Freeman, V.L., 1964, Geologic map of the Indian Wells quadrangle, Terrell and Brewster Counties, Texas: U.S. Geological Survey Miscellaneous Investigations Series Map I-395. [http://pubs.er.usgs.gov/publication/i395] Counties Bailey - Cooke - Denton - Grayson - Lamb - Lynn - Montague - Parker - Tarrant - Wise Show this information as [XML] - []SON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKki;0 Page Contact Information: Peter Schweitzer AM Usti- sf-;Pntar a rhanying worlril - Mineral Resources > Online Spatial Data > Geology > by state > Texas Fort Worth (Limestone and Duck, Creek Formation, undivided Fort Worth Limestone and Duck Creek Formation, undivided State Texas Name Fort Worth Limestone and Duck Creek Formation, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous -Early Original map label Kfd Comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1-5 ft thick, forms low rolling hills. Thickness 25- 35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness 25-30 ft. Primary rock type limestone Secondary rock type mudstone Other rock types clay or mud Lithologic constituents Major Sedimentary > Carbonate > Limestone (Bed) Minor Unconsolidated > Fine-detrita[ > Clay (Bed) Unconsolidated > Marl (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1: 250, 000. Counties Cooke - Denton - Grayson - Montague - Tarrant - Wise Show this information as [XMQ - []SON] U.S. Department of the Interior I U.S. Geological Survey URI_: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKfd;0 Page Contact Information: Peter Schweitzer Ile] -- sripnro fora rh hying word rr ■ Goodland Limestone and Walnut Clay, undivided Goodland Limestone and Walnut Clay, undivided State Texas Name Goodland Limestone and Walnut Clay, undivided Geologic aye Phanerozoic I Mesozoic I Cretaceous -Early [Comanchean] Original map label Kgw Comments Goodland Limestone intergradational laterally with Comanche Peak Ls. and differs from it chifly in that the Goodland is more coarsely nodular, contains fewer and thinner clay beds, and massive resistant Is. beds are more numerous; upper 5 ft massive, bioclast-packed aphanitic Is and Is. compose of ooiites in sparry calcite; thickness 90 +- ft. Walnut Clay clay and limestone about equally abdt. Limest. aphanitic, in part bioclastic. Clay fossilif., calcar., olive brown, weathers yell-brn. Thickness 30+-ft. Primary rock type limestone Secondary rock type clay 0r mud Other rock types Lithologic constituents Major Sedimentary > Carbonate > Limestone (Bed) Minor Sedimentary > Clastic > Mudstone > Claystone (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M, and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Cooke -- Denton - Grayson - Johnson - Montague - Parker - Tarrant - Wise Show this information as [XML.] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKgw;O Page Contact Information: Peter Schweitzer Mineral Resources On -Line Spatial Data �► s � � r: r: f: ` ! i 1 r alil.lVillm alluvium state Texas Name alluvium Geologic age Phanerozoic I Cenozoic I Quaternary I Holocene Original map label Qa I Comments alluvium and low terrace deposits along streams, sand, silt, clay, and gravel. Thickness variable. The unit appears on Geologic Map of Texas on the lagoon side of barrier islands where they represent lagoon and wind - tidal -flat sand and clay. These deposits of clay and silty, clayey fine to v. fine quartz sand and shell sand accumulate on alternately dry and flooded barren flats 0.3 m below to 1 m above mean sea level. Mapped areas include active eolian sand dunes on the landward side of barrier islands. Primary rock type sand Secondary rock type silt Other rock types clay or mud; gravel Lithologic constituents Major Unconsolidated > Coarse -detrital (Alluvial) Unconsolidated > Fine -detrital (Alluvial) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1974, Austin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1974, San Antonio Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1976, Crystal City -Eagle Pass Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Palestine Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ................................................................................................................................................. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1968, Beaumont Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ............................................................................................................................................................................................................................. Bureau of Economic Geology, 1975, Corpus Christi Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1982, Houston Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Anderson - Andrews - Angelina - Aransas - Archer - Armstrong - Atascosa - Austin - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosclue - Bowie - Brazoria - Brewster - Briscoe - Brooks - Brown - Burleson - Burnet - Caldwell - Calhoun - Callahan - Cameron - Camp - Cass - Chambers - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Coma! - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Culberson - Dallam - Dallas - Dawson - Deaf Smith - Delta - Denton -- DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ector - Edwards - Ellis - El Paso - Erath - Fannin - Fayette - Fisher - Floyd - Foard - Fort Bend - Franklin - Freestone - Frio - Galveston - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - Hardin -- Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Howard - Hudspeth - Hunt - Hutchinson - Irion - Jack - Jackson - Jasper - Jeff Davis - Jefferson - Jim Hogg - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kenedy - Kent - Kerr - Kimble - King - Kinney - Kleberg - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Liberty - Limestone - Live Oak - Llano - Loving - Lubbock - McCulloch - McLennan - McMullen - Madison - Marion - Martin - Mason - Matagorda - Maverick - Medina - Menard - Midland - Milarn - Mills - Mitchell - Montague - Montgomery - Morris - Motley - Mineral Resources On -Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Terrace deposits Terrace deposits state Texas Name Terrace deposits Geologic age Phanerozoic ! Cenozoic I Quaternary I Pleistocene Holocene Original map label Qt Comments Sand, silt, clay, and gravel in various proportions, with gravel more prodominent in older, higher terrace deposits. Locally indurated with calcium carbonate (caliche) in terraces along streams. Along Colorado River clasts mostly limest., chert, quartz, and various igneous and metamorphic rocks from Llano region and Edwards Plateau. Includes point bar, natural levee, stream channel deposits along valley walls; probably in large part correlatives of Deweyville, Beaumont, Lissie, and Willis deposits. In upland regions (Rolling Plains, Edwards Plateau, etc.) unit includes fluvial terrace deposits, undivided. Light -brown, reddish -brown, gray, or yellowish -brown, gravelly quartz and lithic sand and silt to sandy gravel (Moore and Wermund, 1993). ❑eposits become increasingly fine grained on Coastal and Nueces Plains. Locally, calcium carbonate -cemented quartz sand, silt, clay, and gravel intermixed and interbedded. Low terraces of major rivers are capped by 2-4 m of clayey sand and silt. Sandy gravel on higher terraces varies somewhat in composition from river to river. Gravel commonly is rounded to angular limestone and chert pebbles and cobbles, some boulders, sparse igneous pebbles along Brazos river in places. In Bastrop Co., a deposit 27 m above Colorado River contains the Lava Creek B (Pearlette O) volcanic ash (age 0.6 Ma). Along the Frio, Leona, and Sabinal Rivers east of Uvalde, gravel is chiefly basalt and pyclastic clasts, focally cemented by iro oxide. Gravel along the Rio Grande is subrounded clasts of locally derived limestone and chert and rounded clasts of basalt, volcanic porphyry, quartzite, milky quartz, and banded chalcedony derived from the west. Primary rock type terrace Secondary rock type sand Other rock types gravel; silt; clay or mud Lithologic constituents Major Unconsolidated > Fine -detrital > Silt (Bed) Unconsolidated > Coarse -detrital > Sand (Bed) Minor Unconsolidated > Coarse -detrital > Gravel (Bed) Unconsolidated > Fine -detrital > Clay (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Moore, D.W. and Wermund, E.G., Jr., 1993a, Quaternary geologic map of the Austin 4 x 6 degree quadrangle, United States: U.S. Geological Survey Miscellaneous Investigations Series Map I-1420 (NH-14), scale 1.1,000,000. [http://pubs.er.usgs,gov/publication/il420(NH14)] Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Counties Anderson - Angelina - Archer - Armstrong - Atascosa - Austin - Bandera - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazos - Brewster - Briscoe - Brown - Burleson - Burnet - Caldwell - Callahan - Camp - Cass - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Cornal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crosby - Dallam - Dallas - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ellis - Erath - Falls - Fannin - Fayette - Fisher - Foard - Franklin - Freestone - Frio - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Hunt - Hutchinson - Jackson - Jasper - Jeff Davis - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kent - Kerr - Kimble - Kinney - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Limestone - Lipscomb - Live Oak - Llano - McCulloch - McLennan - McMullen - Madison - Marion - Mason - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Moore - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Oldham - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Rains - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Smith - Somervell - Starr - Stephens - Stonewall - Tarrant - Taylor - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Washington - Webb - Wheeler - Wichita - Wilbarger - Williamson - Wilson - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] - [.7SON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQt;o Page Contact Information: Peter Schweitzer Appendix G - Unified Soil Classification System UNIFIED SOIL CLASSIFICATION SYSTEP UNPIM 00LCi_A5Sr1CATt1WAN13 5Vf419ULcmAR-r 00AAJWQqA KiM SM S trrorvw a pmWiml6fourflatNa Dtlrr`a } 1'�4arn e�n�� tia� IR�rn S'M Ia.k tiordrd11+Mg4+>1d i# nsalir�IL oreooiii idwinom c CP t djr L>a� aaLj[t comas Mrcir*L.I.roorrrol� wrVor wh b o flip fl�i wiro� R�II t3�p�aw8„r®rdr!la�rs �C a�fyLly�l.xlia,l�++"i�rd-'or! C1se ids � 9'f. lirr GYM M64F¢�d�df•i'r�.9�Yrl�sand� AM ¢se onami ;�eLr19144. ',�. � Flmt��#�rlsr�C�ii�+'�1ftvRrt�L. d ma = rrb cwm in= fad trn a%f7m twei ;# 4040 Wm 5N elf mM116 mid a& ffmg,=2 ati �l+*xf.r+� radt��mxx.a� two (MM r: mmuef moftw lammMr#sn l4a. = ii w" Rim 4t� irr, aigaid. #m ur erda w$ SETS , id-&Wur A#& -- dlA 00m 10 vitaiYn CLAY$ ",kit-rm CL �Q��I' l+.srdy�an , tau §Vsk S" ^Nwal6k mid agwmshrdapsd ww p �oq,�aric�. ra�maa ar Mkl dmbwimum sfirm mm*craQXadt, S1Lt S' dr�� AND 9dwp d top PkElay. &1 CLAYS LqudI:nll j.3Sk 0lgmrl�udffj% ofnmbm in Fowl Hf3NLy ORMANC: S [ iaadoilrir #�a�losui: S*Ls O 80RA VcuSWCAln0RCRn-MlA� O14 1 . OP t x rl aori@ H grad•!fim rmwkmmrnk for aw GO �yq i?gi'"b 7w'A' MR Pl ralk1hml [ +144urv'A'"wmP.tbw � 4 rld r+ rA w &m rwall mlu&g Lad of dk,ml*ratY1• CtiL: Ammrbag3mtayacr-a `A' t} E120 bi am l aid 3 .. NOraryiipa1 *011+0;itwllW&Jbr6 ,� �4lML1fIMlj}iA4i►tA�A* lin��ore�wrlha.��mrLr hnsw Pt 1ta■m4 dww rtjlr#Lo�? - ala w1h PJL pmmw 7 rn pwuwziqp o tastimmmm LLLLLLidr ftwira "oo 0wo **1, ihrs ftm 1 pnernt .......... :....._..... tiaK, [�C, 11, Fc PI.JI.BMCM iCRMT 1� rm IMF, I 0 W m m 40 60 00 70 p 60 100 TERMS DESCRIBNO Soil. COOS tSTFNCY Ffrw Grainod So& Caarae Cvat,ed $Ok5 Penel rrlewf Reo dl� (is �} PenReSf E . .. ptmxwqm Son 9) } 0104 Very Eacrse RMvr 2k 0 to 10 to 1.0 FLym 1_0 to 1.5 4tn 10 Loosv 24t040% S0 1 A bD 3-Q le 10 3D A+kdGum t]>sC{Sl se 40 tG 7t7S1w l+" sw-T 3-0 to 4.5 30 to 54 Dfftw ?U to 90% Hard 4.5+ Oyu on vwy use- Q0 to i lum EOTECHNICAL ENGINEERING REPORT LAKE WORTH TRAIL - ADDENDUM #1 FORT WORTH, TEXAS GEOTECHNICAL ENGINEERING REPORT Lake Worth Trail — Addendum #1 Fort Worth, Texas Prepared by: Gorrondona & Associates, Inc. Prepared for: Freese and Nichols, Inc. 6136 Frisco Square Blvd., Suite 200 Frisco, Texas 75034 Attention: Mr. Henry Hartshorn, RLA, ASLA November 7, 2016 G&AI Project No. FN11317.,00 GORRONDONA & ASSOCIATES, INC. - TEXAS ENGINEERING FIRM REGISTRATION No. F-7933 Gorrondona & Associates, inc. I I'II 5ttISta'-.. i 1 - -1 ;1 ;11) 1 F1 I: 4 4SL'L;t V ;ilit'el.1111" -� <• iF1 rv1ari s IIL�i November 7, 2016 Mr. Henry Hartshorn, RLA, ASLA Freese and Nichols, Inc. 6136 Frisco Square Blvd., Suite 200 Frisco, Texas 75034 Re: GEOTECHNICAL ENGINEERING REPORT Labe Worth Trail —Addendum #1 Fort Worth, Texas G&A1 Project No. FNI_1317.00 Dear Mr. Hartshorn: Gorrondona & Associates, Inc. (G&Al) is pleased to submit this Geotechnical Engineering Report for the referenced project. We appreciate the opportunity of working with you. Please contact us if you have any questions or require additional services. Respectfully submitted, Lee Gurecky, P.E. Project Engineer Vivek Chikyala, P.E. Senior Geotechnical Engineer 7524 Jack Newell Blvd. south a Fort Worth, Texas 76118 0 817.496.1424 a Fax 817.496.1768 Gorronclona & Associates, Inc. —Texas Engineering Firm Registration No. F-7933 TABLE OF CONTENTS Page 1.0 Introduction.................................................................................................................... 1 2.0 Field Investigation........................................................................................................... 2 3.0 Laboratory Testing......................................................................................................... 3 4.0 Site Conditions................................................................................................................ 4 4.1 General........................................................................................................................4 4.2 Geology....................................................................................................................... 4 4.3 Soil/Rock......................................................................................................................5 4.4 Groundwater...............................................................................................................7 5.0 Analysis and Recommendations..................................................................................... 7 5.1 Seismic Site Classification........................................................................................... 7 5.2 Potential Vertical Soil Movements.............................................................................. 7 5.3 Construction Excavations............................................................................................ 8 5.4 Groundwater Control................................................................................................ 10 5.5 Earthwork..................................................................................................................10 5.5.1 Site Preparation................................................................................................. 10 5.5.2 Proofroll.............................................................................................................10 5.5.3 Grading and Drainage........................................................................................ 10 5.5.4 Wet Weather/Soft Subgrade............................................................................. 11 5.5.5 Fill....................................................................................................................... 11 5.5.6 Testing................................................................................................................12 5.6 Demolition Considerations....................................................................................... 12 5.7 Loading on Buried Structures.................................................................................... 13 5.8 Retaining Structures.................................................................................................. 14 5.9 Buried Pipe................................................................................................................ 14 5.10 Foundation Systems.................................................................................................. 15 5.10.1 Slab Foundation................................................................................................. 16 5.10.2 Straight -Shaft Drilled Piers................................................................................. 17 5.11 Slab-on-Grade........................................................................................................... 22 5.12 Pavement.................................................................................................................. 23 5.12.1 Rigid Pavement.................................................................................................. 24 5.12.2 Flexible Pavement.............................................................................................. 24 5.12.3 Pavement Subgrade...........................................................................................25 6.0 General Comments....................................................................................................... 25 APPENDICES Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram Appendix C - Boring Logs and Laboratory Results Appendix D - USGS Topographic Map Appendix E - Site Photographs Appendix F - Geologic Information Appendix G - Unified Soil Classification System GEOTECIANICAL ENGINEERING REPORT Lake Worth Trail —Addendum #1 Fort Worth, Texas 1.0 INTRODUCTION Proiect Location. The project is located along the east side of Lake Worth, south of IH-820 and west of Highway 199 in Fort Worth, Texas. The general location and orientation of the site are provided in Appendix A - Project Location Diagrams. Project Description. The project consists of the following proposed improvements: ® A pedestrian hike and bike trail, ® 1 approximately 240-feet long pedestrian bridge crossing, a 2 approximately 40-feet long small pedestrian bridge crossings at channels, and e 1 pavilion along the trail. Proiect Authorization. This geotechnical investigation was authorized by Mr. Henry Hartshorn with Freese and Nichols, Inc. and performed in accordance with G&AI Proposal No. P16-0169, R1 dated April 26, 2016. Purpose and Methodology. The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical engineering design recommendations. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the soils; and (3) perform engineering analyses, using field and laboratory data, to develop design criteria. Cautionary Statement Regarding Use of this Report. As with any geotechnical engineering report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. G&AI, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. G&AI strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact G&AI for clarification. Clarification will be provided verbally and/or issued by G&AI in the form of a report addendum, as appropriate. G&AI Project No. FNI 1317.00 Page 1 Report Specificity. This report was prepared to meet the specific needs of the client for the specific project identified. Recommendations contained herein should not be applied to any other project at this site by the client or anyone else without the explicit approval of G&Al. 2.0 FIELD INVESTIGATION Subsurface Investigation. The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B - Boring Location Diagram. Boring Nos. Depth, fact bgs mate Drilled toc(7$ion � B-01 and B-02 50 9/23/2016 and Pedestrian Bridge at River 10/14/2016 B-03 20 9/9/2016 Pavilion Area B-04 and B-05 20 9/21/2016 and Pedestrian Bridges at Channel Crossings 10/14/2016 Notes: 1. bgs = below ground surface 2. Boring locations provided in Appendix B -Boring Location Diagram were not surveyed and should be considered approximate. Borings were located by recreational hand-held GPS unit. Horizontal acci racy of such units is typically on the order of 20-feet. Boring Logs. Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C - Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. Cohesive Soil Sampling. Cohesive soil samples were generally obtained using Shelby tube samplers in general accordance with American Society for Testing and Materials (ASTM) D1587. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the undisturbed soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. Consistency of Cohesive Soils. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Granular Soil Sampling. Granular soil samples were generally obtained using split -barrel sampling procedures in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch outside diameter (CID) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (lb) hammer falling G&Al Project No. FNI_1317.00 Page 2 freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. Samples were sealed and returned to our laboratory for further examination and testing. Texas Cone Penetration (TCP) test: Texas Cone Penetration (TCP) test was used to assess the apparent in -place strength characteristics of the rock type materials. In the TCP test procedure, a 3-inch outside diameter (OD) steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Groundwater Observations. Groundwater observations are shown on the boring logs. Borehole Plugging. Upon completion of the borings, the boreholes were backfilled from the top and plugged at the surface. 3.0 LABORATORY TESTING G&AI performs visual classification and any of a number of laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C - Boring Logs and Laboratory Results. Laboratory tests and procedures routinely utilized, as appropriate, for geotechnical investigations are tabulated below. Test Procedure Destrlptian ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75-µm) Sieve ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D1883 Standard Test Method for CBR (California Bearing Ratio) of Laboratory -Compacted Soils ASTM D2166 Standard Test Method for Unconfined Compressive Strength of Cohesive Soil ASTM D2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D2434 Standard Test Method for Permeability of Granular Soils (Constant Head) G&Al Project No. FNI_1317.00 Page 3 Test Proccsdur� Descrl tlon ASTM D2435 Standard Test Methods for One -Dimensional Consolidation Properties of Soils Using Incremental Loading ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D2488 Standard Practice for Description and Identification of Soils (Visual -Manual Procedure) ASTM D2850 Standard Test Method for Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soil ASTM D2937 Standard Test Method for Density of Soil in Place by the Drive -Cylinder Method ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D4546 Standard Test Methods for One -Dimensional Swell or Settlement Potential of Cohesive Soils ASTM D4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method ASTM D4644 Standard Test Method for Slake Durability of Shales and Similar Weak Rocks ASTM D4647 Standard Test Method for Identification and Classification of Dispersive Clay Soils by the Pinhole Test ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4767 Standard Method for Consolidated Undrained Triaxial Compression Test for Cohesive Soils ASTM D4972 Standard Test method for pH of Soils Manufacturer's Instructions Soil Strength Determination Using a Torvane Tex-145-E Determining Sulfate Content in Soils - Coforimetric Method 4.0 SITE CONDITIONS 4.1 General Topography. A United States Geological Survey (USGS) topographic map of the site is provided in Appendix D - USGS Topographic Map. The map indicates the site slopes towards the river and channels. Site Photographs. Photographs representative of the site at the time of this investigation are provided in Appendix E - Site Photographs. 4.2 Geology Geologic Formation. Based on available surface geology maps and our experience, it appears the sites are located near a mapped contact of the "Fort Worth Limestone and Duck Creek Formation, undivided", "Goodland Limestone and Walnut Clay, undivided" Kiamichi Formation and alluvial and terrace Deposits. A geologic atlas and USGS formation G&AI Project No. FNI 1317.00 Page 4 description for each are provided in Appendix F - Geologic Information. Soils within the "Fort Worth Limestone and Duck Creek Formation, undivided" consist of predominantly limestone and clay. The "Goodland Limestone and Walnut Clay, undivided" consists of predominantly limestone and clay. The Kiamichi Formation consists of predominantly clayey soils with limestone layers and some sandstone. The alluvium and terrace deposits consist of predominantly sand, silts, gravel and clay. Geologic Faults. A geologic fault study was beyond the scope of this investigation. 4.3 Soil/Rock Stratigraphy. Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C - Boring Logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix G - Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. GeneraIIzed Subsurface Conditions at �roposed Pednvi; in 00dge at River (Borings B-01 and M2) NornlnaI Depth, feet Legs (Exq-- as Noted- General Description Detailed Description of Solis/Materials Encountered -ToP of Donor of Lye► Layer 0 28 to 35 PREDOMINANTLY Stiff to hard SANDY LEAN CLAY (CL) / LEAN CLAY (CL) LEAN CLAY and medium dense SILTY SAND (SM). WITH MINOR SAND 28 to 35 35 to 44 CLAYEY SAND Loose CLAYEY SAND (SC). 35 to 44 50 LIMESTONE Hard gray LIMESTONE. Note: Boring Termination Depth = 50 feet bgs. GerleraIizt d Subsurface Cop ditions at Proposed Paw IIafi IRadrig 13-03) Nominal Depth, fp+ t bgs (Except as Noted) General D!talled Deserfption of Top of 13ottorllr�f Description Soilf[1Aatrfafs.EncouC�ired Layer Layer I 0 13 FAT CLAY Hard FAT CLAY WITH SAND (CH) 13 20 WEATHERED SHALE Soft WEATHERED SHALE. Note: Boring Termination Depth = 20 feet bgs. G&AI Project No. FN1_1317.00 Page 5 Generalized Subsurface Ccndltions at Propctsed..Ped!9sWan.Br1dge at Channel (Boring 13-04) N❑mrnal Depth, foet bgs Cael4rl L7etailed L+striptlon of (Except as Nowd) oascrlption SolJtif Materlak. E nczo.unkered Top of Bottom of Layer Layer J f 0 13 LEAN CLAY Stiff to hard SANDY LEAN CLAY (CL). 13 15 CLAYEY GRAVEL Very dense CLAYEY GRAVEL (GC). 15 18 WEATHERED LIMESTONE Soft tan WEATHERED LIMESTONE. 18 20 WEATHERED SHALE Soft gray WEATHERED SHALE. Note: Boring Termination Depth = 20 feet bgs. Geriera II2ed 5uhsorfare CondItIons at Propused t'edeLtrIan 0rld�e at CtraririnJ (Bering B-051 Nominal Depth, feet bgs General Detalled Descriptldv of, IExcept-as Noted) De5cAptlorf S❑JI5/Wterlals Encountered Tap of Buitom of Dyer Layer 0 0.5 CLAYEY SAN D CLAYEY SAND (SC). 0.5 10 WEATHERED LIMESTONE Soft to hard tan WEATHERED LIMESTONE. 10 20 LIMESTONE Hard gray LIMESTONE. Note: Boring Termination Depth = 20 feet bgs. Swell Potential based on Atterberg Limits. Atterberg (plastic and liquid) limits were performed on 8 shallow soil samples obtained at depths between 2- and 10-feet bgs. The plasticity index of the samples was between 10 and 38 with an average of 23 indicating that the soils have a moderate to high potential for shrinking and swelling with changes in soil moisture content. Swell Tests. Swell tests were performed on selected clay soil samples. Swell test details are provided in Appendix C - Boring Logs and Laboratory Results. The results of the tests are summarized below. Boring Avg. Mol$wre Liquid Plastldty Applied S%relt No. Depth Content, w, Llmlt, LL Index, PI Overburden (LX) Ut.) - - - 39 — - —--Stress-" - 24 II -- 7.1 -- — -- 2.89 B-01 9 12 B-02 7 19 39 22 5.6 0.11 G&AI Project No. FNI_1317.00 Page 6 4.4 Groundwater Groundwater Levels. The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Rriring Nri. B-01 Depth Groundwater Initiaily EnOulitured Ifiw, bp) � Groundwater Depth after 15 Minutes (feet, bg3) 26.0 _ 25.0 B-02 28.0 28.0 B-03 Not Encountered Not Encountered B-04 13.0 11.0 B-05 Not Encountered Not Encountered Long-term Groundwater Monitoring. Long-term monitoring of groundwater conditions via piezometers was not performed during this investigation and was beyond the scope of this study. Long-term monitoring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the borings. Groundwater Fluctuations. Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The groundwater level should be expected to fluctuate throughout the years with variations in precipitation. 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Classification The seismic site classification is based on the 2012 International Building Code (IBC) and is a classification of the site based on the type of soils encountered at the site and their engineering properties. Per Table 20.3-1 of ASCE 7-10, the seismic site classification for this site is C. 5.2 Potential Vertical Soil Movements TOOT Method Tex-124-E. Potential Vertical Rise (PVR) calculations were performed in general accordance with the Texas Department of Transportation (TxDOT) Method Tex-124- E. The Tex-124-E method is empirical and is based on the Atterberg limits and moisture content of the subsurface soils. The calculated PVR is an empirical estimate of a soil's potential for swell based upon the soil's plasticity index, applied loading (due to structures or G&AI Project No. FNI_1317.00 Page 7 overburden), and antecedent moisture condition. The wetter a soil's antecedent moisture condition, the lower its calculated PVR will be for a given plasticity index and load. However, soil with a higher antecedent moisture content will be more susceptible to shrinkage due to drying. Maintaining a consistent moisture content in the soil is the key to minimizing both heave and shrinkage related structural problems. Calculated PVR using TxDOT Method Tex-124-E. The PVR calculated using TxDOT Method Tex-124-E is discussed in the table below: Bering No. — — B-01 and 8-02 B-03 B-04 and B-05 PVR 0n.1- 1.5 3.5 1.0 Note: 1. The PVR was calculated assuming an average to dry antecedent moisture condition as defined by Tex-124-E. Calculated PVR using Swell Test Results. The PVR based on the swell test results at Borings B-01 and B-02 is about 2-inches. The PVR based on swell test results is dependent on the moisture conditions at the time of testing. Soil Moisture Confirmation Prior to Construction. The calculated PVR can vary considerably with prolonged wet or dry periods. We recommend the moisture content for the upper 12 feet of soils within the building pad at location B-03 be assessed for consistency with this report prior to construction if: (1) an extended period of time has elapsed between the performance of this investigation and construction of the foundation, or (2) unusually wet or dry weather is experienced between the performance of this investigation and construction of the foundation. 5.3 Construction Excavations Applicability. Recommendations in this section apply to short-term construction -related excavations for this project. Sloped Excavations. All sloped short-term construction excavations on -site should be designed in accordance with Occupational Safety and Health Administration (OSHA) excavation standards. The following table addresses OSHA soil type based on the observed soils in the project borings. _ OHSA Soli Type by BodriE Location and 13 rpth — — J Boring No. OSHA Soil Type De th & Trenk:h feet} B-01 C I C G&Al Project No. FNI_1317.00 Page 8 DHSA Soil Type by SOM19 l.oi��itian and i eOffi Haring No, B-02 0-S B GSHA Sall Type Depth of Trench - 5 s. - B B-03 B B B-04 B B B-05 B A For Type B soils, short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (H:V). For Type C soils, short-term construction excavations may be constructed with a maximum slope of 1.5:1, horizontal to vertical (H:V). Where rock is encountered, short-term construction excavations may be constructed with a near vertical slope. Recommendations provided herein are not valid for any long-term or permanent slopes on -site. We should be contacted to review sloped excavations deeper than 10 feet. Shored Excavations. As an alternative to sloped excavations, vertical short-term construction excavations may be used in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 65 pounds per cubic foot (pcf) above the groundwater table and 95 pcf below the groundwater table. Surcharge pressures at the ground surface due to dead and live loads should be added to the lateral earth pressures where they may occur. Lateral surcharge pressures should be assumed to act as a uniform pressure along the upper 10-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the excavation at a horizontal distance equal to or greater than the excavation depth may be ignored. We recommend that no more than 200-feet of unshored excavation should be open at any one time to prevent the possibility of failure and excessive ground movement to occur. We also recommend that unshored excavations do not remain open for a period of time longer than 24-hours. Limitations. Recommendations provided herein assume there are no nearby structures or other improvements which might be detrimentally affected by the construction excavation. Before proceeding, we should be contacted to evaluate construction excavations with the potential to affect nearby structures or other improvements. Excavation Monitoring. Excavations should be monitored to confirm site soil conditions consistent with those encountered in the borings drilled as part of this study. Discrepancies in soil conditions should be brought to the attention of G&AI for review and revision of recommendations, as appropriate. G&AI Project No. FNI_1317.00 Page 9 5.4 Groundwater Control Groundwater was encountered at depths as shallow as 11-feet bgs during the subsurface investigation. If groundwater is encountered during excavation, dewatering to bring the groundwater below the bottom of excavations may be required. Dewatering could consist of standard sump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effective. Supplemental dewatering could include submersible pumps in slotted casings, well points, or eductors. The contractor should submit a groundwater control plan, prepared by a licensed engineer experienced in that type of work. 5.5 Earthwork 5.5.1 Site Preparation In the area of improvements, all concrete, trees, stumps, brush, debris, septic tanks, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and properly disposed. All vegetation should be removed and the exposed surface should be scarified to an additional depth of at least 6 inches. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. 5.5.2 Proofroll Building pad and paving subgrades should be proofrolled with a fully loaded tandem axle dump truck or similar pneumatic -tire equipment to locate areas of loose subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to fill placement. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, moisture conditioned (dried or wetted, as needed) and compacted in place. 5.5.3 Grading and Drainage Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from any foundation should be provided. Ditches or swales should be provided to carry the run-off water both during and after construction. Stormwater runoff should be collected by gutters and downspouts and should discharge away from the buildings. G&AI Project No. FNI_1317.00 Page 10 Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade -supported slabs such as floors, walks and paving. Trees and large bushes should be located a distance equal to at least one-half their anticipated mature height away from grade slabs. Lawn areas should be watered moderately, without allowing the clay soils to become too dry or too wet. 5.5.4 filet Weather/Soft Subg►rade Soft and/or wet surface soils may be encountered during construction, especially following periods of wet weather. Wet or soft surface soils can present difficulties for compaction and other construction equipment. If specified compaction cannot be achieved due to soft or wet surface soils, one of the following corrective measures will be required: 1. Removal of the wet and/or soft soil and replacement with select fill, 2. Chemical treatment of the wet and/or soft soil to improve the subgrade stability, or 3. If allowed by the schedule, drying by natural means. Chemical treatment is usually the most effective way to improve soft and/or wet surface soils. G&AI should be contacted for additional recommendations if chemical treatment is planned due to wet and/or soft soils. 5.5.5 Fill Select Fill. Any fill placed in building pad areas should consist of select fill. Select fill should consist of soil with a liquid limit less than 35 and a Plasticity Index between 7 and 15. The select fill should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. The subgrade to receive select fill should be scarified to a depth of 6 inches and compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum. General Fill. General fill may be placed in improved areas outside of building pad areas. General fill should consist of material approved by the Geotechnical Engineer with a liquid limit less than 50. General fill should be placed in loose lifts not exceeding 8-inches and should be uniformly compacted to a minimum of 95 percent maximum dry density (per ASTM D-698) and within ±2 percent of the optimum moisture content. Fill Restrictions. Select fill and general fill should consist of those materials meeting the requirements stated. Select fill and general fill should not contain material greater than fl- inches in any direction, debris, vegetation, waste material, environmentally contaminated material, or any other unsuitable material. G&AI Project No. FNI_1317.00 Page 11 Unsuitable Materials. Materials considered unsuitable for use as select fill or general fill include low and high plasticity silt (MIL and MH), silty clay (CL-ML), organic clay and silt (OH and OL) and highly organic soils such as peat (Pt). These soils may be used for site grading and restoration in unimproved areas as approved by the Geotechnical Engineer. Soil placed in unimproved areas should be placed in loose lifts not exceeding 10-inches and should be compacted to at least 92 percent maximum dry density (per ASTM D-698) and at a moisture content within ±4 percentage points of optimum. Cautionary Note. It is extremely important that select fill placed within building pads be properly characterized using one or more representative proctor samples. The use of a proctor sample which does not adequately represent the select fill being placed can lead to erroneous compaction (moisture and density) results which can significantly increase the potential for swelling of the select fill. The plasticity index of select fill soils placed during construction should be checked every day to confirm conformance to the project specifications and consistency with the proctor being utilized. 5.5.6 ►estingi Required Testing and Inspections. Field compaction and classification tests should be performed by G&AI. Compaction tests should be performed in each lift of the compacted material. We recommend the following minimum soil compaction testing be performed: one test per lift per 2,500 square feet (SF) in the area of the building pad, one test per lift per 5,000 SF outside the building pad, and one test per lift per 100 linear feet of utility backfill. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. Classification confirmation inspection/testing should be performed daily on select fill materials (whether on -site or imported) to confirm consistency with the specifications. Liability Limitations. Since proper field inspection and testing are critical to the design recommendations provided herein, G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing is performed by another party. 5.6 Demolition Considerations Applicability. Recommendations in this section apply to the removal of any existing foundations, utilities or pavement which may be present on this site. General. Special care should be taken in the demolition and removal of existing floor slabs, foundations, utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. G&AI Project No. FNI_1317.00 Page 12 Existing Foundations. Existing foundations are typically slabs, shallow footings, or drilled piers. If slab or shallow footings are encountered, they should be completely removed. If drilled piers are encountered, they should be cut off at an elevation at least 24-inches below proposed grade beams or the final subgrade elevation, whichever is deeper. The remainder of the drilled pier should remain in place. Foundation elements to remain in place should be surveyed and superimposed on the proposed development plans to determine the potential for obstructions to the planned construction. G&AI should be contacted if drilled piers are to be excavated and removed completely. Additional earthwork activities will be required to make the site suitable for new construction if the piers are to be removed completely. Existing Utilities. Existing utilities and bedding to be abandoned should be completely removed. Existing utilities and bedding may be abandoned in place if they do not interfere with planned development. Utilities which are abandoned in place should be properly pressure -grouted to completely fill the utility. Backfill. Excavations resulting from the excavation of existing foundations and utilities should be backfilled in accordance with Section 5.5.5 — Fill. Other Buried Structures. Other types of buried structures (wells, cisterns, etc.) could be located on the site. If encountered, G&AI should be contacted to address these types of structures on a case -by -case basis. 5.7 Loading on Buried Structures Uplift. Buried water -tight structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Soils with any appreciable silt or sand content will likely become saturated during periods of heavy rainfall and the effective static water level will be at the ground surface. For design purposes, we recommend the groundwater level be assumed at the ground surface. Resistance to uplift pressure is provided by soil skin friction and the dead weight of the structure. Skin friction should be neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot (psf) may be used below a depth of 3 feet. Lateral Pressure. Lateral pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 95 pounds per cubic foot (pcf). This includes hydrostatic pressure but does not include surcharge loads. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads located a horizontal distance equal to or greater than the buried structure depth may be ignored. Vertical Pressure. Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 125 pcf. This does not include surcharge G&AI Project No. FNI_1317.00 Page 13 loads. The vertical load produced by a surcharge may be computed as 100 percent of the vertical surcharge pressure applied as a constant pressure over the full width of the buried structure. 5.8 Retaining Structures Applicability. G&AI was not notified of any specific retaining structures in conjunction with this project. Recommendations provided in this section are applicable to structures 5-feet or less in height. Retaining structures in excess of 5-feet should be brought to the attention of G&AI for a more detailed assessment. It is imperative that global stability be reviewed by G&AI on ony retaining structure in excess of 5-feet in height - Lateral Pressure. Lateral pressures on retaining structures due to soil loading can be determined using an equivalent fluid weight of 65 pounds per cubic foot (pcf) if fill behind the wall is free -draining and above the groundwater table and 95 pcf if fill behind the wall is not free draining or is below the groundwater table. This does not include surcharge loads. This also assumes a horizontal ground surface behind the structure. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads set back behind the retaining structure at a horizontal distance equal to or greater than the structure height may be ignored. Lateral Resistance. Resistance to lateral loads may be provided by the soil adjacent to the structure. We recommend using an equivalent fluid weight of 100 pcf for lateral resistance. An allowable coefficient of sliding friction of 0.23 (using a Factor of Safety of 2) between the retaining structure concrete footings and underlying soil may be combined with the passive lateral resistance. Bearing Capacity. Assuming a minimum embedment depth of 24-inches, an allowable bearing capacity of 2,000 psf may be used for retaining structure footings (using a Factor of Safety of 3). 5.9 Buried pipe Applicability. Recommendations in this section are applicable to the design of buried piping placed by open cut methods associated with this project. Pressure on Buried Pipe. Design recommendations provided in the "Loading on Buried Structures" section of this report apply to buried piping. G&AI Project No. FNI_1317.00 Page 14 Thrust Restraints. Resistance to lateral forces at thrust blocks will be developed by friction developed along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.23 (using a Factor of Safety of 2) along the base of the thrust block. Passive resistance on the vertical face of the thrust block may be calculated using the allowable passive earth pressures presented below. AiIowable PasslYe Earth i}ressure by M�_terial TY_pe Materlal Allotvable Passive Pressure (psf) _ Native Clay and Clayey Sand 2,000 Compacted Clay Fill 1,500 Limestone 3,000 Note: Passive resistance should be neglected for any portion of the thrust block within 3 feet of the final site grade. The allowable passive resistance for native clays and clayey sand is based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. Bedding and Backfill. Pipe bedding and pipe -zone backfill for the water and sanitary sewer piping should be in accordance with TxDOT standard specification Item 400 or the local equivalent. The pipe -zone consists of all materials surrounding the pipe in the trench from six (6) inches below the pipe to 12 inches above the pipe. Trench Backfill. Excavated site soils will be utilized to backfill the trenches above the pipe -zone. Backfilled soil should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. Trench Settlement. Settlement of backfill should be anticipated. Even for properly compacted backfill, fills in excess of 8 to 10 feet are still subject to settlements over time of about 1 to 2 percent of the total fill thickness. This level of settlement can be significant for fills beneath streets. Therefore, close coordination and monitoring should be performed to reduce the potential for future movement. 5.10 Foundation Systems Appropriate Foundation Types. The following foundation types are appropriate to the site based on the geotechnical conditions encountered and structure type: • Pavilion: Slab foundation ® Pedestrian Bridges: Straight -Shaft Drilled Piers Avoidance of Mixing Foundation Types. Mixing of foundation types for a given building should be avoided. Where mixing of slab foundations and drilled piers is required for a given building, we should be contacted to review the foundation plans prepared by the Structural G&AI Project No. FNI_1317.00 Page 15 Engineer prior to construction. Slab foundations and drilled pier foundations can have incompatible movement characteristics. Foundations Adjacent to Slopes. Foundations placed too close to adjacent slopes steeper than 5:1 (H:V) may experience reduced bearing capacities and/or excessive settlement. Recommendations provided herein assume foundations are not close enough to adjacent slopes in excess of 5:1(H:V) to be detrimentally affected. Therefore, foundations closer than 5 times the depth of adjacent slopes, pits or excavations in excess of 5:1 (H.V) should be brought to our attention in order that we may review the appropriateness of our recommendations. Assumed Maximum Cut Depth. We have also assumed that cuts of less than 1-foot will be required to bring the site to grade. In the event cuts in the building pad exceed 1-foot, we should be notified and allowed to review the design to assess the suitability of the foundation recommendations provided. 5.10.1 Slab Foundation General. The proposed pavilion can be supported on a reinforced ground -supported slab foundation. The slab foundation should be conventionally reinforced. The slab foundation should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system to sustain the vertical soil movements expected at this site as described above. All grade beams and floor slabs should be adequately reinforced with steel to minimize cracking as normal movements occur in the foundation soils. Bearing Capacity. The slab should be designed using a net dead load plus sustained live load bearing pressure of 1,500 psf or a net total load pressure of 2,250 psf, whichever condition results in a larger bearing surface. These bearing pressures are based on a safety factor of 3 and 2, respectively, against shear failure of the foundation bearing soils. Foundation Depth. Grade beams should be founded a minimum of 18 inches below surrounding grade (supported on select fill or moisture conditioned soil). The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete. Deflection Analysis. Slab deflections should be analyzed per recommendations provided in Section 5.11- Slab -on -Grade. G&AI Project No. FNI_1317.00 Page 16 5.1a2 Straight -Shaft gilled Piers General Requirement: The proposed pedestrian bridge structures may be supported using, straight -shaft piers (auger -excavated, steel reinforced, cast -in -place concrete piers). Drilled piers should be a minimum of 18-inches in diameter. Axial Resistance. For the axial loading design of straight shaft drilled piers, we recommend the following: cltleti of Drilled Plum near Drrring "I Soil T 0e Effective Sail unit Allowable Allowabley Weight (VC0 SkIn Frict)Iort t`nd 6aarin8 Capacity (psfJ (P 0 -10 SAN DY SOI LS 110 - - 10 - 25 CLAYEY SOILS 125 500 4,000 25 - 28 CLAYEY SOILS 65 500 4,000 28 - 44 SANDY SOI LS 55 300 6,000 44 - 50 LIMESTONE 130 2,000 15,000 (1) Depth below existing ground surface. (2) Effective soil unit weight based on assumed groundwater depth of 25-feet. (3) Allowable Skin Friction based on a factor of safety = 2. (4) Allowable End Bearing Capacity based on a factor of safety = 3. (5) Recommendations assume the foundation depth is greater than or equal to 4 times the foundation width. Axial CApadbes of Drilled Piers near Boring k3•07 Depth f�Niaive Soil Ui1it Allowable Allowable. (Ftj I�i Soil Type Weight (pcf} iel SkinFrlctioti sf �� i*,41 end hearing Capacity (Po - 0 - 10 CLAYEY SOILS 125 - 10 - 28 CLAYEY SOILS 125 600 4,000 28 - 35 CLAYEY SOILS 65 600 6,000 35-50 LIMESTONE 130 2,000 15,000 (1) Depth below existing ground surface. (2) Effective soil unit weight based on assumed groundwater depth greater than 28 -feet. (3) Allowable Skin Friction based on a factor of safety = 2. (4) Allowable End Bearing Capacity based on a factor of safety = 3. (5) Recommendations assume the foundation depth is greater than or equal to 4 times the foundation width. G&AI Project No. FNIT1317.00 Page 17 Axial Qip adUes of Drilled Plers near Borin$ Ba04 Deptfi Effecl:iweSctllltnit Allowable Akilowal,�le (fR 4 SoIITy;�e welglit (pcf) Skin rrw.lail Fnd Hearing Capacity (psf) "' CLAYEY SOILS (psf) 0 -10 125 - - 10 -11 CLAYEY SOI LS 125 500 4,000 11-15 CLAYEY SOILS 65 600 4,000 15 - 20 LIMESTONE/SHALE 130 2,000 15,000 (1) Depth below existing ground surface. (2) Effective soil unit weight based on assumed groundwater depth of 11-feet. (3) Allowable Skin Friction based on a factor of safety = 2. (4) Allowable End Bearing Capacity based on a factor of safety = 3. (5) Recommendations assume the foundation depth is greater than or equal to 4 times the foundation width. Axial Capacltil�5 Qxf prlllcrd Effective 5011 UnitSkfn 'Type Piers firm Suring B-05 Ailowable 1 Allrawablr Depth (ft){�� all u� Selghr (Rc#j Friction {� } End Bear ing Capacity (psfl . Y l��ii rs ---�� W� --- - WEATHERED 125 0-5 - - LIMESTONE 5 - 20 LIMESTONE 1 130 2,000 15,000 (1) Depth below existing ground surface. (2) Effective soil unit weight based on assumed groundwater depth greater than 20-feet. (3) Allowable Skin Friction based on a factor of safety = 2. (4) Allowable End Bearing Capacity based on a factor of safety = 3. (5) Recommendations assume the foundation depth is greater than or equal to 4 times the foundation width. The piers should bear at least 10 feet below the final grade and at least 3 feet into the tan limestone/gray limestone/weathered shale/shale. Deeper penetrations may be necessary to develop the required skin friction and/or uplift resistance. The tan limestone contains clav seams, and care should be taken to extend the piers through any claV seams encountered to bear in competent tan limestone. Also it is possible gray limestone could be encountered within the pier shaft while drilling for the required penetration in the gray shale or tan limestone. The load carrying characteristics of the gray limestone are equal to or superior to those of the gray shale and tan limestone and the geotechnical design parameters above for the gray shale and tan limestone can be utilized in the gray limestone. G&Al Project No. FNI_1317.00 Page 18 Lateral Resistance. For resistance of lateral loads on drilled piers, we recommend the following LPILE design parameters. _ LPiLE Para titers — Boring 9-0 k Depth J&2t bgs) LPILE Parameters _ _ _ 0-3 Soil Type: Clay; LPILE Material Type: Loose Sand Effective Soil Unit Weight: 125 pcf Undrained Cohesion: Ignore Strain @ Y2 Peak Strength (E50): Ignore p-y Modulus (k): Ignore 3-6 Soil Type: Loose Sand Effective Soil Unit Weight: 110 pcf Friction Angle: 30 Degrees p-y Modulus (k): 25 pci 6 -18 Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 2,000 psf Strain @ % Peak Strength (E50): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cyclic) I8 - 25 Soil Type: Clay; LPILE Material Type: Medium Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 1,000 psf Strain @ %: Peak Strength (£50): 0.01 p-y Modulus (k): 100 pci (static) 25 - 28 Soil Type: Clay; LPILE Material Type: Medium Clay below water table Effective Soil Unit Weight: 65 pcf Undrained Cohesion: 1,000 psf Strain @ %: Peak Strength (E50): 0.01 p-y Modulus (k): 100 pci (static) 28 - 44 Soil Type: Loose Submerged Sand Effective Soil Unit Weight: 55 pcf Friction Angle: 30 Degrees p-y Modulus (k): 20 pci 44 - 50 LPILE Material Type: Weak Rock Effective Soil Unit Weight: 130 pcf Young's Modulus (Er): 10,000 psi Uniaxial Compressive Strength: 140 psi Rock Quality Designation (RQD): 75% (Assumed) Kr m: 0.0005 Note: 1. Rock Coring was not performed for this project. The RQD value is based on our experience with other projects performed in the general area. G&AI Project No. FN I_1317.00 Page 19 F- LPILE Parameters—gorinV B-G2 Depth Meet bgs) I-PlIX Pararne#ers Soil Type: Clay; LPILE Material Type: Clay _ _ 0-3 Effective Soil Unit Weight: 125 pcf Undrained Cohesion: Ignore Strain @ YZ Peak Strength (E50): Ignore p-y Modulus (k): Ignore 3 - 28 Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 2,000 psf Strain @ Y. Peak Strength (E50): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cyclic) 28 - 35 Soil Type: Clay; LPILE Material Type: Stiff Clay below water table Effective Soil Unit Weight: 65 pcf Undrained Cohesion: 2,000 psf Strain @ Yz Peak Strength (E50): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cyclic) 35 - 50 LPILE Material Type: Weak Rock Effective Soil Unit Weight: 130 pcf Young's Modulus (E,): 10,000 psi Uniaxial Compressive Strength: 140 psi Rock Quality Designation (RQD): 75% (Assumed) K,,,,: 0.0005 Note: 1. Rock Coring was not performed for this project. The RQD value is based on our experience with other projects performed in the general area. LPILE Parameters — Boring B--04 — Depth (feet bgs) LPILE PPtranletem 0-3 Soil Type: Clay; LPILE Material Type: Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: Ignore Strain @ Y2 Peak Strength (E50): Ignore p-y Modulus (k): ignore 3 -11 Soil Type: Clay; LPILE Material Type: Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 2,000 psf Strain @ Y2. Peak Strength (E50): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cyclic) 11-15 Soil Type: Clay; LPILE Material Type: Stiff Clay below water table Effective Soil Unit Weight: 65 pcf Undrained Cohesion: 2,000 psf Strain @ A Peak Strength (E50): 0.007 p-y Modulus (k): 500 pci (static), 200 pci (cyclic) 15 - 20 LPILE Material Type: Very Stiff Clay below Water Table Effective Soli Unit Weight: 65 pcf Undrained Cohesion: 3,000 psf Strain @ Yz Peak Strength (ES0): 0.005 p-y Modulus (k): 1,000 pci (static), 400 pci (cyclic) G&AI Project No. FNI_1317.00 Page 20 LPILE Paramet0s - 9oYing 8-05 Depth (feet f gti) LPILE Parametem _ 0-3 Soil Type: Clay; LPILE Material Type: Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: Ignore Strain @ h Peak Strength (e50): Ignore p-y Modulus (k): Ignore 3 - 10 LPILE Material Type: Very Stiff Clay Effective Soil Unit Weight: 125 pcf Undrained Cohesion: 3,000 psf Strain @ Y. Peak Strength (€so): 0.005 p-y Modulus (k): 1,000 pci (static), 400 pci (cyclic) 10 - 20 LPILE Material Type: Weak Rock Effective Soil Unit Weight: 130 pcf Young's Modulus (Er): 10,000 psi Uniaxial Compressive Strength: 140 psi Rock Quality Designation (RQD): 75% (Average) Kr,: 0.0005 Note: 1. Rock Coring was not performed for this project. The RQD value is based on our experience with other projects performed in the general area. gift: The uplift force on the piers due to swelling of the active clays can be approximated by assuming a uniform uplift pressure discussed in table below: Ooring No. Uplift Pressure fpsfl B-01 and B-02 1,000 B-04 and B-05 Soo The uplift pressure discussed above should be assumed acting over the perimeter of the shaft to a depth of 10-feet. The shaft should contain sufficient full length reinforcing steel to resist uplift forces. The uplift force due to soil swell can be neglected over the portion of the shaft in contact with any silty sand soils. Pier Spacing. Piers should have a minimum center -to -center spacing of at least 2.5 pier diameters. The design side shear for axial or uplift loads may be considered to vary linearly from the full value at a spacing of 2.5 times the diameter of the larger shaft to 50 percent of theedesign value at a spacing of 1 times the diameter of the larger shaft. Settlement: Foundation settlement for drilled piers constructed as described herein should be less than 1 inch. Groundwater: Groundwater was encountered at depths as shallow as approximately 11-feet bgs during the subsurface investigation. Groundwater may be encountered during pier excavation and the risk of groundwater seepage is increased during or after periods of precipitation. Submersible pumps may be capable of controlling seepage in the pier excavation to allow for concrete placement. G&AI Project No. FNI_1317.00 Page 21 Applicable TxDOT Standards: Drilled pier foundations should be constructed in accordance with the requirements of TxDOT Item 416 (standard specification for construction of drilled pier foundations). This specification includes requirements for construction using casing or the slurry displacement method, as appropriate. Construction Observation: The construction of all piers should be observed as a means to verify compliance with design assumptions and to verify: 1. the bearing stratum; 2. the removal of all smear zones and cuttings; 3. that groundwater seepage, when encountered, is correctly handled; 4. that the shafts are vertical (within acceptable tolerance); and 5. ensure that the top of the shafts in contact with clay are not enlarged (mushroom shaped). Concrete Placement: Concrete should be placed immediately after the excavation has been completed. In no event should a pier excavation be allowed to remain open for more than 8 hours. Concrete should have a slump of 5 to 7 inches, and should not be allowed to strike the shaft sidewall or steel reinforcement during placement. 5.11 Slab -on -Grade Potential Vertical Slab Movements. Based on the information gathered during this investigation, a slab constructed on -grade will be subject to potential vertical slab movements of about 3.5-inches located near Boring 8-03. Removal and replacement with select fill. To reduce the PVR of slab -on -grade to 1-inch or less, we recommend that the upper 7-feet of the building pad subgrade consist of select fill. In areas where less than 7-feet of fill is required to bring the building pad to grade, we recommend that the existing soils be excavated to a depth of 7-feet below the top of the finished building pad subgrade and replaced with select fill. Subgrade treatment should extend at least 5-feet horizontally beyond the perimeter of the building. Improvement with a combination of moisture -conditioned soil and select fill. To reduce the PVR to about 1-inch or less, we recommend that the upper 1-feet of the building pad consist of select fill underlain by 9-feet of moisture conditioned soil. In areas where less than 10- feet of fill is required to bring the building pad to grade, we recommend that the existing soils be excavated to a depth of 10-feet below the top of the finished building pad subgrade and replaced with select fill and moisture conditioned soil. Subgrade treatment should extend at least 5-feet horizontally beyond the perimeter of the building. The subgrade to receive moisture conditioned clay soil should be scarified to a depth of 6 inches. The G&AI Project No. FNI_1317.00 Page 22 scarified subgrade and moisture conditioned soil should be compacted to 92 to 96 percent of the material's maximum standard Proctor dry density (ASTM D-698) at a workable moisture level at least 4 percentage points above optimum and placed in loose lifts not exceeding 8 inches. This resulting PVR is based on the assumption that the free swell potential of the moisture -conditioned soil will be reduced to 0.75 percent or less. G&AI, Inc., should be retained to monitor and test installation of select fill and moisture conditioned soil on a full-time basis. Subgrade Treatment at Exterior Doorways. Subgrade treatment should extend beneath sidewalk areas that abut exterior doorways to the building. Failure to perform subgrade treatment in these areas can increase the probability of differential heaving between exterior sidewalks and doorways, resulting in exterior doors that won't or have difficulty opening outward due to "sticking" caused by heaving sidewalk slabs. Subgrade Moisture. The slab subgrade is prone to drying after being exposed and should be kept moist prior to slab placement. Moisture Barrier. A moisture barrier should be used beneath the slab foundation in areas where floor coverings will be utilized (such as, but not limited to, wood flooring, tile, linoleum and carpeting). Slab Deflection Analysis. Coefficient of subgrade reaction, k, values are soil, load and settlement dependent. Upon request by the Structural Engineer for this project, k value recommendations will be provided for the specific loading application in question. 5.12 Pavement Recommendations for rigid and flexible pavement and preparation of the pavement subgrade are provided in the following sections. A traffic study indicating the number and type of vehicles on which to base the pavement design was not provided. Therefore, our recommendations are based upon our experience with similar projects assuming normal vehicular loading. Any unusual loading conditions should be brought to our attention prior to finalizing the pavement design so that we may assess and modify our recommendations as necessary. Flexible asphaltic pavements subjected to soil -related shrinking and swelling do not perform as well as rigid pavements. As a result, the lifespan of flexible asphaltic pavement can be reduced substantially when compared to rigid pavement. The need for increased maintenance of flexible asphaltic pavements should be considered prior to its selection. G&AI Project No. FNI_1317.00 Page 23 5.12.1 Rigid Pavement Portland cement concrete (PCC) with a minimum 28-day compressive strength of 3,500 pounds per square inch (psi) should be utilized for rigid pavement. Grade 60 reinforcing steel should be utilized in the transverse and longitudinal directions. The following pavement thicknesses and reinforcing are recommended: Paving Use ThIrkness Reldorcing _{Inches) 5 _ Parking Areas for No. 3 bars spaced on 24-inch intervals or Automobiles and Light Trucks 12 x 12 — W5 x W5 welded wire fabric Drive Lanes and Areas Subjected to 6 No. 3 bars spaced on 18-inch intervals or Light to Medium Trucks 12 x 12 — W6 x W6 welded wire fabric Areas Receiving 7 No. 3 bars spaced on 18-inch intervals or Heavy Trucks and Dumpsters 12 x 12 — W6.5 x W6.5 welded wire fabric Contraction joints should be spaced at about 30 times the pavement thickness up to a maximum of 15 feet in any direction. Saw cut control joints should be cut within 6 to 12 hours of concrete placement. Expansion joints should be spaced a maximum of 60-feet in any direction and should be placed where the pavement abuts any structure. Dowels should have a diameter equal to 1/8 the slab thickness, be spaced on 12-inch intervals, and be embedded at least 9-inches. Where not specified herein, concrete pavement should comply with Texas Department of Transportation (TxDOT) Standard Specifications, Item 360, "Concrete Pavement", or local equivalent. 5.12.2 Flexible Pavement The following Hot Mix Asphalt (HMA) paving sections are recommended: paving U5 Asphalt Thickriess (inches) Aggregate Base Thickness linch c�s) Subgrade Thickness (inches} Parking Areas for Automobiles and Light Trucks 2 8 8 Drive Lanes and Areas Receiving Medium 3 12 8 to Heavy Trucks and Dumpsters Asphaltic concrete pavement should comply with TxDOT Standard Specifications, Item 340, "Dense -Graded Hot -Mix Asphalt (Method)", or local equivalent. The flexible base course should comply with TxDOT Standard Specifications, Item 247, Grade 2, Type A, "Flexible Base", or equivalent. G&Al Project No. FNI_1317.00 Page 24 S. 2.3 Pavement Subgrade Fat clay is expected to be encountered or exposed at pavement subgrade near Boring B-03. The pavement subgrade should be placed in loose lifts not exceeding 8-inches and should be uniformly compacted to a minimum of 95 percent maximum dry density (per ASTM D-698) and within ±2 percent of the optimum moisture content. We recommend the subgrade be stabilized using the following: Reagent Applkation Bate Apptication Depth _ (pounds per square yard) (inches) Lime 36 8 Lime stabilization should be performed in accordance with TxDOT Standard Specifications, Item 260, "Lime Stabilized Subgrade", or local equivalent. Subgrade modification is not required in pavement areas where limestone is exposed at the final pavement subgrade. 6.0 GENERAL COMMENTS Data Assumptions. By necessity, geotechnical engineering design recommendations are based on a limited amount of information about subsurface conditions. In the analysis, the geotechnical engineer must assume subsurface conditions are similar to those encountered in the borings. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. Subsurface Anomalies. Anomalies in subsurface conditions are often revealed during construction. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. Change of Conditions. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we should be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Design Review. G&AI, Inc. should be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a G&AI Project No. FNI_1317.00 Page 25 means to determine whether the plans and specifications are consistent with the recommendations contained in this report. Construction Materials Testing and Inspection. G&AI should be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables G&AI's geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer (G&AI) at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contact directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. Report Recommendations are Preliminary. Until the recommended construction phase services are performed by G&AI, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non -expansive earth fill pads and other such subsurface -related recommendations should be considered as preliminary. Liability Limitation. G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing recommended herein is performed by another party. Warranty. This report has been prepared for the exclusive use of the Client and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. G&AI Project No. FNI�1317.00 Page 26 Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram r Q � �.� - ' � l r .e�• .r, � I" � f.. <I�51�.4M��'.�_s'��m L J � �: - � F` � �V � � �4F5'r •'• i J Ill do Lr" ' C3 l'I;.r kq 6. •k 5 '" it i 5I a514f'il1 '- •r . CD. 1p • t LL *, * C) C2 4 110.1 LIII{I,I,.J'.— a-. i �1 " r InL r Appendix C - Boring Logs and Laboratory Results w a W a a LU w a U f Gorrondona & Associates Inc. BORING NUMBER B-01 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 i 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail -Addendum #1 PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas. DATE STARTED 9123/16 COMPLETED 9/23116 GROUND ELEVATION HOLE SIZE CONTRACTOR Strata Core GROUND WATER LEVELS: METHOD Hollow Stem Auger �Z INITIALLY ENCOUNTERED 26.0 ft LOGGED BY Denny CHECKED BY SS T AFTER IS MIN. 25.0 ft NOTES Auger refusal at 50-feet in gray limestone. AFTER 24 HR Not Measured Lu 0 U IL O �� O MATERIAL DESCRIPTION a LUm w g a� az � a U ~ o LU C3 O� W {A EIJ �zJ O ¢ m0� UZ z w w rm Yv O 0. w Q +n pv m N �� L �, E m 0 �, a E 2 4= o U 4❑ �^ z a �" w o LU " ❑Z w OZ �O ATTERBERG LIMITS w LU z O LU LL a I— �n �� U �_ �n g� U X (z d 10 LEAN CLAY (CL) - Hard, brown. ST 4.50+ 8 SILTY SAND (SM) - Medium dense, brown. SS 10-70 3 10 SS 5-7-10 17 10 LEAN CLAY (CL) - Hard, brown. ST 4.50+ 13 ST 4.50+ 12 39 15 24 88 20 30 ST 4.50+ 5.7 119 14 SANDY LEAN CLAY (CL) -Stiff, brown. ST 2.00 16 ri ST 1.50 .6 114 20 28 12 16 53 CLAYEY SAND - Loose, brown. SS 1-4-6 10 25 40 SS 1-2-3 5 17 SS 1(4 2 31 44 50 13 LIMESTONE - Hard, gray. SS 50/3'. C 50(0.50") 50 0.25" Bottom of hole at 50.0 feet. C 50(0.50") 50 0.25" M 'rZAGorrondona & Associates Inc. BORING NUMBER B®02 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail - Addendum #1 PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth Texas. DATE STARTED 10/14/16 COMPLETED 10/14/16 GROUND ELEVATION HOLE SIZE CONTRACTOR GEDCO GROUND WATER LEVELS: METHOD Hollow Stem Auger - -V INITIALLY ENCOUNTERED 28.0 ft LOGGED BY SS CHECKED BY SS T AFTER 15 MIN. 28.0 ft NOTES AFTER 24 HR Not Measured r.. W 0 U (L0 p J MATERIAL DESCRIPTION a �-• 0� Wm J� a� 2z U) a U o > wQ > C� O Q? w co oz-1 J=� m0 Uz z LU � N YC o o- Lu j N D!� o as �'—� `w ❑.0 E �, 0u' �, rna w C N o U 2 ° ' Q o W o �� Hz W f!?� �O v ATTERBERG LIMITS a U x � H [� 5— H_ _W N� �❑ �� �� ¢z a r- w z0� C) w 10 SANDY LEAN CLAY (CL) - Very stiff, dark brown and light brown. ST ST 4.00 11 3,50 13 LEAN CLAY WITH SAND (CL) - Hard, brown, with calcareous nodules. ST ST ST 4.50+ 13 4.50+ 19 39 17 22 84 4.50+ 6.3 106 18 20 SANDY LEAN CLAY (CL) - Stiff to hard, brown. With limestone fragments below 19-feet. SS 4-3-6 14 59 ST 4.50+ 16 i 30 ST 3.50 3.1 119 15 38 14 24 65 SS 2-9-8 17 18 40 SS 5013 8 19 LIMESTONE - Hard, gray. Bottom of hole at 50.0 feet. C 50(0.50") 50 0.25" 15 50 C 50(0.25") 50 0.25" C C 50(0.75") 50 0.25" 50(0.50") 50 0.25" c� ui N. 2 W ❑ EL w w �u a Lu g Lu w ZL U Gorrondona & Associates Inc. BORING NUMBER B-03 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 { T — Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail -Addendum 91 PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas. DATE STARTED 919116 COMPLETED 919116 GROUND ELEVATION HOLE SIZE CONTRACTOR Strata Core GROUND WATER LEVELS: METHOD Hollow Stem Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Denny CHECKED BY SS AFTER 15 MIN. Not Encountered NOTES AFTER 24 HR Not Measured V 0 iL O MATERIAL DESCRIPTION Lum u) a L > Q � 0)W �J z z w O w Q �� 0r a �za ` U �K^ " ❑ u O 20 ATTERBERG LIMITSLu z O U (40 um z FL 7i _U COgO �� �zw a FAT CLAY WITH SAND (CH) - Hard, light brown and brown. SS 4-20-17 (37) 11 SS 24-211-28 (49 11 50 15 35 83 SS 28-30-50 (80) 12 5 SS 16-15-16 (31) 10 SS 15-20-32 (52) 25 60 22 38 83 SS 44-5015" 14 10 15X WEATHERED SHALE - Soft, brown and gray. Bottom of hole at 20.0 feet. SS 7-10-19 (29) 12 20 SS 20-26-30 (56) 18 Gorrondona & Associates Inc. BORING NUMBER B-04 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail - Addendum #1 PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth, Texas. DATE STARTED 9/21/16 COMPLETED 9/21/16 GROUND ELEVATION HOLE SIZE CONTRACTOR Strata Core GROUND WATER LEVELS: METHOD Hollow Stem Auger V INITIALLY ENCOUNTERED 13.0 ft LOGGED BY Denny CHECKED BY SS Z AFTER 15 MIN. 11.0 ft NOTES AFTER 24 HR Not Measured 0 U CL OMATERIAL U DESCRIPTION LU � [r QZ cn a.o� > LU > a 0m cn ru ow UZ z W O o W ja oer❑ 1--a m U/3 U, 0)0- r- Z W o a -- z HW _ 2OU ATTERBERG LIMITS L j a- o - U K W o F 35 o aUWW U x W a SANDY LEAN CLAY (CL) - Stiff to hard, brown, with limestone and calcareous nodules. SS 9-15-11 (26) 8 X SS 8(23)4 9 35 15 20 52 . 5 — SS 7-6-6 (12) 8 SS 20-50 7 10 - SS 4-9-15 {24} 10 36 16 20 i f i i f I CLAYEY GRAVEL (GC) - Very dense, gray and brown. SS 21-5016" 17 15 WEATHERED LIMESTONE - Soft, tan. WEATHERED SHALE - Soft, dark gray, SS 44-5014" 12 -9 20 Bottom of hole at 20.0 feet. ❑ w g d 2 W 4 Q ❑ a U H W W W g a W w a U H 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 -sGorrondona & Associates Inc. BORING NUMBER B-05 Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) — Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Freese and Nichols, Inc. PROJECT NAME Lake Worth Trail - Addendum #1 PROJECT NUMBER FNI 1317.00 PROJECT LOCATION Fort Worth Texas. DATE STARTED 10/14/16 COMPLETED 10/14/16 GROUND ELEVATION HOLE SIZE CONTRACTOR GEDCO GROUND WATER LEVELS: METHOD Hollow Stem Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Denny CHECKED BY SS AFTER 15 MEN. Not Encountered NOTES AFTER 24 HR Not Measured a Qv 0 a.OLu O J MATERIAL DESCRIPTION cWi WCa a. a.z a cn a U ~ Wo � C7 OVA W Oz? M0 iz ij F--N U`" O a W j �` O m� E m Uu} y �' o m U` o z a �' o W a of " FZ rI)P �p U ATTERBERG LIMITS W o" U: w z o dJ U � �JZ a X Hp a 5 CLAYEY SAND (SC) - Dark brown, with limestone fragments. ST AU 11 3 WEATHERED LIMESTONE - Soft to hard, tan, with calcareous clay seams. AU 3 25 15 10 20 AU 10 C 50(0.75") 50 0.25" AU 3 30 15 15 21 AU 4 15 LIMESTONE - Hard, gray. Bottom of hole at 20.0 feet. C FAU 50(0.25") 50 0.25" 7 20 C 50(0.25") 50 0.25" 50(0.75") 50 0.25" AU C 6 A 4.5 1.5 0 UNC®NFINEU COMPRESSION TEST 2 0 0.5 1 1.5 Axial Strain, % Sample No. 1 Unconfined strength, tsf _ 5.708 2.854 1.5 _ Undrained shear strength, tsf Failure strain, % _ Strain rate, %Imin. 0.39 Water content, % 14.4 Wet density, pcf 135.6 Dry density, pcf 118.6 Saturation, % N/A Void ratio NIA Specimen diameter, in. 2.78 Specimen height, in. 5.75 Height/diameter ratio 2.07 Description: LL q I PL = Pl = Assumed GS= Type: Shelby Tube Project No.: FNI 1317.00 Client: Freese and Nichols, Inc. Date Sampled: 9/23/2016 Remarks: Project: Lake Worth Trail - Addendum #1 Location: B-01 Sample lumber: 3 Depth: 13.0-15.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Pni ictnn Tcvnc 0.6 0.45 N ui 0.3 - w Q O U 0.15 0 0 UNCONFINED COMPRESSION TEST 10 - - - C 2.5 Axial Strain, 5 % 7.5 Sample No. 1 Unconfined strength, tsf 0.565 Undrained shear strength, tsf Failure strain, % 0.283 6.1 Strain rate, %/min. 1.00 Water content, % Wet density, pcf 19.5 136.3 Dry density, pcf 114.1 Saturation, % Void ratio N/A NIA Specimen diameter, in. 2.70 Specimen height, in. Height/diameter ratio 5.75 2.13 Description: LL = 28 PL #- 12 PI I6 Assumed GS= Type: Shelby Tube Project No.: FNI 1317.00 Date Sampled: 09/23/2016 Remarks: Figure Client: Freese and Nichols, Inc. Project: Lake Worth Trail - Addendum 41 Location: B-01 Sample Number: 4 Depth: 23.0-25.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 10 7.5 0 2) i 7 N Q E O -- U 2.5 0 0 UNCONFINED COMPRESSION TEST --1 10 -- 2.5 Axial 5 Strain, % 7.5 Sample No. 1 Unconfined strength, tsf 6.332 Undrained shear strength, tsf 3.166 Failure strain, % Strain rate, %/min. 7.1 1.00 Water content, % 18.4 Wet density, pcf Dry density, pcf 125.8 106.2 NIA Saturation, % Void ratio Specimen diameter, in. N/A 2.76 Specimen height, in. Height/diameter ratio _ 5.77 2.09 Description: LL = PL o ICI Assumed GS= Type: Shelby Tube Project No.: FNI 1317.00 Date Sampled: 10/28/2016 Remarks: Shear Plane Failure Figure Client: Freese and Nichols, Inc. Project: Lake Worth Trail - Addendum 91 Location: B-02 Sample Number: 1 Depth: 8.0-10.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 4 3 N vi N 2 Cn Q E a U 1 0 0 UNCONFINED COMPRESSION TEST 20 5 Axial 10 Strain, % 15 Sample No. 1 Unconfined strength, tsf 3.093 Undrained shear strength, tsf 1.547 Failure strain, % ! 10.8 Strain rate, 0/6/min. 1.00 Water content, % 15.3 Wet density, pcf Dry density, pcf 137.7 119.5 Saturation, % NIA Void ratio Specimen diameter, in. N/A 2.72 Specimen height, in. 5.78 Heightldiameter ratio 2.12 Description: LL o 38 1 PL o 14 PI a 24 Assumed GS= Type: Shelby Tube Project No.: FNI 1317.00 Date Sampled: 10/28/2016 Remarks: Bulge Failure Figure Client: Freese and Nichols, Inc. Project: Lake Worth Trail - Addendum #1 Location: B-02 Sample Number: 2 De the 24.0-25.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas OVERBURDEN SWELL TEST RESULTS Boring No. B-01 B-02 Average Sample Depth (i`t) 9 7 Sample Height (in) 0.8 0.8 Sample Diameter (in) 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 Initial Sample Weight (gr) 140.2 120.3 Initial Moisture (%) 12 19 Final Moisture (%) 21 25 Initial Wet Unit Weight (pcf) 136 117 Initial Dry Unit Weight Ipctj 122 98 Applied Over Burden (psi) 7.1 5.6 Initial Dial Reading (in) 0.0265 0.0148 Final Dial Beading (in) 0.0496 0.0157 Swell (%) 2.89 0.11 Project No.: FNI_1317.00 Project: Lake Worth Trail -Addendum #1 Performed by: Gorrondona Associates, Inc. Appendix D - Site Photographs Appendix E - USGS Topographic Map Aft 1 ���;:,_ CIO IL —le I jo .1 r 4 r. '. 0 Appendix F - Geologic Information Em m s tf 0 au 19 J USGS scosace for a Chit rgirly 4v0rlrl Mineral Resources > Online Spatial Data > Geology > by state > Texas Ki n-iid-ti Forimation Kiamichi Formation State Texas Name Kiamichi Formation Geologic age Phanerozoic j Mesozoic I Cretaceous -Early [Comanchean] Original map label Kki comments Kiamichi--clay and limestone in alternating units 0.1-5 ft thick; some sandstone. Clay, calcareous, olive brown, about 2/3 of formation. Limestone, mostly aphanitic and bioclastic, fetid, nodular -weathering. Sandstone fine-grained, mod.well sorted, calcareous, burrowed, beds 0.1-0.2 ft thick. Marine fossils are Gryphaea, some Pecten in sandstone. Thickness of Kiamichi Fm 20-50 ft thins southward in Dallas Sheet (1972). Primary rock type clay or mud Secondary rock type limestone Other rock types sandstone Lithologic constituents Major Unconsolidated > Fine -detrital > Clay (Bed) Minor Sedimentary > Carbonate > Limestone (Bed) Sedimentary > Clastic > Sandstone (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1: 500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Sherman Sheet, Geologic Atlas of Texas: University of Texas at Austin, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1983, Lubbock Sheet, Geologic Atlas of Texas: University of Texas at Austin, Bureau of Economic Geology, scale 1:250,000. Freeman, V.L., 1964, Geologic map of the Indian Wells quadrangle, Terrell and Brewster Counties, Texas: U.S. Geological Survey Miscellaneous Investigations Series Map I-395. [http://pubs.er.usgs.gov/publication/i395] Counties Bailey - Cooke - Denton - Grayson - Lamb - Lynn - Montague - Parker - Tarrant - Wise Show this information as [XML] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKki;O Page Contact Information: Peter Schweitzer USGS seienca Far a Changing w0f1d Mineral Resources > Online Spatial Data > Geology > by state > Texas Goodland L rnesto » and Walnut Clay, undivided Goodland Limestone and Walnut Clay, undivided State Texas Name Goodland Limestone and Walnut Clay, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous -Early [Comanchean] Original map label Kgw Comments Goodland Limestone intergradational laterally with Comanche Peak Ls. and differs from it chifly in that the Goodland is more coarsely nodular, contains fewer and thinner clay beds, and massive resistant Is. beds are more numerous; upper 5 ft massive, bioclast-packed aphanitic Is and Is. compose of oolites in sparry calcite; thickness 90 +- ft. Walnut Clay clay and limestone about equally abdt. Limest. aphanitic, in part bioclastic. Clay fossilif., calcar., olive brown, weathers yell-brn. Thickness 30+-ft. Primary rock type limestone Secondary rock type clay or mud Other rock types Lithologic constituents Major Sedimentary > Carbonate > Limestone (Bed) Minor Sedimentary > Clastic > Mudstone > Claystone (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Cooke - Denton - Grayson - Johnson - Montague - Parker - Tarrant -- wise Show this information as [XML] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKgw;O Page Contact Information: Peter Schweitzer Mineral Resources On -Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas allUV! ;�; alluvium State Texas Name alluvium Geologic age Phanerozoic I Cenozoic I Quaternary I Holocene Original map label Qal Comments alluvium and low terrace deposits along streams, sand, silt, clay, and gravel. Thickness variable. The unit appears on Geologic Map of Texas on the lagoon side of barrier islands where they represent lagoon and wind -tidal -flat sand and clay. These deposits of clay and silty, clayey fine to v. fine quartz sand and shell sand accumulate on alternately dry and flooded barren flats 0.3 m below to 1 m above mean sea level. Mapped areas include active eolian sand dunes on the landward side of barrier islands. Primary rock type sand Secondary rock type Silt Other rock types clay or mud; gravel Lithologic constituents Major Unconsolidated > Fine -detrital (Alluvial) Unconsolidated > Coarse -detrital (Alluvial) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1974, Austin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1974, San Antonio Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1976, Crystal City -Eagle Pass Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Palestine Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. ......... .......... _.......................................... ...................................... ...................................... ,......................................................................................... ........................... Bureau of Economic Geology, 1958, Beaumont Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1975, Corpus Christi Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1.250,000. ..... .................. ................. ....................................... ...................................................................... ... ............. ............ -..................................................... .............. ................. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1982, Houston Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Anderson - Andrews - Angelina - Aransas - Archer - Armstrong - Atascosa - Austin - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazoria - Brewster - Briscoe - Brooks - Brown - Burleson - Burnet - Caldwell - Calhoun - Callahan - Cameron - Camp - Cass - Chambers - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Culberson - Dallam - Dallas - Dawson - Deaf Smith - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ector - Edwards - Ellis - El Paso - Erath - Fannin - Fayette - Fisher - Floyd - Foard - Fort Bend - Franklin - Freestone - Frio - Galveston - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Howard - Hudspeth - Hunt - Hutchinson - Irion - Jack - Jackson - Jasper - Jeff Davis - Jefferson - Jim Hogg - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kenedy - Kent - Kerr - Kimble - King - Kinney - Kleberg - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Liberty - Limestone - Live Oak - Llano - Loving - Lubbock - McCulloch - McLennan - McMullen - Madison - Marion - Martin - Mason - Matagorda - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Nueces - Oldham - Orange - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Presidio - Rains - Randall - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Sherman - Smith - Somervell - Starr - Stephens - Sterling - Stonewall - Sutton - Tarrant - Taylor - Terrell - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Upton - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Wailer - Ward - Washington - Webb - Wharton - Wheeler - Wichita - Wilbarger - Willacy - Williamson - Wilson - Winkler - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQal;O Page Contact Information: Peter Schweitzer aQ USGS PIWI screnre for a chaoulnrg warld - -I w 77 4- - Mineral Resources > Online Spatial Data > Geology > by state > Texas Terrace doposits Terrace deposits State Texas Name Terrace deposits Geologic age Phanerozoic I Cenozoic I Quaternary I Pleistocene Holocene Original map label Qt comments Sand, silt, clay, and gravel in various proportions, with gravel more prodominent in older, higher terrace deposits. Locally indurated with calcium carbonate (caliche) in terraces along streams. Along Colorado River clasts mostly limest., chert, quartz, and various igneous and metamorphic rocks from Llano region and Edwards Plateau. Includes point bar, natural levee, stream channel deposits along valley walls; probably in large part correlatives of Deweyville, Beaumont, Lissie, and Willis deposits. In upland regions (Rolling Plains, Edwards Plateau, etc.) unit includes fluvial terrace deposits, undivided. Light - brown, reddish -brown, gray, or yellowish -brown, gravelly quartz and lithic sand and silt to sandy gravel (Moore and Wermund, 1993). Deposits become increasingly fine grained on Coastal and Nueces Plains. Locally, calcium carbonate -cemented quartz sand, silt, clay, and gravel intermixed and interbedded. Low terraces of major rivers are capped by 2-4 m of clayey sand and silt. Sandy gravel on higher terraces varies somewhat in composition from river to river. Gravel commonly is rounded to angular limestone and chert pebbles and cobbles, some boulders, sparse igneous pebbles along Brazos river in places. In Bastrop Co., a deposit 27 m above Colorado River contains the Lava Creek B (Pearlette O) volcanic ash (age 0.6 Ma). Along the Frio, Leona, and Sabinal Rivers east of Uvalde, gravel is chiefly basalt and pyclastic clasts, locally cemented by iro oxide. Gravel along the Rio Grande is subrounded clasts of locally derived limestone and chert and rounded clasts of basalt, volcanic porphyry, quartzite, milky quartz, and banded chalcedony derived from the west. Primary rock type terrace Secondary rock type sand Other rock types gravel; silt; clay or mud Lithologic constituents Major Unconsolidated > Coarse -detrital > Sand (Bed) Unconsolidated > Fine -detrital > Silt (Bed) Minor Unconsolidated > Fine -detrital > Clay (Bed) Unconsolidated > Coarse -detrital > Gravel (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F, cartography, scale 1:500,000 Unit references Moore, D.W. and Wermund, E.G., Jr., 1993a, Quaternary geologic map of the Austin 4 x 5 degree quadrangle, United States: U.S. Geological Survey Miscellaneous Investigations Series Map I-1420 (NH-14), scale 1:1,000,000. [http://pubs.er.usgs.gov/publication/il420(NH14)] .......................................................................................................................................................................................................................................................................I Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1: 250, 000. .....................................-................... ...................... ................................................................... ...................................................... ............ ................................................... Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Counties Anderson - Angelina - Archer - Armstrong - Atascosa - Austin - Bandera - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazos - Brewster - Briscoe - Brown - Burleson - Burnet - Caldwell - Callahan - Camp - Cass - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crosby - Dallam - Dallas - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ellis - Erath - Falls - Fannin - Fayette - Fisher - Foard - Franklin - Freestone - Frio - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Hunt - Hutchinson - Jackson - Jasper - Jeff Davis - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kent - Kerr - Kimble - Kinney - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Limestone - Lipscomb - Live Oak - Llano - McCulloch - McLennan - McMullen - Madison - Marion - Mason - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Moore - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Oldham - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Rains - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Smith - Somervell - Starr - Stephens - Stonewall - Tarrant - Taylor - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Washington - Webb - Wheeler - Wichita - Wilbarger - Williamson - Wilson - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] - [JS®N] U.S. Department of the Interior i U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQt,O Page Contact Information: Peter Schweitzer Sriencs fair u chaflu ing warld Mineral Resources > Online Spatial Data > Geology > by state > Texas rort W®Irth Limestone and brick Creek Formation, upfiRvided Fort Worth Limestone and Duck Creek Formation, undivided state Texas Name Fort Worth Limestone and Duck Creek Formation, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous --Early Original map label Kfd comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1-5 ft thick, forms low rolling hills. Thickness 25-35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness 25-30 ft. Primary rock type limestone Secondary rock type mudstone Other rock types clay or mud Lithologic constituents Major Sedimentary > Carbonate > Limestone (Bed) Minor Unconsolidated > Fine -detrital > Clay (Bed) Unconsolidated > Marl (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Counties Cooke - Denton - Grayson - Montague - Tarrant - Wise Show this information as [XML] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKfd;O Page Contact Information: Peter Schweitzer Appendix G - Unified Soil Classification System UNIFIED SOIL CLASSIFICATION SYSTEM UIlIfIED SOL Cif SFICATION AND S MUL CHART CCAPAW-rA4APtMa= (moo, iarr ffi1L o(wombwW Y lr¢ tim Nu. 3kW apm � j �rl �rArRY t1a1.SXi � wwfm� �+.sYd GRA1X!Is dided got Veld CA Nr,i..; rf ara�a iqr► Ah r urr Sy.grFr 7r<nii,i # Sob" $W Sdhlyrrwr4.pr +rd<+Id+r.ratr�1« {lC °4Y (lumnSurds fAlpYwft6* L'Yr&ggNlal atrdRLgml rlJ Nn&- i "or nJ fnw! d C7R*if ra* � +KI �klf yHSI fromscow •11Ili 4 >WIIiI � tr rw Hri i if M a= � SiA iity ftre6, Ord .h meYwo* 014'Rx monk, mro-3rnhwV&.. F �E� 13GL5 (YX& v MWE al rat WE r.x rrdrr tim wn. 9lw *orb S". F l %-kQof e oft wwd "" kno ■a+dm�+ni *A! !ay $Woo u1mrw 7� "ruy ur cAaj7jr S omit %*kL1rW tl "Doll OW AM #n �ru rda3s d oor �u m+ srr ca-4Y8 L qud mnl Ci Z Y, rinlrt ]r Mgr+*+*7 x da *- lr tion �w OL 0gr1n rr #rW age shF o."% d kr p omqu4c Aft, nlMAnF wR ar d oompood<t 4to we* rrt on Y t„� oft IUWTK d l� Pood)r, lr 1 CLAVZ KM er6 R IIIR�rnf lr ligh rr oft "MLY ONVANC fiT :yw� d 1 rary}raktAtlie LASCFiATMY CLASSFICAn0N CRITERIA �0 t ,a 6w Cr * Q7� lW *, � , bou-nn I sb 3 Did D1a' OW GP N,y inumlhp 00 7-oda" rrq.rraxbft ii r CM QA Znlm6, 4,,k- 71" y tr R "Va tw% a IIItY �1 s rrd ar dsdr+ o_s rW14MC�.l RrrlWr a. 71MrF"N; LIMP oWr* %' 4pdw h;.L qarmor fmn t cy s vww rM 4; c� 4araw 1 mew 2 SYP Old NO W"" rlvmt owigun rwwrwlw& %r CM zou Rm"q kmftbd r 7N Lurrg 5l's irr+rlldlyd t" ""drPilogo rM.4 +dr1ALbdowrnkMid 7^mm hem I irnasrrgLwlrqu r qrr wet PJ. Womor fFN4'? [irrrawl a'rr. �1• IN NEW MM "" *0M ors nra c>•pr�rp m pror e+qF of "M lj1� www mmomo Soo Hrr* a*, marso, Yomod a" i aomadw Y*Yno r NM wAn 1 Z DEC" .......... ... R ..... t]lk M lVil, so 1 hi 1 J PWCA W . a ...... . .. . ... errd rf,-.r �i rr p�+s�pa,ri 4 ONWA TEWS DEBCFL13M SOIL COHNST'E<NCY F Ww C-rained Sys Coarse Cmrwmd Su0s Pau Pen@um&w Raskuno@ Peadimu ( R ye Dft)}+Y 0 to 2 scft 0,0 1010 0 to ♦ Very LoDsre Fain 1.0 1015 4 to ID Lourw 20 to 4D% ow 1. 510 3.O 10 to 30 M du m Dmae 40,E -10% Very .s [ 3_0 10 4.5 30 In 50 oprew 70 lo W% H4rd 4. b+ ovsr 5D Very owme oc10 lom GC-6o03oD Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase 1A 1920 FO RT O Ili.T H City of Fort Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $60,000 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. The City's MBE goal on this project is 15 MICE PROJECT GOALS % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: I after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. a. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY NTH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL. RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 2/10/15 A'FFACHME NT 1A Image 1 of 4 Fo ir Wo ii City of Fort Worth Minority Business Einterprlse MBE Subcontractors/Suppliers Utilization Farm OFFERORCOMPANY NAMIE' Cole Construction � Inc. Fort i+ aTth f^► 76244 Chockappftablablocktodanrdbe: OLYerar W-VVIDOE �I ��WE ERs�. ECT NAME_ Lake Worth Trails Phase 'I , FBI I7 DATE December 5th, 2019 01ys MBE Pr c Goal: 15 % 5111woem MBE P,Gi-ed Cmamcement: ! 1-7. oQ- % PROJECT NUMBER #1920 Identify all sub ontra torstsuppliers you will use on this project Failure to complete this form, in its entirety wRh requested documentation, and received by the P ul-Chiesin Division no later than 2-00 p.m. on the second City business clay after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specillrations. The: undersigned Offeror agrees to enter into a formal agreement vAth the I IBC rr (s) listed in this utillzation sdt idle, conditioned upon execution or a contract with the City of Fort 1J rth. The intentional and/or knowing misrepresentation of few is grounds for consideration of disqualification and will result: in the bid being considered non responsive to bid specifications. MBEs listed toward Meeting t:;e project goal must be located in the six (6) county marketplace at the tune of bid or the business has a Significant Business Presence in the Nlarkellrlace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Far'Ker. and Wise counties., , Prime cortb rs must identify by tl+er level of all svbcontractors/su lien. Tier: means the level of subcontracting below the prime contractoriconSUItant i_e� a direct payment. from tl'le prime ocntraclor to a subcontractor is considered 1'tier, a payment by a subcontractor to tts supplier is considered "d bier. The prime contractor is responsible to provide prof of payment of all tiered subcontractor identified. as a MBE and Counting those dollars towards meeting the contract oommItted goal_ r~iLL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARE). Carfification means those firms, located witlaln the Marketpl e, diet have been determined to be s bonda#ide minurlty buslness enterprise by the North Central Texan Regional Cerfifica; on Agency (N T FCA) or *11her certifying agencies that the City may deem appropriale and accepted by the CHy of Fort Worth, If haulirt services are uilil theffE$ror will given credit: a It�t as the IfEI� listed S and operates at least one fully licensed and operational true% `, c be used on the contract. The MEE may lease Iuucks from another VIBE. firm, including MBE owner -operated, and receive full MBE credit, The MBE may lease trucks from non-VsEs, including owner -operated, but will only receive cred t for the fees and commissions earned by the MBE as outlined In the lease agreement Rev. 2(10l15 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and W $,Fs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. S UBCONTRACTORIS U PPLIER NCTRCA N Company Name T -- — n Detail Detail Address Telephone/Fax i 0 Ni W Subcontracting Work Supplies Purchased Dollar Amount Email r B B E E M Contact Person E Cowtown Redi-Mix PO Box 1 N/A Ready Mix $525 312 162327 Concrete Mixes Fort Worth TX 76161 Office:817.759.1919 ❑ ® Delivered to V( Jobsite www.cowtownredimix.com Archie White awhite@cowtownrm. us Brock Environmental 1 SWPPP & $7,240 5332 Rochelle Road IV-Bi-Weekly Erosion Control Rockwall, TX 75032-9177 ® Devices, Main Office: 214-771-3900 SWPPP Fax: 214-771 -3913 Inspections s� Hanson Pipe & Products 1 12" RCP Pipe & $3,630 1003 Macarthur Blvd, Precast 48" RCP Grand Prairie, TX 75050 ❑ ❑ (972) 642-0358 RCI Ready Cable 4416 1 Reinforcing Steel, $87,600 Keller Hicks Rd. Fort Tie wire, Misc. Worth TX 76244 ❑ ❑ Concrete 817-379-6553 Accessories, 817-379-0383 (Fax) Forms, Stakes Etc. Site One Landscape 1 PVC Pipe, ADS $26,200 Supply Pipe, Fittings, Fort Worth TX #223 ❑ ❑ Filter Fabric 4733 Keller Haslet Rd Drains Fort Worth, TX 76244-8108 Phone: (817) 490-033 American Fence & 2 Rail Cedar $18,300 Supply fence Rails and Georgetown, TX Phone: ❑ ❑ Posts 1-512-930-4000 Rev. 2110/15 ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Avlinahty and rsan-MB1=s. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER NCTRCA Company Name T - - n. Detail Detail Address i ifA W Subcontracting Supplies Dollar Amount TelephonefFax e a S B Work Purchased Email Contact Person E E E J. Munoz Trucking LLC -- p� ti 7f)g9 ye)17-1 Trucking: Borrow $186,720 3509 Grove St. 1 l Fill Material, Ft. Worth TX 76106 Sergio Munoz ❑ ❑ Sand, Gravel, Purchase & Sergio@jmunortrucking.com (Materials 817-916-8053 www.jmunortrucking.com Delivered to J. Munoz Trucking LLC2 1� /, Rental Dump $193,960 3509 Grove St. N f 7� Trucks for: Ft. Worth TX 76106 Sergio Munoz CA - Hauloff Excess Soils, Unsuitable Sergio@jmunortrucking.com Materials, 817-916-8053 www.jmun6ztrucking.com Haul-Onsite Redi-Rock Intl. 1 Modular Block $132,240 2940 Parkview Drive Wall Materials for Petoskey, MI 49770 www.redi-rock.com ❑ Specified Walls Jason Hewatt 423 364 7008 or email jason. h ewatt@redi-rock.com Trinity Turf Inc. 10815 1 Furnish Sod $2,240 Foutch Rd. Pilot Point Materials Texas 76258 Todd Henry ❑ 7 Ph: 800-290-TU R F Jamieson Fence Supply 1 Supply All 42" $49,600 PO Box 769008 Dallas Tx Metal Guardrail 75376-9008 PH: ❑ Post & Picket 214•-339-8384 Fence and 6' Chain Link fence El Rev. 2110115 FORTWORTH ATTACHMENT 1A ----- Pegg 4 Of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 380,680.00 Total Dollar Amount of blob -MBE Subcontractors/Suppliers s 852,362.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 1 $1,233,042.00 The Offeror will riot make additions, deletions. or.subsiitutions to this .certified ,list without the prior.approval of ,the Minoritv and Womer, Business Enterprise Office through the submit a, of a Request for Approval..:6. ChangeAddition fbnnn. Any.uniustified change or deletion shall be a material breach cif contract and,may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall suomit ;a detailed explanation ,of _how the requested change/addition or deletion will affect .the committer! MBE goal. `lf the �letail explanation is not submitted, it will affect the final compliance determination. �� By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. / r /&2 4 Authorized Signature President o ken@colecon.com Title Cole Construction Inc. Company Name 10315 Ala Vista Rd Address Fort Worth Texas 76244 City/State/zip i Printed Signature 'add Vinson / Chief Estimator Contact NamefTltle (if different) 317-431-9636 Telephone and/or Fax Ladd colecon.coni E-mail Address 1 2/6/19 Date Rev. 2110/15 GC-6a04 Wage Rates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase 1A 1920 2013 PREVAILING WAGE RAVES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous)' $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6005 Weather Table CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Worth Trail Phase 1 A 1920 WEATHER TABLE AVERAGE DAYS INCHES SNOWACE MONTH RAINFALL (1) RAINFALL (2) PELLETS (3) JANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY 8 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 OCTOBER 6 2.68 0 NOVEMBER 6 2.03 0 DECEMBER 7 1.82 ANNUALLY 80 32.30 1 (1) Average normal number of days rainfall, 0.01" or more. (2) Average normal precipitation. (3) One inch (1 ") or more. * Less than one-half inch (1/2"). Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport, Fort Worth, Texas, covering a period of 18 years. Latitude 32" SUN, Longitude 97' 03' W, elevation (ground) 537 ft. CITY OF FORT WORTH Bid Documents Package Polder Contents Checklist Item No. Item INCLUDED NIA COMMENTS & INITIALS 1 00 11 13_Invitation to Bidders.doc 00 41 00_00 43 13_00 42 43_00 43 2 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 45 11_13idders 3 ualifications.doc 00 45 13_Bidders Qualification 4 Application.xls 00 45 26_Contractor Compliance 5 with Workers Compensation Law.doc Complete Specifications and Contract Document in pdf form 6 (Referenced Specifications in Construction Specifications Folder Complete Plan Set in pdf form 7 Link to dwf sheets in Final Drawings 8 Folder 9 Plan Holder Registration Plan Holder List 10 In Plan Holders Folder This Document 11