HomeMy WebLinkAboutContract 55827_ ���J
.__
� ,� 2p�!
:i� " ��t�
����r � ��
���������
�i�Y S€C��i�FtY
�����` �l�. _, '�_ g ��
PROJECT MANUAL
FOR
THE C011TSTRUCTION OF
COMMAl�DER RD � NIIDFTELD STAGE 2
City Pro,�ect No. 101644
Betsy Price
Mayor
David Cooke
City Manager
Roger Venables
Director, Aviation Department
Prepared fox
The City of Fort Wor�h
Aviation Department
Febxuary 2021
F
Garver, LLC
TBPE Firm Na F-5713
O��l�°I�.� ����!��
�� E d�T/�R�°
R�� � e �
, �
��
�� �������
Ci� ��F��t�����
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANI7ARA GONSTRUCTION SPECiFCCATION 1aOCUMENTS
Pagc 2 of 4
SECTION d0 00 00
TAB�,E OF CON`FENTS
R[iV. 01
lZevised 7anuary 5, 2021
niv�sinre 0{1- (:eneral Conditions Last Revised
CI'�Y OF FORT WOR'i'H Can�rrtandef• Rd— Midfield Stage 2
STANDARD CO�TSTRUCTION SPECIFICATTON DdC[JMENTS City Pruject No. i01644
00 00 00
STANDAKD CONSTRUCTIpN SPECIFICA`1'TON DOCUMENTS
Page 3 of 4
01 78 39 Fro'ect Record Documents 07/01/2011
Technical S�ecifications which have been modi�ed by the Engineer speci�cal[y For this
Project; E�ard copies are included in the Project's Contract Document,s
Supplemental
SS-110
SS-120
SS-140
SS-152
SS-300
SS-301
SS-302
SS-305
SS-350
Tethnical
TX-104
TX-105
TX-160
TX-164
TX-247
TX-260
TX-340
TX-360
TX-402
TX-421
TX-440
`�'X-464
TX-467
TX-502
TX-506
TX-531
TX-636
TX-644
02 41 14
03 30 Od
03 34 13
03 34 16
26 05 33
26 OS 43
31 23 16
32 14 16
321723
33 O1 30
33 O1 31
33 04 30
33 04 40
33 04 50
33 05 10
Staaidard Specifcations
Site Preparation
Demolition and Disposal �
Excavation, Subgrade, arad Embaukment
Basic Electrical Requirements
Elecirical Demolition and Relocation Work
Utility Allowances and Easements
Directional Bor�ng
Automatic Gate Operators
Removing Concrete
R�moving Treated and UniXeated Base and Asphalt Pa�vement
Topsail
Seeding for Erosion Control
Fle�ible Base
L�me Treafinent (Road-Mixed)
Dense-Graded Hot-Mix Asphalt (Sma11 Quantity)
Concrete Pavement
Trench Excavation Protection
Hydraulic Cement Cor�crete
Reinforcement for Concrete
Reinforced Concrete Pipe
Sa�eiy End Treatmeni
Barricades, Signs, and Traffic Handling
Temporary Erosion, Sedimentation, and Environmental Controls
Sidewalks
Signs
Smali Roadside Sign Assemblies
Utility Removal/Abandonmeni
Cast-in-Plaee Concrete
Controlled Low Strength Material (CLSM)
Concrete Base Material for Trencl� Repair
Raceway and Boxes for Elect�rical Systems
Underground D�zcis az�d Raceways for Electrical Systems
Ux�classified Excavation
Brick Unit Paving
Pavement Markings
Sewer and Ma�hale 'I'esting
Closed Circuit Television (CCTV) Inspection
Temporary Water Services
Cleaning and Acceptance Testing of Water Mains
Cleani�g of Sewer Mains
Utility Trench Excavation, Embedment and Backfill
Cl'1'Y OF FORT WORTH Commander Itd -- Midfreld Stage �
STANDAI2D COAl5TR1LTCTION SP�CIFICATION DOCILTMENTS City Projcct No. 101b44
Revised January 5, 2021
00 on o0
STANDARD CONSTRUCTION SPECI�'ICAT[ON DQCUMENTS
Page 4 of 4
33 O5 13 Frame, Cover and Grade Rings-Cast Iron
33 OS 13.01 Frame, Cover and Grade Rings-Composife
33 OS 14 Adjusting Manlaoles, Inlets, Valve Boxes, and Other Structures to Grade
33 OS 17 Concrete Collars
33 QS 24 I�astallaiion of Carrier Pfpe in Casing ar Tunnel Liner Plate
33 OS 26 Utility Markers/Locators
33 OS 30 Location of Existing Utilities
33 1 I OS Bolts, Nuts, and Gaskets
33 1 1 I i Ductile Iron Fiitings
33 11 12 Polyvinyl Chloride (PVC) Pressure �'ipe
33 12 10 Water Services 1-inch to 2-inch
33 12 20 Resilient Seated (Wedge) Gate Valve
33 12 25 Connection to Existing Water Mains
33 31 20 Po�yvinyl Chloride {PVC) Gravity Sanitary Sewer Pipe
33 39 20 Precast Concrete Mar�hole
33 49 �0 Cast-in-place Sform Drain 1Vlanholes and Junction Boxes
33 49 20 Curb and Drop Inlets
F-162 Chain-Link �`ences
SPECYFYCATIONS THAT ARE REFERENCED BUT NOT iNCLUD�D WITHIN THE
CONTRACT DOCUMENTS CAN BE FOUND ON THE CYTY'S PROJECT
RESOURCES SITE AND ARE CONSIDERED PART OF THE CONTRACT.
City's website at:
htt :l/fortworth�egas. ov/t w/contractors/
ar
httAs:I/apqs.fortworthtexas.gov/ProjectResourcesi
Appendix
GC-A.O1
GC-A .02
GC-4.04
GC-4.06
GC-6.06.D
GG6.07
GC-6.09
GC-6.24
GR-01 60 00
Availability of Lands
Subsurface and Physical Conditsons
Underground Facilities
Hazardous Enviranmental Condifion at Site
Minority and Wo�nen Owned Business Enterprise CompIiar�ce
Wage Rates
Permits and Utilities
Nondiscrimination
Product Requirements
END OF SECTION
Cl"CY OF FORT WORTH CommanderRd—Mrdfield Sdage 2
STANDARD COhIS'1'FtCJC'I'ION SPECIFICATION DOCUMEN'CS City YrojectNo. l01644
Revised 7anuary 5, 2021
p00001 — CERTIFICA710NS
co�i�,�iv��i� �� - �i��i��� ����� �
CCARVER P�OJ�C� id0. �0�+1'101'!
C�I�N� �ROJ�Ci NO. 1016��
, -- ---
� I here�y �ertity tha� tl1� �ppiicaoi� �.►pl�fi.T�S O'� ��'li;: �rajpct plans and s�ecifications were
prepared by me or unaer my direci supervision a►��f thaL� ! am a duly Licensed Engineer
under the iaws af the State of Texas.
- r4PIPLICABL� DIVISION OR
S�AL. AND SlCPVATURE p�p�ECT R�SPONSIBILIYY
�randon C. Be�iile, P.E. Roadway and Drainage
5�°'� ��a r����
[mpro�emenfis
��: .�� ............:�
..BRAN�ON C. B�VILLE�
121604 '
.,�� �C.�i'
S N��
Digita[ly Signecf: 021231202'[
Paul M. Bat�schbach, P.E. Water and Sanitary Sewer
Impro�ernents
��A �. °��F�s��
� .•• � �
. .
�: '•..���
�: •�
/ ���PAUI.,M..BANSCHBACH�._�
� 121636
.'��
� 'O�s''•. p �v
����`�.S � �CEKS� G� �' �`'
�������� �
Dig�tally Sign�d: 02/23/2021
StF1L 14�U 711i�F�T,�E
ArYi.ii.r►BLE DIVIS1Oid OR
Project Name 0040D1-1 Project N�mber
00040'[ — C�RTIF�CATIOi�S
Matthew C. Lemay, P.E.
CA�V�R, L�C C��i1G�IC�► i� O� AIJYHORI�od►TIOil�:
I �Xo4S:
�X �NC[N���1NG R�{�ISi�'T[ON N4. F��i13
PROJ�CT RESPONSIBELITY
Electrical and Communications
Improv�rnents
00000`[-2
Digitally Signed: 02/23/2021
'��`7� ���►�'1��� ���1�➢�� �o�r�`��i
DAT�: 5/18/2021 REFER�IdC� �*M&C 21- LOG fVANiE: ���� COMMANDER
NO.: 0347 ROAD MID�IELD STAGE II
COD�; C TYP�: CONSENT PUBLIC NO
HEARING:
SUBJ�CT; {CD 2} Authorize �xecution of a Contract with North Texas Contracting, Inc. in the
Amount of $3,699,645.a0 for the Consfruction of Sfiage II of the Midfield
Rede�elopment Project at Fort Worth Meacham International Airport and Adopt Attached
Appropriafion Ordinance
�� -. ���:. � _�� _ �: _ _..--�---�-.��:r w -.�:--� �_�_�� --�.� �. -_-���; �__-_._.��d�---�-. --- �.�._
__� _ __�� �._._.���--�-,--� __
R�COf1�1MENDAT101V:
It is recommended that the City CounciL
1. Authorize execution of a contract with North Texas Contrac�ing, Inc. in the amount of
$3,699,645.00 for �he construction of Stage II of the Midfield Redevelopment project at Fort
Worth Meacham Tnterna�ional Airpart (City Project No. �.O1G44); and
2. Adopt the aitached appropriation ordinance adjus�ing estimated receipts and appropriations
in the Aviation Gas L.ease Capital Projects Fund by increasing estimated receipts and
appt�opriations in the Midfield Redeve[opmen� project (City Proj�ct No. 101644) at F'ort
Worth Meacham Tnt�rnarional Airport in the amount of $995,000,00 and by decreasing
�srimated receipts and appropriations in the Airpar� Frontage zmprovem�nt project (City
Project No. 100602) by the same amount.
DISCUSSIOiV:
The purpose of this Mayor and Council Communication {M&C) is to authorize the execution of
a construction contract with Norkh Texas Contracting, Inc. {North Texas Contracting), in the
amount of $3,699,645.00 for the construction of Stage II of the Midfield Stage II project (Projecf) at
Fort Worth Meacham l�ternational Airport (Airport}, and to appropriate funds for the Project from the
Airport Frontage Impro�ements project.
On September 17, 2019 (M&C 19-0168), the City Council authorized the rejeciivn of all b�ds far Sfage
II of the Project. Th�s was due to an unexpected development oppor#unity at the Airport that would
ha�e significant impacts upon the scope of work. On August 11, 2020, (M&C 20-0539}, the City
Council authorized the appropriation of $2,891,805.OD i�to the Project. The origina] cost estimate for
the Project was $3,00O,OOa.00; therefore $2,891,805.00 was appropriated to achie�e the balance of
$3,000,OOO.QO.
On February 2A�, 2021 and March 3, 2021, the Project was adverfiisec� in the Fort Warih Sfar
Telegram. On March 25, 2�21, fh� City recei�ed two sealed f�ids far fhe Project as follows:
. �____..�....._.�._�-.__--- -_; _.__�.. .� ��._ _ __��_
OFFFFiEEt5 BASF BID ;�►DD. ALi. 1 I �TOT�►L
� � �..�.---____ � �_--- -
_ _ __�_..._._..... �... �..._ _ - -
�-__ �-�----�- �.__-- -- _ �
� North Texas Contracting, Inc. C$3,532,984,Ob �$156,661.00 $3,699,645A0
� --__.�___...._��_.__.._ ____-�--�---�---__-.,---�-- -----
{_ _.�_________ _ I �.____'_� ; _.�� , � f
� Fort Worth Civil Constructors LLC. $3 972 722.85 ;$226 843.10 $4,199 565.95
Based on the bids recei�ed, additiona[ funding is needed for this F'roject, as both the base bid and
additi�e alternafe 1 will be awarded. 7he A�iation Department has a�ailable funding in the Airport
Frontage ImproWement project, which is currently in the design phase and expec#ed fo take
approximately one yea�- to complete. Since funding for the construction of #he Airport Frontage
Impro�ements project is not immediatery needed, the additiana[ $995,000.00 necessary for this
Praject wi[I be appropriated from the Airport Fronfage Impro�ement project.
The location of this Project is on t�e cenfral part of the Airparf (s�� attached map) in the
area prepared by Stage I of the MidfielcE Redevelopment project completed i� December of 2019. This
Project wil[ cor�str�ct an access road and extend utilities into the midfield area fo pro�ide necessary
infrastructure for future tenants and development on the Airport.
North Texas Contracting, Inc. is in compliance with the City's Business Equity Ordinance by
committing ta 151% Business Equify participation on this Project. Tt�e City`s Business Equity goal on
this project is 151%.
Since no City salari�s will be charged to this Project, indirect cosf recovery does not apply.
�ort Wor�h Meacham internafional Airport is located in Council District 2.
FISC�#L IN�ORNiATiONICERTIFICATION:
The Director of F�nance certifies that funds are eurrenf[y aWailable in the Airport Frontag� Irr�pro�ement
project within the A�iation Gas Lease Cap Proj Fund and upon appro�al of the abo�e recorr�mendatians
and adoption of the attached appropriation ordinance, funds will be available in the A�iation Gas Lease
Cap Proj Fund for the Midf�efd Redauelopment project. Prior to an expenditure being incurred, the
Aviation �epartment has the responsibility of �erifying the a�ailability of funds.
TO
Fund Department
ID
�ROM
Fund Department
ID
Account Project
ID
Account Project
1D
Program Activity
Program Activity
Budget Reference # Amount
Year (Chartfield �}
Budget Reference # Amount
Year (Chartfiei� 2)
Submi�ted for Citv �lilianaqer's Offic� bv: Ferna�do Costa (6922)
Oriainatina Department Head:
�►dditional Information Contact=
Roger Venables (6334)
Ty[er Dale (5416)
AiiACHM�NTS
55FT1N COMMANDER R�AD MIDFIELD STAGE I! 53002, A021(r2}.docx
M&C Map.pdf
oa os is
A�AENDA
SECTION 00 Q5 IS
ADD�NDA
CITY OP FORT WORTFI Commander Rd — Midfield Stage 2
3TANJ?ARD CONSTRUCTION SPECIFICATION DOCUME�lTS Cityl'roject t�lo. L01644
Revised March 9, 2020
3010 Gaylord Parkway
Suite 190
Frisco, TX 75034
T�L 972.377.7480
FAX 972.377.8380
www.GarverUSA.com
March 95, 2021
Addendum No. 9
7o Plans, Gontract Documents and Specificaiions
Meacham fnternational Airport — Commander Rd Midfield — Stage 2
City Project No. 101644
This addendum shall be a part of the Plans, Contrack Documents and Specifications to the same exkent as
tf�ough it were originally included therein, and it shall supersede anything contained in tY�e Plans, Contrsct
Documents and Specifications with wF�ich it might conflict. Acknowledgement of receipt of this Addendum
must be provided on the praposal form in the Contrack Documents.
Modifications #o the Front �nd Contrack Documents:
1. Remove "OU 45 40 Minority Business Enterprise Goal" in its entirety, including the MB�
forms and replace with the attached "00 4� 40 Business Equity S�ecifieations" and fhe
"Good F'aith Effort" form, "Joint Vent�re" Form, "I'rime Contractar Waiver" Form, "Special
Instructions for Bidders" form.
a. Includes the City's updated forms and requir�ments.
2. [nsert aEtached Pre-Bid Meeting Minutes (Re�. 1), and 5ign-in 5hee# �efore Teci�nical
Spec�fications. _ __
By: Brandon C. Beville PE
Digitally 5igned 4311 512 02 1
Attachments:
Table of Contents — Addendum fVo. 1
FTW Commander Rd Midfield - 5tage 2 Pre-Bid Meeting Minukes - Rev.1
Bidders Prequalifications — Addendum No. 1
Bid Form — Addendum No. 1
Proposal Farrn — Addendum No. 9
FTW Midfield redevelopment Stage 2 Pre-Bid Meeting Minutes
S5-3�1 Electrical Demolitiart Wark—Addendurn No. 1
TX-247 Flexible Base — Addendum Na. 1
TX-464 Reinforced Concrete Pipe — Additive Alternate No. 1
32 17 23 Pavement Mar�ings — Additive Alternate No. 1
33 Q5 10 Utility Trench Exca�ation, Embedment, and gackfill — Addendum No
Page 1 of 1
oo4sao-i
1 S�CTION OU �5 40
2 TEMPORARY REVISION (COVID-19�
3 Business Equity Specifications
Business Equity Ordinance Specifications
Page 1 of �
4 APPLICATION OF POLICY
5 If the total doliar value of the contract is greaier than $ I00,000, then a Business Equity goa� is applicable.
6 A Business Equity Firms re%rs to certi�ed M�inority-, and/or Women-, owned Busi�ess EnYerprises
7 (M/WSE).
9 POLICY STAT�MENT
10 It is the policy of the City of Foz�t Worth to ensure the full and equitable participation of Business Equity
11 �irms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in t�e City's current Business Equity Ordinance No.2�}534-11-2020 apply to fhis bid.
13
14 MBE PROJECT GOALS
1S The City's M1WBE goal on this project is .IS% of the total bid value of the contract (Base bid applies to
16 Parks and Corramunity Services).
17
18
l9
20
21
22
23
24
2S
26
COMPLIANCE TO SID SPECIF�CATYONS
On Ciry cantracts $1b0,000 or zx�ore whcre a Business Equity Goal is applied, offerors are required to
comply with the intent of the City's Business Equity Ordiz�ance by meeting or exceeding the above stated
goal thrpugh one of the following methods: 1. Busi�ess Equity subcontrac�ing pariicipation, or; 2.
Commercial useful functior► services performed by th� Business Equity Prime to couni towaxds th�
goaI, or; 3. Combin�ation of Business Equiiy Prime services and Business Equity subcontracYing
parficipation, or; 4. Business Equity Joint Venture participation, or; 5. Good Faitk► Effort
documentation, or; 6. Prime Waiver documentation.
27 SUI3MITTAL OF R� UIRED DOCUMENTATION
28 The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must
29 be received by the Purchasing Division, within the time allocated, in order fflr the entire bid to be
30 considered responsive to the specifications. The offerer shall EMAIL the Business Equity documentation
31 to the assigned City of Fort Warth Project Manager or Department Designee. Docnments are to be
32 received no later than 2:OQ p.m., on the second City business ciay after thc bid opening date,
33 exclusive of the bid opening date. A faxed copy w�ill not be _accented.
34
35 The Offeror must submit one of the following docutnentation:
36 1. Utilizatio� Form, if fhe gaal is met ox exceeded,
37 2. Good Faith Eifort Form a�d Ufilization Form, including supportin� documentation, if
38 participation is less than stated goal, or no Business Equity participation is accomplished,
39 3. Prime ConYractor Waiver Foxm, including supportiz�g docutnentation, if thc O�feror vvill perform
40 all subcontracting/supplier opportunities,
A 1 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture.
42 These forms can be faund on-line at:
43
44 Business Equity Uiilizatian Forfn
4S https://apps.fortworthtexas.�ov/ProiectResources/ResourcesP160%20- .
46 %20MWBE/NEW%20Business%20E ui %ZOOrdinanceBusiness°/n20E uit %20Utilization%20Form.
47 �df
CITY OF FORT WORTH Commander Rd--Midfield Stage Z
STAN�AR� CONSTRUCTION SPECIFICATIO�V bOCUMENTS City Project Na. J01644
RevfsedJanu�ry 5, 2021
oo4sao-z
Business Equity Ordinahce Specifications
Page 2 of 2
2 Busi�ess Equity Prime Contractor Waiver �'orm
3 k+ttps:r;apps.fort-yv�rthtexas.�o�,Pro�eckResource�/Re�ourcesF/60%20-
4 %20MWBE/NEW°l�20Businzs�°/,,20E�uit,y°;,20(�rd�nanceBusines� =�20�:�uity;�20Prime%20Cou7ac�ut
5 °/a2QWaiver.gdf
7 Business Equity Good Faith Effort Form
8 https:navps.fortworthtexas�o�iProf 'ctResources/Resources�'i60°io20-
9 %20MWBE/NEW°�a20Business%20 ui %2UOrdinanceBusiness%20EQuity%20Gaod%20Faith%20Ef
l o fort%20Fornn.�df
11
I2
13
14
15
16
17
18
19
20
2I
22
23
24
25
26
Business Equity Joint Venture Form
https.,,apps.fortworthtexas. o� a,ProjectResources/ResourcesP/60%20-
°�o�OMWBE/NF W°��20Business°��20Equitv%200rdinanceBusiness%20Eguitv%20Joint%20Venture.pdf
FAILURE TO COMPLY WI7'H THE CITY'S BUSINESS EQUITY ORDINANC� WILL RESULT IN THE BID BEWG
CONSI�ER�D MUN-RESON5IVE TO SpECIFICATIONS.
FAILURE TO SUBM17 THE REQl13RED BUS�NESS EQUTiY DOCUMEIV7ATIOfV WILL RESi1LT IN THE BID
BEING CONSIDEREp NUN-RESPONS[VE. A 5ECONq FAILUR� WlLL RESULi [N iHE OFFEROR BEING
DISQUALIFI�D FOR A�ERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERiO� WILL RESULT IN
CIiY OF FQRT WOR7H Commander Rd — Midfield Stage 2
STANDARD CONSTftUC710N SPECIFICATION DOCl1MENT5 City Project No. 101644
Revised January 5, ZOz2
�Ft��T �i�RTH Ci�y ofi Fort Worth ATTACMMENT 1C
�usiness �qui�y Didision �'age1 of4
�ood Faith �ffo�t �o�m
PRIMEIOF��ROR Check applicahle box to describe
C0141PA�fY NAME: PrimelOfferors Certification
6usine5s �quity Non-Business
PROJ�CT NAME: Firm Equity �irr�
BI� DATE
Business Equity Goal: Offeror's B�siness Equity Goal Corremitmentc PROdECT NUMB�R
% %
�{ {„� �RG:or �ii� i��t m�at c: excee�i ti:� �t�sin2�: Equity �aal tor th;a �iFcyec., t� a PrimelO�Feror must complete
i►�is #�� �1-
if tF�e PrimelOfferor's m�thod of compliance with the Business Equi#y Goal is based
upon demonstration of a"Good Faith Efforf", the I'rirrEelOffieror wili have the hurden of
correctly and accurat�ly preparing and suhmitting the documentation required by the
City. Com�lianc� wi#h each itenn, 9 thru '!0 below, shall satisfy the Good F'aith �ffort
requirement absent proof of fraud, in#entional andlor knowing misrepresentation of the facts
or intentionaf discrimination by the PrimelOfferor.
Failuee to complete tF�is forrrE, in its entirety with supporting documentation, and received by the
Purchasing Divisian no later than 2:00 �.m. an the second City husiness day after bid opening, exclusive
of bid opening date, will result in the bid being considered non-responsive io bid specifications.
1.) Please list each and every subcontracting andlor supplier opportunity for the completion of this
project, regardfess of wheth�r it is io be provided hy a Business �q�ity �irm or non�Business
Equity firm. [DO N07 �fST NAMES_OF FIRMSI, On all projects, fhe PrimelOfferor must list each
subcontracFing and or supplier opportunity regardless of tier.
(Use addi#ional sheefs, if necessary)
List of 5uf�cantracting Opportunities List of Su�pGer Opportunities
Effective 01/01/2021
ATTACHM�I�T 1C
Page 2 of 4
2.) Ohtain a current (not mare than iwo (2) months old from tF�e bid open dafe) list of Business Ec�uity
subcontractors andlor suppliers from the City's Business Equity Di�isiort.
Yes
No
C]ate of Listing
3.) Did yau solicit bids from Business �quity firms, wit�in the subcontrac#ing andlor supplier areas
previously listed, at least ten cal�ndar days prior to bid opening by telephone, exclusive of the day the
bids are opened?
Ye5 (if yes, aitach list to include name of Business �quity firm, person contacted, phone number and date and time of contact.)
�l.❑�
4.) Did yo� solicit bids from Business �quity firms, wit�tin the subcontracting andlor suppfiet' areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusi�e of the day the bids are
opened?
Yes {If yes, attach [isf to include name of Business �quity firm, fax number and date and time of contact. In additioR, if the fax is
returned as undeliverable, then tfiat "undeliverabfe confirmation" received must be printed directly from tf�e facsimile for
proper documentation. Faifure to submit confirmafion andlor "undeli�erable confirmation" documentation may render the
NO GFE non-responsive.j
►.j Did you sol➢cit bids from Business Equity firms, w➢thin the subco�tracting andlor supplier areas
previousfy lis#ed, at least ten calendar days prior to bid opening by email, exclusive of the day the hids are
opened?
YgS ([f yes, attach email confirmation to include na�ne of Business Equity firm, date and time. In addition, if an
email is returned as undeliverable, tf�en that "undeliverable message" receipt must be printed directly from the
emai[ system for proper docume�tation. Failure to s�bmit confirmatioo ancflor "undeliverable message"
Nd documentation may render the GF� non-responsive.}
Np��; T�� �h�ree �nethoct� ictentifiec� air.�va ar� acceptahle far so[iciting bids, and each selected
rreethod r��.+s+ k�� appiied to i�� appiEcao�� contracfi. TF�G PrimelOfferor must docum�nt that either at
ieas� t;�� attempts w�re mad� u5���� 't+n►o oi ti:� �nre� meihaaa or fhaf at least one succeSsful confiact was
� mad� Gs;+�s� �3ra aY tna ��:�e mei4►od� i� ar�ieX to cteemed fesporisive t�a the Gaod Faith �ffort requirement.
NOT�: 'Che �rim�l0fferar must con4aci the enfire �usiness Equity [ist specific to each
subcontrac#ing anc€ supplier op�ortunity ta be in compliance with questions 3 thru 5.
6.) Did you provide plans and specifications to potenfial Business �qwty firms?
Yes
�
7.j aid you pro�ide the in'farmation regarding the loca�ion of plans and specificatior�s in arder to assist
ihe Business Equity firms?
Yes
No
Effecti�e 01101I2829
ATTACHMENT 'iC
Page 3 of 4
8,) Did you prepare a quotatian for the 8usiness �quity firms to bid on goadslservices specific to their
skill set?
Yes (If yes, attach a[I copies of quotations.)
No
9,) Was the contact information on any of the listings not valid?
(If yes, attach the inforrnation that was not valid in order for tE�e Business Equity �ivision #o address
Yes the corrections needed.)
No
10.) Sul�mit documentation if Business �quity firms quotes were rejected, The documentation su�mitted
shouCd be in the firms forms of an affidavit, include a detailed explanation of why �he Business Equity firms
was rejected and any supporting documentation Ehe PrimelOfferor wishes to be considered by the City. !n the
event of a hona fide dispute concerning quotes, the Primel0fferor will provide for confidenfial in-camera
access to an inspection of any relevant doc�amentation by City personnel.
Please use aafditional sheets, if necessa , anof a#ach.)
Corr� an Nart�e T��e hone Contact Person Sco e of Worbc Reason for Re'ection
ADDITIONAL INFORMATION:
Please provide addiiiottal information you feel will further explain your good and honest efforts to obtain
Business �quity firm participation on this project.
ihe �rimelOfferor further agrees to provide, direcfly to �he City upon request,
compfefe and accurate �nformation regarding actual work performed on this contract,
the payment thereof and any propQsed changes to the originaf arrangemenfis suhmitted
with this bid. The �rimel�fferor afso agrees to allow an audit andlor examination of any
books, records and files held by their company thaf will substantiate the actual work
performed on this con�ract, by an authorized officer or employee of t�e City.
�► Bidder or Cont�actor who inten#ionally andlor knowingly misrepresen#s material facts
shal[ be I�ebarred for a period of time of not less than three (3) years.
Effective 01IU112021
ATTACHMEN71C
Pag�: �# of �4
7he undersigned certifies that the information pro�ided and the �usiness �quity firms
listed waslwer� contacted in good faith. lt is understood that any Business �quity firms
lis�ed in Attachment 7 C will be contacted and the reasons �or not rasing them will be
verified by the City's �usiness �quity �ivision.
Authorized Signature
Titl�
Company Name
Address
CitylStatelZip
Printed Signature
Contact Name and TiEle (if different)
Phone Number
Email Address
Date
Business �quity Div�sion
Email: DVI�[ B�OfFice@fortworthtexas.goW
Phone: (817) 392�2674
Effective 07Ip1I2021
�(��'�''�[}RT��
Name of City project:
CITY OF FORT WORTH
Joint Ventur� El�ibility Form
.4ll7uestions must be answered; use "N/A" if not npplicobde.
A joinf venture farm must be completed on each projecf
Rx'PBid/ProjeciNumber: _
Joint Venture
Page 1 of 3
L Joint venture information:
Joint V��ature Name:
Joint Venture Address:
(If applicabde)
'I'elephone: E-mai I:
�:
Identify the fit'ms that comprise the joint venhare:
Please attach extra sheets if additiona! space is required to provide detailed explartaiions of work to 6e performed 6y each firm comprising fhe
�oint venture
Business �quity Non-Busincss
Tirm Name: Equit F'irm Na►tic:
Business Firm usiness Fn�n
Contact Name: Contaet Name:
Susiness Business
Address: Address:
Telephone:
Fax: Te[epl�one: Fax:
E-maiL E-maii:
CertificaEion Status:
Name of Certifying Agency:
9
Effective �1I0112D21
Joint Venlure
Page 2 of 3
3. What is the perce�tage af Business Eq�ity firm participation on this joint venture counting towards the
�raject goa[?
4. Attach a copy of the joint ventare agreement.
5. Lis� components of ownership of joint venture: (Do rtot complete ff this inforrrtatian is descrtbed in joinl venture
narnmm�ntl
Pro�t and loss sharing:
Capita[ contributions, including
equipment:
Other applicab9e ownership interests:
6. Identify by name, race, sex and firm those in�dividuals {with titfes) who are responsible fvr the day-ta-day
management and decision making of the joint venture:
Financial decisions
(to includc Account Payable and Receivable):
Management decisions:
a. Bstimating
------- ------_-_-----------------------------__
b. Marl�eting and Sales
- --------------_---___-------------------------
c. Hiring and }�iring of management
personnel
------ ----------_-------------------------- ----
d. Purchasing of major equipKnent
and/or supplies
Supervision of field operations
The City's Business Equity Di�ision will re�iew your joint venture submission and will have
final approval of the Business Equity percentage applied toward the goal for the project listed on
this fiarm.
NOTE: From and after the date of project award, if any of the participants, fhe indi�idually defined scopes of work or
the dollar amountslpercentages change #rom the originally approved informatian, then the participants must
inform the City's Business Equity Di�ision immediately far approval. Any unjt�st�fied change or
deletion shall be a mater�al breach of contract and may result in d�barment in accard witf� the proeedures
outlined in the City's Business Equity Ordinance.
Effecti�e 01101�2021
Joint Venture
Pa e3af3
- - A�FIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to ideniify and explain ihe terms and operatian of the joint venture. Furlherrnore, the undersigned shall
agrEe to provide Eo the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additioz�al information deemed necessary to determine if the
joint venture is eligible. Failure to cooperate and/or provide requested infornEaation within the time specified is
grounds for termination ofthe eligibility process.
The undersigz�ed agree to permit audits, interviews witi� owners arad examination of the boaks, records and
files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply
with tnis pro�ision shall result in the terininatiqn of any contract, which may be awarded under the provisions
of tk�is joint venture's eligibzlity and may initiate action under Federal, State and/or Local laws/ordinances
concerning ialse statements or wi��ful misrepresentation of facts.
— --------- -- ----- ----------------------------------------------------------------------------------------------------
Name ofBusiness �:quiry Firm: Name ofNon-Business Equity �'irrra:
Name of Owner. Name of Owner:
Signature of Owner Signature oiOwner
Printed Name of Owner Printed T1ame of Owner
Signature of Owner Signature of Owner
Titic Titte
Date Date
Notarization
State of
On tk�is
County of
day of , 20 , before me appeared
and
to me personally known and who, being duly sworn, did execute the %regoing affida�it and did state that they were
properly authotized to execute this ai�davit and did so as their free act and deed.
Notaa�y �ubiic
Priirt Name
Notary Pubiic
Signature
Commission Expires
Business Equrty Division
Email: DVTN BEOffice@foz�tworClitexas.gov
�'hone: {817} 392-2,674
(senl)
Effectiv� 01101I2021
Fo�T �o�TH�
ATTACHMENT 1B
Page 1 of 1
City of �o�t l�lor�h
�usiness �qui�y Didision
�pime Con�rae�or '�Vaider Form
PRIMEIOFF�ROR Check applicahle hox io describe Prime�
COMPANY NAM�: Offeror's Certification
Bus�nes� Non-Business
PROJ�GT NAME: �4��Yf� � u' firm
BID 17A7E
City`s Business Equity Goal: Offeror`s Business Equity Project Commitment: PROJECT NUMB�R
% %
lf both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith �fFort Form). Afl questions on
#his form must be completed and provide a detailed explanation. If the answer to either question is NO, then you
must camp�ete AT7ACHMENT 1 C. This form is anly applicable if both answers are yes.
F�il��rp to cot�7�leke t��s €onn in ii� ent�rcty and kr� r�c��v�d by ti�� I�.�rc�asi r� D�vlslon no IGtitE�r th�n 2�OU
u.m.,_on th� se�ond �ixy bus����ss d�V a�t�r.l�:tl..op�n�!�[�, excltisiVa r�� thc �i+d o��nir�g �ake, will result in
the ��d ��fng cons�d�re� r�ar�-respor�siva tv bid s�ae�iiir.,tl�r�$_
�Ilill you �erform #his entire contract without subcontractows? YES
If yes, please provide a detailed explanaiion that proves hased on the size and scope of this NO
projec#, this is your normal business practice and provide an operational profife of your business.
Will you perform �his entire contract without suppliers?
YES
[f yes, pl�ase provide a cfetailed explanation that pro�es based on the size anc! scope of this
project, this Es your normal business practice and provide an inventary profile of your business. NO
The PrimelOfferor furtner agrees ta proWide, directly to the Ciiy upon request, cornplete and accura#e
inforrr�ation regarding actual work p�rFarmed by aff subcontractors, including Busin�ss Equity firrris on this contract,
the payment therevf and any proposed changes to the original Business Equity firm arrangements submitted with
this bid. The PrirnelOfferor alsa agrees #o allow an audit andlor examinafion of any �ooks, records and files held
by their company that will subsiantiate fhe actuai work perFormed by ti�e Business Equity firms on this contract,
by an authorized officer or employee of the City. Arty intenfional andlor knowing misreprese�fation of facts wiii
be grounds for terminating th� contract or debarment from City work for a period of not less than #hree (3) years
and for initiating action under Federal, Staie or Local laws concerning fa[se statements. Any failur� to compEy with
this ordinance cr�at�s a rriate�ial breach of contract ar�d may result in a determination of an irresponsible Prime!
OfFeror and barred from participating in City wark for a period of time not less than ona (1) year.
, � —_
Aufhorized Signature
Title
CompanyName
Address
CitylStaEelZip
Business Equity Division
�mail: f]VIN B�Office�fortworthtexas.gov
PE�one: (817) 392-2674
Printed Signature
Gontact Nam� (if different)
Phpne �[umber
Email Address
Date
Effective 0110�112021
��R.T �Q�T��,
Cit� of Fc�� �Ior#h
Busin��s �qui�y Didision �peci�ica�ions
SPECI�� I�STRIlGTION� �OR O�EE�OR�
APPLICAT[OPd OF PO�,lCY
If the total dollar value of the contracE is $'�OO,OQD or more, then a Business Equity contracting goal is applicable.
A Bus�ness Eq�ity Firms refers to certified �irsority-, andlor Women-, owned Bus€n�ss Enterprises (i1�11RIBE;.
POLICY STATEiVlENi
It is t�e po�icy of the City of Fort Worth to ensure the full and equitable participation of Business �quity
Firms when applicable, in t�e procurement of all goods and servic�s. All requiremer�ts and regulations stated
in the City's current gusiness Equify Ordinance No.24534-11-2{f20 apply io this bid.
'The City's N71WB� goal on this project is
(if federally fund�d) The City's DBE goal on this project is
% of the base bid value of the contract.
% af the base bid �aiue of the contract.
A Business Equify Prime Contrac#or can count iYs self-performance services towards meeting #he 6usiness Equify GoaE fpr
the assigned NAfCS commodity codes on their MBE or WBE certification. If the Business �quity Prime Confractor cannot
self-pertorm all of the wvrk, it will be accountable for subcontracting with certified 8usiness Equity firms to meet the overall
goal.
COM�LIANCE �O �ID SP�CIFICAYIONS
On City contracts $104,000 or more where a Business Equity Goal is applied, afferors are required to comply with the intenf
of the City's Business Equity Ordinance by rr�eeting or exceeding the abo�e stated goal through one of the following
m�thods: �1. Business �quity subcontracting participation, or; �. Commercial useful function services performed by
Ehe Business �qui#y Prime to count towards the gaal, or; 3. Com�ination of Business Equity Prim� services and
Business Equity s�hcontracting par�icipation, or; 4, Business �quity Joint Venture participation, or; 5. Good �aith
Effort dpcumentatian, or, &. Prime Waiver documentation.
SUBMIiTAL O� R�QUIR�D D4CUIVI�NTATIDN
The Ukilization P�an sha[I be de�e at the time specified 'm the solicitation. The applicable clocumer�ts must be
received by ihe Purchasing Division, within the time allocated, in order for the entire bid to be considered responsi�e
to fhe specifications. The offerer shall deli�er the Business �quity documentation in person (or email if designated within
project specifications} to the appropriate em}�loyee of the Purchasing qivision and obtain a dateltime receipt. 5uch receipt
shall be evidence that the City received t�e documentation in the time aflocaterf. Documents are to b� received no
later than �:QO p.m., on the second City bus"sness day after the hid opening date, excEusive of the bid opening date.
Faxed copies will not be accepfed.
The OfFeror must submit one a� the following documentation:
1. Utilization Form, if the goa! is met or exceeded,
2. �ood Faith Effort Form and Ut'slization Form, induding supporting documenfation, ff participation is less than stafed goal,
or no Business �quity participatian is accomplished, �
3, Prime Contractor Waiver Form, including supparting documentation,if the Offeror will perform all subcontracting/supp[ier
opportunities, .
4. Joint Venture Form, if goal is met or exceeded with a.loint Ver�ture.
These forms can be found on-line at: htt s:lla s.fortworthtexas. o�l�ro'ectResourcesl.
�iai�uri�: T�1 GOIVI�LY 1n1�TFi Ei-ir GITY'S BUSINESS EQUI7Y ORD[NAPICE, WIL.L RESUL�T Ild iHE BID BEING
CONSIDERED NDN-RESPONSIVE TO SPEGIFiCATI0IVS.
FA�L'1.ir�E T(� SU�M�T THF_ R�QUtR�I� �USI�lES� �QU�TY DDCUMEIN7'a7iui� WlL�_ RESULT �Fi 'fHE B1D BEING
(;UIV�IUCKt�3 NOi1I-�ESPQINSILFC. A SEC��I� �AILUtKtj �(11iLL F�t�l1L 1 IM TFi� OFFEROI� 6�1WG pISQUALIFIED
FOR A P�RIOA OF ONE YEAR. THRE� FAI�URES IIV A�li►� ir��h� l�tKiGu iniiLi_ RESUl.� ��t A
DISQUALIFICA710Id PERIOD OF THREE Y�ARS.
Any questinns, please contact the Business Equity Di�ision at (897) 392-267�4.
Department of Diversify and Indusion
Business Equity Division
Email: QVIN BEOffice@fortwnrthtexas.gov
phone: (817} 392-2674
Effective O 1/0I/2021
3010 Gaylord Parkway
Suite �90
FYISCo, TX 75434
TEL 972.377.7�480
FAX 972.377.8380
www.GarverUSA.com
����r��� �ru�����
To: Attendees Date: March 9 5, 2021
From: Brandon seville, PE ��
RE: Fort Wot`th Meac�am International Ai�port
Commander Rd Midfield -- Stage 2— REV. 1
Copies To: Attend�es
On March 9, 2021, a pre-bid meeting for th� Commander Rd Midfield — Stage 2 was held at 1:30 pm over a
video teleconference call. the foflowing items were discussed:
1. Introd�ct�ons & Rales
a. Aaron Barkh — Assistant A�iation System Director, Meacham Airport
b. Tyler Dale — Airport Project Coordinator, Meacham Airport
c. Dakota Shaw — Airport Supervisor, 1Vleaci�am Airport
d. Brandon Beville, P� — Project Manager, Garver
e. Alex Jessop, EI — Civi! Project Engineer, Garver
2. Biddinq Procedures
a. Send bids to City of Fort Worth Purchasing Divisior�, at 200 Texas Street, Fort WorEh, Texas,
76'!02 by 1:30 pm on IVlarch �5, 202'f.
i. Bids will be Open at 2:p0 pm
ii. Hand d�liver to So�th �nd l.obby of City Hail
iii. To submit bid a day ather than the Bid Opening day, coniact the Purchasing
D�partment: (817) 392-2462
iv. General Pubfic will not be allawed in the City Council Chambers. Public can wafch bid
opening at: httpJlfor#worthfexas.go�lfwt�/
b. Bidder Quafifications
i. Water and Sanftary Sewer Subcontractors must be prequaEified with the city.
ii. See 04 21 13 Instructions to Bidders
iii. 00 45 '13 Bidder Qualification Appfication contains instructions and application to
becor�e prequalified.
c. Instructians to Bidders
d. Bid Proposal
i. Base Bid Co�tract Time: 1 Sb Calendar Days
ii. Additive Alternafe Cantract Time: Additiona1.30 Days
iii. Bid Proposal WorkboQk is included as part of bid documents.
iv. $1,D00 L.iquidated Damages per calendar day
v. Bid form ir�cludes a list of all items required to be included in fhe bid packag�.
3. Citv Provisions
a. The MBE gaal is '15.0°/a
i. Questions regarding goafs and Good Faith Etforts should be directec! to the Ci#y
of Fort Wot#h Purchas�ng Division
ii. Addendum No. 1 will include the replacement of the existing forms with the
updated city Business biversity forrrts.
iii. 7he Bidder rnust submii the MBE docur�entation or goad faith effort no later
thar� 2:00 pm on the second City business c�ay after bid opening as a maiter
of responsibility, e�en ff bidder is nof the appar�nt low bidder.
b. Davis Bacon Wage Rate R�quirements
4. Cit of �art Warth General Conditians
a. General Condifions are pro�id�d in the bid dacuments (Di�ision (l0}
5, Specifications
� a. City of �ort Worth SpecificatioRs
i. These specifications have been modifi�d ta include the pay items.
b. TxDOT Specificatians
6. General items of Work
a. Miscellaneous & Existing Structure Removal
b. Proposed Drainage I nfrastructure
i. Approximatefy 1,OQ0 L.F. af RCPs
c. Propased City and F'ranchise lltiliti�s
d. Approxirnately 3,0�0 L.F, of 12" PVC Water Pip�
e. Approximately 2,000 LF of 8" PVC Water P�pe
i. lncluding cieaning and festing by Con#ractar.
ii. City Field Operations Staff shall test the �alves �rior to acceptance
f. Approximately 3,00� �..F. of 8" sanitary pipes
i. Incfuding CCTV inspection by Contractor.
g. Approximately 6,200 L.F. of primary conduits for power lines and cammunication lines.
i. Contractor is responsible for establis�ing easements through city for power lines
h. Rock �xcavation for Utilities
i. See Sheet 23, D-001 for rack measurement d�tail.
ii. Est�mated Rock layer shown on profile of ufilities.
i. Proposed Access Road
i. 26' Wide {iOC to T�C)
ii. Approximatefy 6,5Q0 S.Y.
iii. Typical Section
1. 8" Portland Cement Concrete (TX-360)
a. The Curb Subsidiary to Cancrete
b. As stated in Tx-360-�4.13, r�de quali#y shall be measured by the
canfractor according to �x-�85 �availabfe in TxDOT 2014 spec book).
�
Test fype A is required for short projects. Type B testing is not
Req u i red.
2. 8" Lime Treat�d Subgrade {�X-260)
a. 4" TX-247 where rock is encountered
b. 8" TX-247 where sail can't be limed because of rock clumps.
c. Contractor shall survey the tap of rock layer prior to excavation.
j. Exca�ation
i. A�proximately 2,000 CY
ii. Refer ta Specificafion SS-152 for d�tails.
iii. Sheet �4, G-304 shows location that excess soil and i�ase can be dumped.
iv. No �arge rocks can b� durnped.
k. Seeding
i. Topsoil is subsidiary #o seeding.
I. Fence (Additive Alternate 1)
i. Black PVC 6' with �arbed wire
2
ii. 35' Cantilever Gate
7. Safet►► and Phasinq
a. Staging Area and Access Rouie
b. Phasing
i. Mobiiization (30 days)
ii. Access route near 2N
1. This musi be established before any work irt this area commences.
2. All utility installation in this area must be perFormed Saturday thraugh Sunday
or Monday 7hrough Friday 7pm-7am
o Phase A (90 Days)
o Phase B (30 Days)
• Phase C (30 Days}
s Phase D— Additive Alternafe 1(30 Days)
c. Traffic Control Plan
i. Allowable lane ciosure: 9pm to 5am
8. Upcominq Addendum
a. Addendum #1:
i. Update DBE Farms
ii. Insert meeting minutes into bid documents.
9. Questions
Cluestion: Is profilograph testing required?
Answer: iVo, the length of the road is considered a"short projecY' by TxDOi Specifica#ion 585. Only
Surface Test Type A is req�ired. *
*This answer has been revised from what rr�►as discussed during fhe meeting to match the direction
in the specifications.
Q: Coordinatian with airport on safety access and radios?
A: Escorts and Superintendent to receive non-movement area training by airport. And one person with
training will be required for each group ofworkers. Radio's will not be required in non-rr�ovement areas,
where the majar�ty of the work is occurring. Training is firee of charge and can b� scheduled through the
airport.
Q: Any badging requirements?
A: There �s no badging, but non-moWement training is required as discussed above.
Q: Flo�v can we schedule a site visif (Question asked after pre-bid meetin_q) ?
A: please cal! fhe Airport Operations Phone to schedule a site visit:
Cell: 817-994-0653
Landline: 8 7 7392-54 9 0
Attachments: Sign-In Sh�et
Copy ta F�le: 20A1101 �
Pages(incl.): 5
Copies to Garwer: AMJ
L:12020120A1909 9- FTW - hllidfeld Access RedesignlCorrespondencelMeeting Minutes`Pre-Bid MeetinglFTW Commander Rd Midfield -
Stage 2 Pre-Bid Meeting Minutes.doc
3
�
�
O
�
Q
� N
C �
O �
� �
(6 �
C
N �
� �
a�
� :�-.
m �
��
N �
� L
� �
� �
� �
� �
Q 0
u.. U
� �
csa �
o �
r �.'�?
o �
Z �y
U �
� N
�O d)
O�. �
L
-i—��� �
U �
�
�
� O
U V
L� �
� �
� L
� �
C� �
� �
� �
Q
N
N �
U �
m a
� � l"J
� + � V^J'
� + � `;
� � �e^
� T u ,
C4 d'
� r r
� N N
�
� � � �
C�
�
C�
�
�
C�
�
0,
�
�
(�
X
�
�
�
O
�
4--
�
�
❑
N
H
�
�,^
L J
N
07
M
ti
�
�
�
O
U
Q1
�
U
c�
�
�
U
C
O
�
(�
U
�
.�
O
U
�
O
�
�U
�
�
�
ca
t
U
l� �
QT Q
V`�J �..�
�l �
`'J �
cfl �
N �
r ,
� O
� �
�
0..
.�.i
�
�
a-=�
U
�
y--�
U v
C �
�
O �
_C �
(B
� �
� �
�
0
U
C
d
�
U
�
�
�
c
0
:..�
C
Q
�
C
�
U
U
V
.�
���
�/
�
�
�
y !
�
N
ti
��
�
0
�
U
�
�
�
�
Q
U
�
O
�
C
d]
U
�
�
O
U
Q
�
Q
a]
�
N
�
�
�
(�
:�
�
�
L
'�
...�.f
�
�
Q
�
�
�
W � �
� � � �
� � m
Q) �
(� � � }'
^ � � �
� U � �,
�
�
a
m
�
N
d
r
O
ti-
O
�
Q
z
U
U?
.p
CL.
Z
(a
U
3010 Gaylord Perkway
Suite 190
Frisco, T'X 75�34
TEL 972.377.748D
FAX 9i?_.377.8380
uuww.GarverUBA.com
Nlarch 22, 2029
Addendum No. 2
To Plans, Contract Dacuments and Specifications
Meacham Internationaf Airporf — Cammander Rd Midfield — S#age 2
City Project Ho. 9U7644
This addendurn shafl be a part of the Plans, Contract Documents and Specificatians to the same extent as
though it were originally incfuded therein, and it shall supersede anything con#ained in the Pians, Contract
bocuments and Specifications with wh�ch it might conflict. Acknowiedgement of receipt of #his Addendum
must be provided on the proposa] form in the Contract Documents.
PlAodifications to the Front End Contract Documents;
1. Remove "Bid Proposal Workbook" in its entirefy and replace with the "Bid Proposal
Workbook — Addendum No, 2". Remove "00 42 43 Bid Proposal Form" in its entirety and
replace with the attached 00 42 43 Bid Proposal Form — Addendum No. 2" within the
project manual.
a. Rre-populated the Bid Item No. 9 allowance cost with th� predetermined cost.
OF
.,..
�• : • �v
��.= ; �a
� ::.................................... : i
By: Brandon C. 8eville. PE ����N��N C. ��MIL�.E
12160�4
Digitally Signed 03/22/2021
Attachments:
OD 42 43 Bid Proposal Form — Addendum No. 2
Separate Attachmenfs:
B�d Propasai Workbook — Addendum f�o. 2.xls
Page 1 of 1
Y
0042 43
�IDPROI'(15n7.
Pagc l uffi
SECTION 00 42 43
?ROPOSALFORM
UNIi �R�C� �1D �idder"s Applica�ion
Project Ifem ]nformat[on (&ase &id) Bidde�'s Proposal
Bidlist Item FVo. Description SpeciFcatioa Tlnit of ��d Unit Price ➢]d Valuc
SecFipnNo. Measure QuaniLLy
1 SITE PREPARRT[Oi+l I55-120-3.9 � L.S. � 1��°,6
Unit Price in Words
�__�.� .._..,._�... ._�.....___,_____...._____�__�..._..._____.__..___vm_�._.__.__...._._.__.�_ __- -�-- ---�-.i��__-. ------��.,-w_.._ .�.__.�.�.._.�.__.�.._.
2 IlRAINAGE PIP� REAAOVAL �sS-140-5.i i LF. I 2S7 �
Unit Price in Words
W WW �WW u.� 3W� �_�W V�W. DRAINAGE S7F2UCTURE REMOVAL � � W� �_�__._._._ __._�_...�_ — SS-14Q�.2 ! EACH ' 2 I
_..�.�._�.�..�__�._,..��_.,._.�.�� ��___�.____._._._..� _._.______ _ _---.__ ._-----_ .___�.__.�•__�a_ �.__.�____..___�_��,L___ _ �. _.�_.__ �_. _ _.. �.�.�_.�._._
Unit Price ii3 WorrEs
_. ___ --__ _ ...�.�.. __ . _..� _ __._ __� _ _ �.________ � � _._ _..�._.,..___ —_r__ _ �. � . - ___ _ ..._ �.�., _. _
4 TREE R�hfOVAL SS-]40-5.3 �� EACH � 5 ���
Unit Price in Words
_.� _.. ... ..___�.�..... �_ ____�. ______....�.�...._ �..._ � _._�_ ____� __ _ ._ __.__..__.�.____.�_.._______ _,.__.__.._____� ......_____.._. ....._._ .._.�.�.�.�.�.___.
5 UNGLASSIFIED EXCAVATION SS-152-4.1 I C.Y. # 2,919
�._�<....._. _.._._..,.�.�...� ____._.� _._�.__...._ _-___. ________.�_�_�._._._._�__.__e----._�.,�____.�._.__ � -__.�... .----__�._�_.___�_._.__..,..�. ��.___._. ...�
Unit Price in Words
�___..�..�.__...e._e. . ._ .. �_______.......__� _ __�.___.-----_. __m____..___._._. ___-__� -__� _ __.Y. �___,_._._._.---�.�__�___.�___ - F _. _.. _ __. __. .�.�.�..�.�.��.._
6 ROCK EXGAVATION fS&152-4.2 f C.Y. I 3,000 �
Unit Price in Wards
_ ______ _ .�..�.�. .�.�__.�.�. ____ .______,___..,_�_�.- ___ __ ___._.� ��__._._ ___�___. . __.. � _ .__ ,.�.. _____ _.� ___ _
7 iJNSLIITABL� EXCAVATION ISS-152-9.����»3 �C.Y. ��I W 700
-------------_�__-_-_-------`--- -�-_________.�._1--- � _�..___.... _�.....__ ....._-
Unit Price in Words
__ _ � ---- ___._�._ ....____ �----.--- �__ ___� ___.�_---__ .. �___.__ _ � � �._ _ _ - _._ _ _ _�._. . .��. �.�...�._. � �.__
��� .__
8 lOCKOUTITAGOUT PF20CEDUR�S SS30d5.1 E LS. 1 }
�.�.. .._�.�._ . ___�_�_ .. .� . _---______�_ _�.--_..__._____.. �_ __�.._. _._. ._� _____ �. _�._ __.____� _ L _._ �._ __ �.. ._�_ �._. . . �_�.
Unit Price in Words
__.�.__.� � _ __._�.___._._ _ �„� _ __. �_ ..__�___ �_ � ___ ._ _. _ � ....._� _ ____ ._,..___, �.-----,-a-.-_ _____----_ ..� � ___ _ _ _. __ _��. .._
9 POVJER UTILITY ALLOWANCE �SS-302-4.1 ALL6W � 4 j$10,OQ0 00 $� 0 000; Oi
Unit Price in Words
__.__�. ___�.�. _ __.___ �m �.�____. __ - --- --_______�__ �_- ____ ��._._u._..�-----r----r----- �__.
10 POWER UTILITY EASEMENT �OGUMEid7A710N lSS302-4.2 ! L.S. 1�� �
.____ ___--- _ _. _ � ,_._..-----_�_ _ � _ �.__u . u .... _.._ -W__ � _._ _ _._ _ ._. _ � T _- __ � _ - - - -- -.._ _ , __.�.__�.�.__
Llnit Price in Words
�..__._.�...�.�.�.�.�_..�__._.�__� _ __�_-__-�__..__�_�W___�___.___._ ____._. _._._.__.,V._____,___....------,__._.___ _ . _
� i dIRECTIONAI_ BORING, 2-WAY 4"C POLYETHYLENL� CO6lDUITS 'SS-305-5.1 i L.F. ; 690
__._�.�._.� _m _-_----- ___.___ _ ..... .___.___�__�_ .__..____ _ ___.___.�_� __._! �_ � ___ _.._...__._ __......_._..._.�_...�
Unit Price in INords
�_____.�.�_._�.�.__�.�________._ _ __......____ __.�_. ..�._.____.�..__ _.. -_.._ _ ___� __._ .�._.�._..._____.�.�..�.�
12 GATE 27 (EXISTIidG LOCATION} �QUIPMENi, INSTALL�� :SS 350�.9 � L.S. � 100% �
�....�.�.�.�__.�.�_ ..�_____�. __......___�_ ____..__Ww____......_.___ �.�_ .______�____ _.__-._____.� �---_-__ _ _ _____I__ _ ��. _�., _-- �-- _ _ -____ � .____._�.� �._.�...�.�.�.._
Unit Price in Words
�_.__�.__� �.�._ .� _-.___.� .�., . _ .____,.......__ __._�._ ____� _ __.__ �..�__.�__..�. y. � __.________ __.____ .____.�__�
13 CONCRETE PAVEM@NT REMDVAL TX-104-4.1 ? S.Y. �T 2,784
___.......�._�. ��.� _.�.�_W._ a�___. _.__----___ _.. �.._�.�__._____.._._� _ __._... _ _ �. _ _.... _-�.�._ _.._______!_Y-mm �---___�______ ..�._�.. _. ._. �----
Unit Price in Words
__ ..� � ��., a _. �_.�_ _ .______, _____� M. . .____ �________ __. _._ ., _� _ _. � � _ �_. _ y _.__ __ _. _�_ _ _ ._ _ ��._._ _. � - �. ._.� _._ � _..
1A ASPHALT PAVEMENT REMOVAL �TX l05�1.1 � AS.Y. j 3,705
_.......�..�.�_.�.�___.-__-__. ..._ _u.__.._._.__-________��__-__--_-_-______ .�_.».__---�_ _._ .__ ._ �_. ____e��__ a _ ___-__�_�.»..�-------- --�. _..._..__
Unit Price in Words
� .._.__.._.��_ � ._ ......._ ______ _ _ ._..___ _ __-__- _ _ __ __ _ __ �.�___ _.__- ----� - -- _..� � _ __ _.___:__.� ._ . . ���. �._., .. .�.�._.
15 BROADCAST SEE�ING (PERMj IjX 164� 1 I ACRE 2 2 ;
........�__n__.�._.�..� .. _ �______��_�.._�_---.___._..._�._�.._.__.__...__....... __ _ �.»._ W_._...,., � ________.1_�_!_ ______a__.-� � __.�._.. _ ..,..._...
Unit Price in Words
CfTY oF FON7' WORTEI
S'CA[dUARb CANSTR[ICT]OI� SPtC[k'ICAT[ON DOCUMF:N'�'S llid k7oposnl Woi'�hnnk - Addcndum i�1o_ �.is
FamiRevise,L20120124 AdJcnSmnNo. 2
oo az a3
}SfU PROYOSAI.
rag� z oes
SECTION 00 42 43
PROPOSALFQRM
U�il i ��tiC� �iD �idder's Applica�ion
Project Hem I�formation (6ase 13id) Bidders Proposa]
Hidlis[ItemNo. Description Specirica[iou Unifiof B�� �nitPrice AidValue
Sec[ion No. Meas�re Quantiry
. _...._._.....__ _.�.__., .._..�.��____.
16 FLEXIBL� BASE (DENSITY CONTROL) (CO3NPL �TE IP! Pi ACEj (7"YPE � mm �� I
TX-247-6.1 S.Y. 628
GRA�E�ARIABLE �EPTH� � � _,__. _��_.,.__._.�._...___ . �_.�_.�...._... ��._.._,
Unit Price in Wards
�..�_.,..�____.e__�_�. _ � �.� .. �. �. ---_..__._ ._ _—_ ____ __�..._._ ._ . _� _. _ _ _ �_ __ _.T _ --_ _ _._ �_ �._ ._., W .. � ____ _.. _ .. .___. .�.�.,..,..�.�.�.�.. _..
17 LIM� � �iX 260-6.1 � TON j 188 �
Unit Price in Words
�_._�__.�__.�.� . _.�._ .. _.__ .--.---___._... __------.----.____ .__.....____. ... .. __...... _.�...____� _ . _ _- _ _ _.__. ._�.�_..-_ ._ _. _.�_.__
18 iIM�-7REATE� SUeGRA�E {EXISTING MA7ERIALj (e"} ��� _�TX-260-82 � Y S_Y.� 6,596 _�
Unit Price in Words
� ._.. ._____ _ �.�.._.. _ _�__.�_-wm___....._._.Y..�_�____. m.�. _ __ __�.�._ V. ._--- �______ ._._��._.____�� _�_ .m __..�,._�._.�.�__.�._..._
99 BITUMIiVOUS SUI2FACE GOURSE �TX 340 fi.i 70id 37 j
Unit Price in Worcis
--_._ _._ _ _ _.�____—_._.��.._... __� _ -___ _._..----_._...� �__m___� _ __ _ .� _.��.�. ..---_. .....�
�..�.�_. � �.__ � __ --- - � __._ __.___.�__._._ � � _ _ ,
20 CONCRETE PAVEMEPl7 B"f �TX-360-6.1 � S.Y. 6,493 i
� -.______. _1�-- — -s-------.�__ ..�. __ .
Unit Price in Words
_.___. __._ �_ _.�. _�. ._.___ .� . _ . _______� � __._.....,__-� ., _ . _. _� . _.�..�
__ .. �. _s� �. __.__
29 TREPlCH EXGAVATION PROT�C710N !TX-402-4.9 L.S. 10090 �A
�._..�_.. . __�� __.., �_ ___ _ ____,-____ ----------____���_ _ __,_ _. _ ._.__,._; ��W �_m �� _. _._.. � ��.._..._�.
Unit Price in Words
__-, ._ _ ._ ._�_�__._� �._..�._._._..__ _. .... ..._�_ ___�_.��_ � __._�__..,__._.. . _ Y _____.__. _..,�______ ---_
22 REINFORC�4 CONCR�TE PIPE, 18", CLASS III �TXwf6A�.1 I L.F. 64
._... _ . ..�._ .._.�_.�_ ---.�._._.__....---------� �..��.._..._.__.._.____�. ._._.____.___...__-...__.......____..._1_---_.__._.._�.�...____..........._...�
lJnit Price in Words
_ . ..._..__._...�.�_.�.�.�_ _.� __� _. _....----------------_ _.___. _.....____---____._......�__...�.� _�_ .�m
23 R�INFORCED CONCR�TE PIPE, 24", CLASS III �TX-464�.2 L.F. 856
�._ _ __.� __._-. �.�.�.�.__ �______.�__.__..._.� �_.�_____ ___..._..._._..._�.�__._...__.,_ __�._ _ _...
Unit Price in Words
�� ..�.�.. ___ .._.._� .__ __ _______ _ _s� _ _._---_... _ _ T. ____..,.....__ _. __� .�_._........ _.._ _ _ . ,� ________...._ _._------•---......_..
24 2-15" REINF�RGED CONCRET� PIAE, CLASS III, COi�iGRETE ENCASED •TX-459-5.3 � L.F. � 18
. �
Unit P�ice in Words
� ._ .� .�._.. ___ _.�_.�_._ .__..____ __ _ ______ _._��_ ___
� _-____�_._.. ____--.-- --
25 36" REINFORCEn COidCRETE PIPE, GLASS III, CONC1iETE Ei+1GASE� �TX 46A-5.�€ � L.F. � 45
Unit Price in Worcis
� __.�.�_._.,._- __�___ �_... . � ...__-----v�.�__ _____. � .� � _____� _ _ _ __......�.___� _.Y......i .���--_..__._..
26 SET (TYPE II) {78°j (CONCF2ETEj {SLOPE 6:1) (CROSS) TX-467-5.1 y EACH I 2
__ ...._ � .__� _�_ .�.�....�.. ____m______.._�.__. » �.____,_.._��__...._.,_.. � ___�'_-- ----- �_ �______._ ..._._____
Unit Price in Wards
_�..,..�_.�__�.�. __.. _ _...._�_ .____.�T__ ____......_.__..__w.�.__ _ _ _....._.._ _� __ . _._...�..._..,_�_____r____....._._..�.... . ___ . _. _ �_ �._ .. _��e
27 TRAFFIC CONTROL �TX-502-4.1 � L.S. � 10a%
Unit Price in Words
�. _ . _ ._,..�.�.�__._._.�� _� _ .__._._._..._ ___ _____ � _ _m _ _... _.�..,_, _. __�____��_ _ . __�.._.__._-.----- ��—...__ _ _.,.� __.__� ____.�_�
29 TEIvIF'ORARY EROSiON CONTftQL �TX�06-6.1 ; L.S. � 10096
lJnit Price in Words
_�_��.�.._�.� __ _.._ �....u...__..._ _�.___ �._ �__ -__ __________.._.______._____ __ �_____m___ __ _.V.., ._ ___ ___ _m
29 COf�lCRETESIDEWALK{4") �TX-531�5.1 S.Y. 9
Unit Price in Worxis
cn'r orro�r wo�rH
STAi�/�RL1CON5TRIICTIONSPt:CIF'IL'A'f10N WC1R.4E'Nfs
Form Rcvisz.120120120
6id PmPnsal Wo�t:book-AAdznd�un Nn.'+.ri%
Adden�wnNo.2
DO i243
Rln PROPOSA[.
Page 7 of 6
s�crioN oo nz a3
PROPOSALFORM
UriEl� PRIC� �ID
Project I[em InCormetian (Sase f3id]
�idder's Application
Bidde�s Proposal
� Spcciiication ilmtoF Bid
8idfislltemNo. Description . . • UnilPrice
3cc[�on No. Measure Quanhty
�___�-__._......_._.._�....-_ W_�......___.___._� �..____......,____ _.... ___�.,._____ _�W__._. .�_..�_..._�.__-�.._-
3fl INSTALI SiNALL RQA�SI�E SIGN ASSEMBLIES - STOF' SIGid ITX-694S.9 EACH � ]
�_�...� __._.m_____.___�..�__...__._.___�.__���._...______._......_� ._..�.��______...._.---.---_________�_�____�.__.�_._._-�_. �_�_�__-,--_.�..
Unit Price in Words
_.__�_ ., � �_.___.�__..._�.__�_____.�--------_ �_. _______._._....�____..���__._ .
_
.--____--- - --
3i 0241.1001 Gf20UT AND ABANDON EXISTING 10" WATER L1NE �d2 41 14 ; L.F. � 1607 1
Unit Pr�ce in Words
�.___.__� ... _ __ ..�.. ___,..__ .._�..._ -___- _ _�_ _.��� r .y.�_.., __�.._._.�_
__---.___.__�__.�_.m��--__._.._...._�. i .
32 0241.1002 GROUT AND ABAN�ON EXISTING 12" WATER LINE 02 41 14 � L.F. 651
_.__�_.__� ___�... .. ___�_�___..._.._...�.._..._ ___- - _____�___�.----__ _�_.._.____�__�._......_ �__ _ w�.. ______�____.__ �_��____..
Unit Price in Words
�.�......�._ �.�..._ ___ .._.�.�.��. ._-___.___ � _ -�_-_____..._._ _..__� �. _ � __- _ _._ _
---..____
_.
33 0241.2�92 R�MRVE 6" WASTEWATER L]NE :D2 41 14 ! L.F. � 447
Unit Price in Words
.. ................,..,... ........,._.�....�__.... .�__._.__.-..._._.-__�....-�__�.....___� ..._....___._...._.e�__ ,--..__,...._ �,..-««--«-�- ...... .y. .�_.r.--�_�_._....__.
34 0249.1�i5 REMOVE 12" WATER LIN� IO2 41 14 L,F. ( 267 �
....„.._..__.._ ��_ .�.__�.�.�.�._._.. �--- ..............._...._._.___.____ ____________, _.___�.---.-_ . . _...._, __ ._ _v.. _v� _ _1--___—__1�--._.
Unil Price in Words
�.__._..._..�..--- - �__ � ___------------ _____ _-_��__.__._.... ----- __�,_.________ — ____
35 0241.2067 GROU f ANti ABRNDON EXIST[NG 6" WASTEWATER L1NE �OZ 41 14 L.F. j 1A4
Unit Price in Words
� __. _� � �.�.�.__._ _T�.__.-------------______�__ .. _ _ _ u�._.,_ _� ..__
36 033Q.0001 RGP CAP �03 30 0a EACIi I 2 ��
_�_.. __.�__.._...._�.��..�.�.�.____ �_...._._,__..___.._. .�,»�...._----�� _ ._ ___��.. .__._. ��_..��_...�. » 1 __,.___� .____�_
Unit Price in 4Nords
.�.�._. .�. �_.� ._a..__.�._�.�. _ _ . ...- _ _ �..... � y . ___-_-
_.. __ ___ ._.
_________.Y __ �. .. ._ ___ _.
37 0330.0002 CONCF2EiE ENCASEMEi�1T �3 30 00 � L.F, 120
_.. _.,..�.�.� _�. _ ___...�.�._. �__..____ - ------�-- ____ �._., _... ��_. __. __ ., _�_ _ ��� � �.. _. !. ___�_ � � ____. ._ __
Llnit Price in Words
�� vV T����mm����T �T� 2605.2102PREFABRICATEOELECTRICALHAN�HOLE,SIZE3'Wx5'Lx ' ����_�;�������.m� �m�m�
38 3,� �26 05 33 f EACH � 8 I
___..�.. _.�..�.�._. .�_.. ., _.._.., _____._.._..�».....____�____ ................_.—.__._.�_ .__.._._.._......._.._............._�. �..� __!_...__.�._ ,.____._.__. ._�r___......_..�.__.._..
Unit Price in Wards
_ .�_. �._____...._. __ ___ .�_ ____ �_____---____�.e__. - �__ _-----___._. _ _ .._ _ __._ _------- _ ��.---..._.__ __..________
39 2605.2iO3 PREFABRICATEp ELECTf21CAL PL1LL BOX, SIZE A'W x 6'L x 3'D ;26 05 33 � EACH �� 8 I
Unit Price in Words
__.��._.�_�....._.....______._....____..___��_.__.�__.__�____.________...._�___._..�. _ __....__..____�__ ___.._...__-----
4� 2605.3035 2-WAY A" CONDT PVC SCH 90 (i) �26 95 33 • L.F. � 5730 �
., ._..�.�_�.�.�.� .._�.�_.._... �..�___-__-___......_..__....._..�...... _._.�--__�_�.._____.____..�._.__......_.._._�__..... _.........J.__ �._�_�._ ..............._.,.a__._._..�._! ___..__
Unit Price in Words
.. . �.�.___..�.� .._�__._ _____ , ��_______.___�._._._,__.. _______�____._._._ _ _,_. �_._ __. �.y
A1 26Q5.3036 2-WAY 4" CONDT PVC SCH 80 (f) �� � � j26 05 33 W� LF. � 445 �
. _ _... - --_� _ _._.._ _�..�.�... _---___ ____ __-__. _. _ x ._ _ � »,. »� _ __ . _._.__�..W__..__.�._.__
,�____.._...__._._.-----�___ __�_. �_____._
Unit Price in Words
_.�._.,___.�_.�... _ �._�_�. .�___.__ ._.� � _______._____�_...____W______ ___-_.. _ .____� .�_.�. __W__� ______, ._.._
42 26�5.3439 2-WAY 4" CON�T PVC SCH BO (T), WITH RAVEMENT REPAIR i26 45 33 L F � 2a
_..�.�.�..�.�.�....�. � ___ -v __--.__ _ ___._�__ .�___ _._._�, _ _..__.�_ � . . _,. --,-- W _. � _ � __ __ ___., .. _ � � �____�__ _�.W ._._
Unit Price in Words
_.�.�.� __.. � , �.�._ _�._� __.__._. _ _ _.,..__ _ � �.�__ -- - _ ..... � _�____� _ m�._ T �.�.__ ....�. _ _�_ _ _�______.� � . _.___. �_ _
43 32f4.01a� BRICK PVMT ,32 14 16 S.Y. 91
_.._..___. _�.__ .�_.�. ____.�_� ---- ��__�. . ___._.__._.__e.______.__....__._.___ --__._..�,..__ �_ _.__ ____ _�J__� ____ �. __ _�___ ___
lJnit Price in Words
_.�...� _. ._. ___.._. _ __- _.____�. _._ v.._ __ __._._...___ � _ r _ ____ �_�____�__-�-_--_ ____�----._ _ � ___________
44 3217,0109 6" SL� PVMT [vfARKINCY HAS {WJ :32 17 23 I L.F. . 257 �
___ ....__.__ .�.�.____._.. . �.�._�........._._._..�.....___— �_...____ ---___.___._.-________�..�__........_ —.-......_�........._.__._....__3�..-------�.,
Unit Price in lhlords
Bid Value
C1TY OCPORT wORTH
STA�ARL7 CONS7'RUCT[ON SFF;CIFICA710N i.lO(:UAIGNTS Did IRnposa] WorkLook -Addaa�3iuu No 2.xls
Fo�m Rcvisal z0120120 A.�dendwnNo �
av az a�
ac� exorosu.
Pag� 4oFG
SECTlON 00 42 43
PRpPOSALFORM
U�dl�' ��iIC� �ID Bidder's �pplication
Projecl Item Informetion (Hase f3id} Bidde�s Praposal
E3fd]fstltemNo. Description Specification Unitof 13id UnitPrice BidValue
3ection No. Mcasure Quantity
.....-___'_.._.__-.___._�_._ ...................._--_�»»»-__.._u......___.._��_.._._._ __......___r _ ..-.. __..........__._,._ ��..�._..._._.._.._,-�......-_
A5 3217.0305 12" SLO PVMT MARKING HAS (Wy i32 17 23 � L.F ' 12
..��.__...___._._�__�.�...�....�.___ __�.___,___ _.____�_._._._��____,_---_�.�___i.___,�._v�:_�____�____._�..,.�__....�_,....�___.___...._...��.�.�.��...�....�...,..
Unit Price in Wards
�. ._�... ._..�.�.._.__._ _��. _______....___.__-.____.__._____________._..._�...�__� ____.__..___._�--__..._.._.�__ m.�._ �_...____ �.�.�.�.._..
46 3217.4261 F1RE LAI+IE MARKiNG 32 97 23 I..F. 3,727 ��
_ _ _.� � ____. � .
�
Unit Price in Words
_.____�_�.�._..�..��.._ ....._..._._��_______._—_ _.Y.__V.__.___.��_.________-----___�.._ _._.._. _ __._� _r___._..�._.�._..._.�..�.__ .�.�.�.
47 3301.0002 POST-GGN INSPECTION r33 01 31 L.F. � 2,812
...�.�.__...�_.�.�_._..�.,.._�_.._,. _-.�».�...........__._...._..�.._____��.._.�_....______-�___w�._�____......_.__�__..._.���......_.4�____�_..__..V..__..���__�...__-__ .......... ...._.�.._�.�.,..___�.�.�.�,._.
llnit Price in Words
_�.____�.__--_--- -- --_W_____V......_._��....._-_-_��— _.______..W_____ ____� �� _�..____.� —_�.__.�_.�.__ _y...._�.�.�...�_._._.__�...._.
4$ 3305.t00A IF�lSTALL CARRIER PIPE IN STEEL CASING 33 05 24 L.F. 140 I
__._.�_____...._ __. ......_._. �._ -..�...._ ___..._.r.__—_�._............_...--......_.r_........____.,...._ ..—_'.�._.___._..._ —_____L.._...�--._.._._ ................._._— __._.......
Unit Price in Words
_�.�.�____.__m___..�.�___.._--------..� _._-----...___.�______.---.� � _ _____�___..__________�__--- _.�_ ____ __�____� _.___.. ----.�.�.....�.�.__..
49 UTILIiY MARKERSlLOCATORS 33 �5 28 L.S. t ��
�.�____._. m� .. �.�.�.�.�.� .__------.�._____ _.... _�. _.._.Y.�..._ __�__ _.�___._.._._.�......�� �.� . __�..__._�_._ _...._._....� �.»»_�.Y.__.__.._� __�.a_ _._..�.�.____..�.
Unit I'rice in Words
__�._.,.�.�..__.._. ..�___� _.______ _._ _ ----__..___ ..��—�.�. _____._ � � .� . _.�_..__�___�.�. _ ___ _ __.. ____ . _ � ��.�___.... _ -_ _.___.
r._.._
50 3305.0103 EXPI.ORATORY EXCAVATI4h! FOR EXiSTING UTILITIES 33 05 30 EACH 10 ;
Unit Price in Wards
_�..�. ._._._.__..�_�.__� �______—______ _.....__.� __...�.___ �._...�.�....._------_-_� __.__�.._.W._.�e�____�.�_.�.......�.� �..
51 3311.0001 bUC71LE 3RON WATER RTTINGS WI RES712AINT 33 1 i i 1 ' ,
. 70N 2
_. ._. __._._.. . _ .,, _�. __. ._. _l� _. __.__ _ ,.__._. � _ _ . _.._.�_.�_.� _.��.� __
lJnit Price in Words
�._ ..�. _ .. __.�_ _ _ __ . . ..__ � _ --- --- ----�� �..___ — ____.. � _ _� _ _,...__ __— _ �_�. , . _.�_ __ ._��__..
52 3311.�261 8" PVC WA7ER P]PE �33 11 12 , L.F. I 1,920 �
�.,....�. ..�.�_._�.__. �... __ __.._�__. ____.� .._.�.._..._______�._._...�__ .__. ._�_._.... _ ____�L__ � _ _, __�_�»_J.________._ � �__ _�. _ . _-__�._. _
Unit Price in Words
_� _ .�.� _..__. .�._., __.. �.w.. �_____._��._.__._ ___ ______�_� .____.______._.�____ ____.,_. � � __..�.. __�.�__. _____ _ �
--�--------
53 3311,0461 12" PVC WATER PIPE �33 1 i t2 L.F. � 2,935
Unii Price in Words
_.�...�..._�__.. __._.... .. � _ _ __ _,. .. __._._._�. ____ ._ _ _ _. _�. _ _ - - -
_�._...__ � _-_ _�__T______
5A ftELOCATE EXIST. WATER METER 33 i2 10 L,S, ! 1
�._ ._ �.. _ __ ____ _ __________ -_ � � �___________._�_____._____.�. ___ _J�________.._:..---�__ _ T� W _ . __..._._.._..._ ....__ �_
flnil Price in Words
_ -_._. .._ _ __ _�.�._ - ---------__...__.W.__ ___ --_--�_ _ �__r —__ _ _. _ �._, __.� __
55 3392.3003 8" GATE VALVE 133 12 20 EACIi � 3
....__...... _..- __- _,__.. _. ..__W....���...._---T --�-____".._._„__.�____._....._.___�_—.....' �.__..1..____ �_�.._ A._.._..�._,. —'�"'--__ _ ....... . ........ _....._......
Unit Price in WorcEs
__ µ__�..� � ___._ .��.._._.. �_._____._.. _.�_ �_____ _____. _... _ .. __�. _�.__ _ __,; —��_�._ ___--
___r__. . .. __� _...__ ____s_._ .___ �.�.�.�.�_.. .__ ._
56 3312.300512" GATE VALVE �33 12 20 �_ EACH �� t m� A� _ 44 W _.._ .__. ._. _.
Unii Price in Words
_...�...___ �.�_.�_____�._.,.�._�____.�_ �__..__..._ ..�,._ __.__.____�_... ______ �_�_,__.__ __ _ _.._ ..._.... .__..
57 3312.3006 16" GA7E VALVE 33 42 20 EACH : 2
_. __ __
�_.�.�.�._�.�._._..,�__�__ _.._,,._»»,�______"_��_�__.___.__ _�__.�_�_.__m���,.____� �._......_�__�._�..�._�__.�_w_____�..
Unit Price in Wards
_�..�.�._.�,.�.__.�._�_.�_.�._____....�__ __�_�_�___ ___._W._�___�._� ��_.__.__- _.,._�..��..�___.�_...�.__.
_ �__-� `----r-EACH t _..�.___�__.._...�,___ _
�g 33�2.0106 CONNECTION TO EX15TIi�G 18" WATER iNAIN {WET) ;33 i2 25
.. __.., . __.__..�.��.�.,� _ � � _ _ _ _ _______.�_�____ ..__.___�._. _._�__-----_ ._�, » -------_._____.�____� _____.�__. _ � ...._ _ _._� �._____a_ _�., _.,.._....�_...._ _ _
Unit Price in Words
�.,_.�.�.�._�.__.�._� . _.�_�.�. ......� _______. .._._._______ _._.____._ _ _,._._.__�.__..�_.� __-- -, �� �.. _. _ _...__ _ _ .._._ ...�
59 3312.a117 CQNNEGTION TO EXlSTI�lC7 12" WATER iv1AW (WET) 33 12 25 j EACH � 1
.. ._�_.�.��..�___._ ._---___ .___�____ __.. _ . ____. � ..._ __�_..__.._.____� __ _______ � 1_- _____ _� _ �_�_ _ . __._._� _ _. �. _ _ . _�...� .._
UnitPrice in Words
c�irar Foer woxrE�
ST�.NI]AR[] COhlSTRI1CT[(lI� SPtCiF7CAT[OLV➢O('[��N7'S 6id R-a�osal Wo�6oaA - Addendum Na ?�ix
Forn.Aevise,17A12012� ndden.lum t�Eo_ 2
00 J2 43
61P PRQPOSA3.
Nage 5 of b
SECTION 00 42 43
PROPOSAL FOi2M
UNI i �F2�C� �iD
�idder's Application
Projeet Ilem 7nConnatian (Base Bid) Biddefs Propasal
Specification Lfnitof Bid
13fdlLst][emNo. Description SeMionNo. Measure Quantity UnitPrice H[dValuc
- __��»�.» _ �.____. . _.._
_.- __.___ .
.-- ..._.. - �_-_ -..-,_. _ �.�..--____ _. . ___._...�__v._._. �_______. .__ ._...____ .
SO 3331.41758"SEW�RPIPE �333120 ' �.F. � 2,812 �m ^_ T^^f T^Tmm W
Unit Price in Words
�_. �..��._.�.___...._._...��. v _��.._. _ _—_. _ �_.. ..�.__.��__ _.__�,.__ _
61 3339.1001 4' MANHOLE 33 39 20 . EACH 11 ,
�� .�....,._ _.�.�. ,..�__ _. _ _____.______ �_.______ _ . ____-- --___ _ � __. _� . .� ____ � ...,._� �
Unit Price in words '
�..__. ____.___ _ .� .� .�. ._..____._._ _._._� ��____ , � .___ ___ -_ _� . _.Y. �. _ - - _�_ .. _�__ ___ _ __ ._� _.. _ . _._ ...�. _.._
62 3339.1003 A' �XTRA �EPTN MANHOLE �33 39 20 � V.F. �� 63� I
_�._� W ._n..._�.�._ ___.. �_� _... ______��_�___.____. _-_�_..... _.Y._ _ _._ _ �_ __ ___ �_� _______� _ , __. � _ _ _ .J_ __��!__ __ . _ r.
Unit Price in Words
�_.�.�.�. __ __-.-- --------__�.._._...__._. __._�___m_ ___ _ __,..__ � — �� _
63 3349.0001 CAST IN PLACE STORM JLINCTION BDX 3349 i0 ' EACH � 3 i
_._- __ � .__. __�._ ..__�.� __ _..�....____�_____--- -----------_�.._....___...�...� _W ___�.__._. ____u . _�_ _ �rr�.— _ __..__ _ _____.______ _.,.____.�_.m.__._.__.._.�.
Unit Price in Words
�__.,..�.�.,..�.�. �.�._._ ._�. ...__.�_____.____� _ _..___._...______� _.m � M �. _ _. _.V._ _._._.._.�._.__._____ _._ ____
�_____ __ _, ._
64 3349.506110'CURBINLET I334920 EACH ; 2
_......�.�._�_..�.�.�_.�.._�..._.�.. ._ � �___.._.V.._.._ W__..._.-- -.._._._______._.�_�._._.�_____--_-______.1. __�'..W..�...._._.Y....._�.......�...�.____._�� _.__ ... .....�.�.�._�..�__.,...�.., .
Unit Price in Words
�.._ __� -�._ �_.�__.,._-- - - -.._____._..__ ._ �. ___ � _ _.__.__.. .__.___ ��_ _ _. _
_ � �__ _ � ..._ _..__
65 3348.5002 20` CIJRB INLET 33 49 2� : EACH � 3
Unif Price in Words
____�___._______ _ �________.._.._______—�.�_____.._�� __�_ _ _ � .__�. ___
66 3399.5002 4' X 6' S3NGLE GRATE INLET � � _W� _ _ .33 49�20 �� EACH � 1 �_ ____. ___. .... _ _
lJnit Price in Words
� _.Y.._____-__, .__.._.. . �. ._ �. _ , __, _.. �._ _ � � _
_� ..� � _._�. __�_,.�_. _.__ _ � . �_ -
67 FENCE REMOVAL �-162-5.1 I L.F. � 227
�_ ___..�... ..------. � _ ____ _._.__._ _..___._ .---. _ �� .._ __u . _ _..._ _._ _._ � _ _ � � __� _ A � _. � _ ,__ _� � __ . V. ____ _ �. _ _ ._ _ ..
Unit Price in Words
___��..�.�.____ ___�...__ .�.._ .,� _�_� , _..__ ____�� �__ _.... ___ .
_.___ _
S8 GATE REMOVAL F-162-5,2 i EACH � 1
__. . _�_ ___ ___ _ __�_ _ _ _ _ _-'-- -----. . - . . _ _ ... 1 _.. _. ._,__ �..�..�.._ .�., ._. _ .. �._.,_..,..,
Unit Price in Words
___�__ ___. �_ .._. �.�._ .� __ . � � .._. � _� __ ____-_ - --_�__ __ � _____ __ __._ . , _ _ _ -.�___ �._.� ___� �_..�_.. _. .. .� _.
i
69 6-FOOT BLAGK PVC COATE� CHAIN LINK FENC� SMTM BARBED VNRE �F 162 5.3 L.F. � 194 j
�._..�___.______..__.____� _ _�..____�..�.._..______.._._ _.._._.___.._..__�___...�.____ __ _ __.._�s_ ____J.__ ; __ _.__..____.�.�.._.�_._. _.._ _
Unit Price in Words
Base Qid Tolal $�O,Q00.00
Project Iieni Ioformation (AddiLiue Alternate 1)
Bidlist Item No.
Description
� _._._...._ GATf nPFRAT(]R_ F(1LNf1ATIc�N AND ACCESSORIES_
pEiNQLISHEo
Unit Price in Words
Bidder's Proposal
Specification I llnit of B]d I
Sec[ion No. Measure Quanlity Uni[ Price
3S30i-5.1 � L.S. � 100% �
� ..� .�__�._. _ _ _ _. ._�. _ _ �_�___� V. _._._ ____._ _. _ ____ __._ _ .�_ _._ __ __. _._�_ _� _ _, _ ,, �._� _ _ ______P �
2 GATE 27 (EXISTING LOCATION) �QUIPMENT INS7ALLED _�SS-350.5.1 f L.S. �-100% ;
Unit f'rice in Worc1s
_.� _._.__ _.�._ _ _ __� _�_—__. __,. _ _
3 GATE 27 (NEW LOGATION) EQUIPMENT, INSTALLED ���SS-350-5_2 � W L�S., T 900°/ mm' ��
Unil Price in Words
�. �.. _....,._.�_�.�..,. . .._._ __... _ __. _�...._.._�.�___ �..�.. _.Y. �.� _.�.__.__ �.� _.� . _ _ .__a__ � . .�_ _ �
4 FENCE REMOVAL !F E62-5-1 1 L.F. W�� 16 ����
Unit Price in Words
_.___.._____�. ��.__.�_.____�—_________�.�__,_____�.___..�.�._____�__.�_.___.__._.___.____._.�,._____W._._.
___�._ ._�__
5 GATE REMOVAL . m..m mm T.� __. _�F16&52 �` EACH....3__.,.._.�.�_._... .,�.__.W._�_._.
Bid Value
CITYOT �ORT R'oRTH
SThNI]ARo CONs'L1iLICfIO[d SPGCIPICATIONTIOCLItutENfS Dld PinyosAl woii:honk -Add.:ndwn No_ ? tls
Hoan McviuJ 2QI20120 AdJenJmn Na. 2
0o az a3
a�rxoeosu
I'age 6 nf 6
SECTION QO 42 43
PROPd5ALFORM
UNIT I��IC� �!�
13idlist Itcin �io.
Unit price in Words
6
Unit Price in Words
Project hem Infarmation (Basc 6i<I)
Description
�idder's Applicafi�on
Hidde�s Proposal
Specificatioe� IInit of Bi6 ue�it Price Sid Va3ue
SecEipnNo_ Measure Quantify
__ �_____......__.._ __� ..___._ __ .,..��...___._____.�____.� ..._,_..,_ _.�__ ....___ __� ____._._W�___�._.�_. �_._.�..._
�,.�_._.m.� r � ..
S-FOO7 �LACK PVC COAT�O CHAIN LINK FE[�CE WITW BARBE� WkRE j F-1S2-5.3 L.F. � 3,061 �€
___--__ ...___.___ _.__ ____ �.__._.._--------. ��.�.___.._.____ .. �__ _. .___�w� �_-____ _1__ � __..__.�__.._�..� �.�..__.
Additivc Alkerviate 1 Talal
Base Bid -� Addilive Alternafc J. Total $10,Q0�.00
ELYD OI� S�CTION
c�Tr or• roxr woa� x
STARInAADCUN57'R[fCT10N SI'P.�:7FIL'ATION L]ac:[7MGNF5 k3idYmposaS Workbook-AdAznduu� Na. 2.xls
t'o�mLiCviu120120120 Adden�vmNo 2
3010 Gaylord Parkway
Suite 190
Frisco, TX 75034
TEL 972.377.7480
�AX $72.377.8380
www.G,arverllSA.com
Mareh �3, 2021
Addendum No. 3
7o Plans, Contract Documents ant� Specifications
P4Aeacham International Airport — Commander Rd �i�lidfield — Stage 2
City Projec# No. �109644
This addendum shal! be a part of the P�ans, Contract Documents and Specifications to the same axtent as
though it w�re origina[[y included therein, and it shall supersede anything contained in the Plans, Contract
Qocuments and Specifications with which it might conflict. Acknowledgement of receipt of t�is Addencfum
musf be pra�ided on the proposa� form in the Contract Dacur�'ien#s.
IU'lodifications to the Front End Contract Documen#s:
1. Remove "Bid Proposal Workbook — Addendum No. 2" in its entirety and re�lace with the
"Bid Proposal Wor3Cbook — Addendum No. 3". Remave "00 42 43 Bid Proposal Form --
Addendum No. 2" in its entirety and replace with #he attacF��d 00 a2 43 Bid �roposaf Form
— Addendum No. 3" wi�hin the project manual.
a. Adjusted a formula on the bid proposal forrn that. All quantities ha�e remained #he same.
s,��� E.4 � T��,q �a
� ''s �1
' d
�. ' � ��;s�
By: Brandon C. Be�ill�, PE �` .....................................: �
` , BRANDON C. BEVlLLE
12160�4
Digitally Signed 03/23/2029
Attachments:
00 42 43 Bid Prapasal Form — Addendum No. 3
Separate A#tachments:
Bid Proposal Workboak -- Addendum No. 3.xls
Page 1 of 1
ao ax 4�
BID PROPOSAL
�'aga j oFG
SECTION 00 42 43
PROPOSAC FQRM
UN17 PI�IC� �fl�
�idder's �pplication
Projec[ Item Informatio� (Basc Bid) Biddets Proposal
HidlistItemNo_ Descriptiou SpeciFication Unitof ��� UnitPrice BidValuc
Scction No. Meas�re Quau[ity
1 SI7� PFtEPARATION �SS-120.3.1 j L.S. � 100°/
Unit Price in Wards
_ ____ _ _._._�.�.�.�.�..,. _, ____._._...__________ ��__ _ _�. __ ___ --_., _ __ _ __ _ .__
_�.__ _
2 DRAWAGE PfPE REMDVAL �SS-14�-5.1 l. F � 2&7 �
_�.�..�_�.__ ----__.�_. . .._ -_......�... ...._.»w..�..._.V.---- -____ . __�_._______ ___ .. _�_ ___.�._._. ....... _. ............ ..�............ __..�,.,....r ..{..�.._..._......._ �.._
llnif Price in Words
�._____._-____�_..�..___....__---__._W__._. ___._�__.__._._.__.._.�_....,......______-____.�, __.____�Y._,....�._ ----- -
3 nRA1AlAGE STRLICTURE REMOVA! 'SS-144�.2 EACH � 2
�
......_...__._......_._..._...___.__._.�-T.y.--�W-�.........._....__._._...�.....____.---��------�.'_.__..._._x.___...._._..-__...,_..........._.._.__3- --'-"
Unit Price in Words
--
_ _ __�. _._� _.. ___.. _ _ _...____------- --- � � _ ..__ _... . _ _ _------__ _ _ - _�
4 7R�E F2EPAQVAL TS-140-5.3 EACM b
_ . �._..�___. __ W�__-___._._._....___._____�_�________�.a___.__._...___`—_..�.�»� .w..�.�.y _.i_._�.Y...__...�_
Unit Price in Wards
�._.�..__._._....___�.�.�.�.__�_._�.....____.�._.__._.���_._._...____�__�_.__..._._......, .._....�_.__ _ .�,,..�.__._- __ �-__
5 UNCI..ASSIFIED EXCAVATION ;SS-152-4.1 GY. � z,919 I
.__ ., _.�.�.�._.�....�.��.�._.� __.____ ..».....� ._.Y........_u...._-------._. ___......._._.�._..._..� .�_�_.._._---____......__�..__..� __�.�,.L_......__._---_.
Unit Price in WorcEs
_ _.��_. _. _._.__ ..__.._.Y.___.�_ .._.____V_W._ .�.__ __� ._ _ ____--- - ...___- _.._.�.� _._--- �..___._ _.___ _ �
6 ROC3C �XCAVA710N �SS 152 9 2; C Y. 3,Oo0 �
Unit Price in Words
�.�._.._._ ._._.. ,.„ �__�._.. _ _._.__�....________ ..____---__� �. _-- --._�.� _.._..______ __._._�..._._�. � _ __
� ______._�_ __.�...___ . _ �
7 UNSl1�7ABLE EXCAVATlON SS-352-4.3 � C.Y. � 700
Unit Price in Words
_ ___ --- - , .._ ____..._._� ____.--- _.. ...__. ___ _ __-____---- . _ _
B LOCKOU7IiAGOUT PR6CE�LIRES 55�00.5.1 � L S. 1 ��
.. �.�... _....�..,..�... .._�.. .._� _ .Y�.».,..,..�. ... W W____.�_.__�__._____._..__�.__...._�.._..._..�.v._.a_ _____.___._..��.�.._ -___._.._..._.......M,___� ....._......».......»_ �......� _. ..... ._... . . _,.
Unit Price in Wards
� .�.�.�.�..__. _.�.,.�.�_ ______.�...�.__.�.�_�____.__.....________.._.._.�.___ _ �.� _. .,_.__ _ ________ _
9 POW�R U7ILITYALLOWANCE ISS-302-4.1 AI.�OW � 1 j$�0,400.00
�._,..�.�._� ...�........�.� ��__..�.._.. -----'--_�..»»w....._..----.._....__.....__.,._.._-----_—.__.___.W��._._____�_L_.._..__-___� __.____...��'_.�w.�»....�..____....- __..
Unit f'rice in Words
__.... _ _ _ _ _ __, .._�...___..._..__ ____�_._._�._..__�. �_��.�.�.. r, _ - -
10 POW�RU71LI7YFASEMENT�OGUMENTATION �553�2-4.2 L.S. � 9
_�_..__._.�...., � _ _�� �� _ �. __. _. - ___.____.__..____ ......._.___�_...Y _.____� _ ______.�_ _ _______.___..,_..__a__.� _.�_»» ___W ___.__
lJnit Price in Words
__-- _____. ._ �, ___. u . ___._.______ r�----�._..�_._..._.__. __.�_..._____ _ _._. _ �___� � _.�_.W._ _,___ _ _____.. __
11 bIREC710NAL 80R]NG, 2-WAY 4"C POLYFiHYLENE CONDU]TS iSS-305�.1 j L.F. � 640 j
..�.�_.�..�._.�.�...�. �_.�._._�._.._..�...._»..��.,,..�.._---_W. ._._....____....._W___._.__����.___..�....._.._�_.�.._�,._..__.�_----__....�._�........._....�,..,....rv�u....__.��......_�..._.._,...._..._.
Unit Price in Words
.. _...._._�_. . __�.�.�_ ___.�.____�_ �_._____ ____. __. _ _-.___. _�._ .�._ �.._ .,_ _ _, _
�,_.,__._ �..
92 GAT� 27 (EXISTING LOCATIONJ EQl11PMENT, INSTRLLE� SS3595 1 L. S 3 100°% ',
., ., _..�.�__.� .._..�.�.�.�.. ____m_._.....��____....._... .. _ _�..__-_-_---- a_ _..._.._._� _._._..._.____-�..____� ... _ ' ......_.__
Unit price in Wards
.______ � ___ ______ ___._. ___ ..�_.. __ __.__ ,
-
.._.�.T _ ._._._..._ _......____ .� __________�_..___� �Tx-iO4-4.7 5 Y � 2,784
13 GONCR�TE PAV�MENT REIJOVAL
.. ...._...._�_...._......_.�.�..,-___.._._,.....�._..._._.... .._.Y..__�_.._.____._ __.._.�� _. ___-_�__. _._._._...__.. _..._-.__�.,_.___.-_..��..._____.....w.._...
Unit Price in Words
�.... _.�._�.�._�.._._�.. ._ ________.__ _. _------ - -...___ __...�___ ____.._._�.._ _____.___. .,,. I _.�.___.
19 ASPHALT PAVEMENT REMOVAI. �TX-10S4.1 S.Y. � 3,705 �
`... _._.__.. _..._____..--.----.--_______.....__.._....m....._______-.____._....------___-_—.--.-..-___�......_.......__..,........__._.____..��_.�—.__�_.i..�._._._.....__._...
Unil Prlce in Words
_._. _..__ _. _ __. . _ __ ___ r _. � _ T _ _ _ _ . _ . ___ __�_ . __._..._._____.___- - --
--.._ . _ _._. _._
15 BROADCAST SEEQ]NG (PERMJ ETX-iS4�5.1 ' ACRE � 2.2
� �
Unit Price in words
CiTYO1+FOR7' WUlifki
STANDARDCONS77tl1CiIONSPIsI'Ik�7C:ATiONnOCL1AAF.NTS RidPmposalWorkboM-Adde�ulimiNa 3.xls
Cann Rzvisz.120120120 Add�Jvm tdo. 3
00 42 4}
ll1f11'ROAOCAI
Page 2 at 6
5ECTIaN DO 42 43
PF20POSAL FORM
Uidl� �RIC� �ILD
Project liem Informalion {Base Bid)
.. �escri tian SpeciScation [Jmtof I g�d I U�iitPrice
BidEist 7[em No. p Section No. iNeasure I Quantity I
__._�.__...__.�_�W___W__._._._.__- .___ . .. _. _�_..___� _..___,_.1._.�..._.�__._.r
�6 FL£XIBLE BASE (P�NSITY C013TROL} {COMPEETE IN PLACE) (TYPE P :TX-2d7-6.1 ( S.Y. � 628 i
Gf2A�E i) {VARIABL� DEP7H)...... _�._.....,....____�..__ _.__�_-,. ___.....;. .�__z_ _��__��._..1_._._�._
Unii Price in Words
�._�..��.�.� ...w_..�.�......�__ � �_.____�____�__..___._�..._.._�__... ._., ._.Y.__----..___ . __�__�_.»._,___�.�__ �_...____.�,.._u.._.____
�� LIME �TX-2fi0-6.1 � 70N ' 188
._.._.__.�____�_.. _.��.�.._._.�__�_.�._..___________..��., �.._.,___._�.__� __....__.�____.�L_...._.___
lfn"ti Price in Words
__ �__�- --_. .____ .._._ .._____�_�... _ __T �___.___._ ___ �� Y ___�_ _ __� _ _ �_�-----
19 LINiE TREATED SUBGRADE {EXISTING MATEftIALJ (8"j �TX 260b.2 �V S,Y. E 6 596 .
�.� __. .__ _�.�.�.___ �...__�____-__». ___._. _ ____� __, _ ___ _».__� _.___ . . __�,.__..�._.�_1.._�__..._��- _ 4. _.---_.l___'-___.�______ _ _�__
llnii Price in Words
___.. ._.___......._�_�.�_.....___��.__.---.e_._�_ .._______._.__�___- �.__,__.________._._�..._
19 BITUkhINOUS SURFACE COURSE �TX-3A0$.1 7QN � 37 ��
_...__�_....._-__ �. Y___��___�,..._._. �.__.._._._. �__...�
Unit Price in Words
_ _�.� .__.�._._.. __�.�__�»--_------ -.�.�_�. _---_�._.__.__��_�...� _._._.__..�.;___._ -- __..__,��.___-__.._�r
.,»
2a CO1VCftETE PAVEMENT {8") ;TX-360$ � S.Y. . 6,493 i
�_�.__.�.�.�_.___._.�_�._�_�.�.�. �____._._.....�_u...._..._._.__�'__...__._�___-_.__._�_..._,___.��---.....__`._----..�'--�--#___....._..._.,.Y._�___--m......_._..__.....�......
llnit Price in Words
w_._�._.__�. ..� .._._....�_. _____ __--�_ __________---__-__ _.�__�.__�._...__;__...__�.� . _._�.��__ .._ �._ _��._
Qj TRENCIi EXCAVATiON PROTECTION TX-A02-4.1 L,S. 100%
�......_---_..__.�.�_....._-____....._�..___.._._...._� -......._� __.__...._.. _. �_...._�_��_.__-_—__...
Unii Price in Words
_._ _�.�_ ._.. ......._ _r__ _.Y._�_.._—�_�____ �___._..__._._..._---_-�__ _____ __�__�_.-_ _��_ T - ___ _--
22 REINFORCED COI+lCRETE P[PE, 18", CLASS III �TX-4645.1 ��� L.F. ���64 `
.
. �
..�.,..�.,....._.....__.....__...�.___ .»�_____.W__��_�,--- _.____ ............._._.....��___-_.__.__._.�__...�_�....._....»_.._.._...�_____�a.._._...�...__..._.....___..�._.-.e
llnii f'rice in Wards
_ _ __ ..��.�._.,__. ._.m . ___...._._ ...,.� _.._ _ . � , M, _ u .._�_.__ . _____.�, _ . .�...W __ _.__��. _ _�.__ r .... » .___ ,
-
23 REWFORCE� CONCR�TE PIPE, 24", GLASS III �TX-464-5.2 � L.F. 856 �
_...._�.�....._a_.._...._...�.�.�_.............__-------�____._...�._....,.___.....,....__..._�....�..,__._._.......�_._._----..�.�__i_..._..._� ..._�_.��.__�......�__......--.___
Unii Price in Words
_�.� _ �� . __.._.. � � ___.r._�_---_ _._ � _ ��. ___._._.__ _._,� -_._�__._._ -_._�
I �_ �
24 2--18' REINFORCED CONCRETE PIPE, CLASS III, CONCRETE ENCAS�� �TX-464-5.3 ; L.F. 1B
..�._._....___. _ ... _.___ _.�_ _,___.._______.�.__._..�._�..a.W..�___-___...._.�._._�.._..,., _...__.........�...�......_-_-------___._.._____»,.�_._......_._.._. .! __.__..._ .�.,._��....__ _._�__._ _
Unit Price in Wards
�, �..._ _.. __� _. ..�..�_ . �_�__�.� -�_ __�.._ �__�._�_ _ _-_�. ______ _____ _____ ._ �.._� _�...____.______�-_ .__._._..._ _ .
�
--
p5 36" REINFORCE� CONCRETE PIPE, CLAS5 III, CQNCRETE ENCASED :7X-4645.4 L.F. � 45 I
.�.�....��...._�._._._._ ,..__.. __..._.._.. _�_�_ __._,_._.,�..._._.....�.-__.._.,.__._.._..._. �.__�_.._ ....,�_--___...___.�_._..,_._..�.�u...._..L�.�.__...
Unit Price in Wards
_�_ _�.�_.__. �T_�_.____ �_w
_..�.. _... _ �..��.�.�_. _� �........._.__.___...._.------�..___ _ _.____._...._._ �_.__�.�_ � ._ �_ ..�
26 SET (TYPE IE) {i&") (GONCRETE) (SLOPE B:1) (CROSS) C7X--067-5.i E EACH 2 I
�_......___�.� ......_..__. __.... �__..�.__�_._.,.�_........� ...»_...._......,_�..._ -.._......�._.............___�._.�..�.�.___.�.._...�_.G._.._._.____..__-_ _��....__. _._ �^"�__`__�__�...r _�..
Unit Price in Wards
..�.. ��.� _ _ __.__._, ��.� �_._._, ___- ..-_._�.. ___----_ _ _._._. � � _ ._,..-- -_ ____ ._. , ..__ ��_... , _ __ ---
27 TRAFFIC CONTROL ,`TX-502-0.9 � L S I 10035
Unit Price in Worc1s
_. �_ _�.�__ -- --_- _ -__ ______Y__ �.______ �_. �_ _....�__ _ _-._� -_m___.._._�____ . _�- __ _..- - � _ _ _
28 TEMPORARY EROSION CONTROL I7X506�.1 ; L.S. ' 100°.6 �
. . ........I._._..... _� ..__� �._._... . _. r_.va
Unit Price in Words
�.��.��. ..�_.� _. ._. _.�.�.��._... _ �_____ � _�._Y. .__ -___..� _ _._.. _.� __... __�.....__._ �_.._____. � � _�, _ _ ._._...__ �.�.- -- _—.
� ._ _
Zg CONCRETESI�EWAI.K{4"} �TX-531-5.1 ? S.Y. 9 ,
Unit Price in Words
�idder's Application
C['l'Yc]FFOR7 WUK7'H
57ANUAR�7 COSiSTRVCl10N SPECI[7C=P:f ION �DCllMIiN 1'ti
Fo�m Rcvisu12072Q120
Bidde�s ProposaE
Bid Value
pidRnpoaal Worl:linnl-Mdcrn]l¢nNa.3.x1%
Ad:l�l� Na 3
ao4� a�
nm rrzorasu.
I'�6< 3 of 6
SECTION 00 42 43
PROPOSALFORM
IJNIT I��IC� �ID Bidder's Applicafion
Projecf Ctcin 7ufonnation (IIase Rid) Bidders Praposal
Bfd]istItemNo. �escrip[ion Specificalion Unitof g�d [JniiPrica BidValue
SechonNo_ Measure Quanlity
�_.._.�.___.. ....__.._ .................... ___W_...______..�._�_ "__--.___....-.....�-.--_.. ______._._..._. -...._ ___-__-........ ....-.-_ �'___._._—'
30 INSTALL SMALL ROA�SI�€ SIGN ASS�MBLIES - STOP SIGN STX-644-5.1 EACH t �
�
Uni1 Price in WorcEs
._� __�.___�.�..,..,.._.�._,_. _ __._�..__.___-___�.- �_...._._._.._._._._______�_......_�___._....w__ . _.�. __� ___.�._�.�.�..,._.�.
31 0249.100iGROUTANDABANQONEXIS71NG14"WATERLINE 024114 ������T����-m...m^_�`-���✓���..-���uY
�_____._...._._ i L.F. j 96D7 i
.. ... .._�__�.�.�._ ......_ ---".. ______..__.___-_-.�'.____._-___..._�..�.---- -------,....�� ................�i.____�_......_,..._...__�.-- -`�---- _.�_______._...,. ».._ ._ .�.�.�.�.�___.-___.
Unif Price in Wards
..__ __�.4__ _., �.�_��.�. __. �__..�__..,..._ ___ ..._ _._�...._._. �_.____�___�..-__.Y...._�...._.
.. � _ _W � .--__. __..�._. ��_m��_.__�______ ___��..
32 0241.1002 C7ROUTAiJl7 ABAN�Qi�F EXISTING 12" WATER LWE I0241 14 L.F. � 659
.______..�.�...��..___..�_._-- -_-..,...�_.___._____ ._.___._____....�__.__. __._W.. ._._.___ _---____.._....1�„�.._____J�__._��__..._____ _..,..__._�.��..�.�_�.�.�___.
Unit Price in Words
...�__.�.�_... _ .._.,....�.�._�.�. _____�..�...,........�_._-..._........�. � _.....__--_,..-------.__-._-_.__-..�.._....._...�.. ...............�....__r..__.� .i.. .
_. ..
33 624L2612 REMQVE 6" WASTEWATER LW� ��2 41 14 . LF. 447 :
Unit Price in Wards
__.�.,._. _ ... , __�_ �.. ._----__._� ._.____. . ___. . _ � �» ___ . ,__ _ __.. __.� _ _ __ ._� �_,-_ _ ._ ���_ .._ �.�__�.._..___�_._�._ ._
3A �241.9015 REMOVE 12" WATER LINE �0241 14 ���V L,F.�I 267 1
l3nit price in Wards
..�.__�.��_.. .�_.�.___._.._.._.V._..___._.__ _._�_____ __�-_-_......___�� __-___ _.__� _
35 0241.2001 Gi20UTAN0 ABAiV�ON EXISTWG6" WASTEWATER LINE � 02_41 19 �_ L,F. �144 _��^Y� WW.u_u�VW�4V WWWWWY.V
Unit Price in Wards
� . T----- _ _ _.__._.�_—______. _ , __-. _ m _�_ _ _ ____________— __ � __-_ � _ __- _ _ .� � _ _ ..
- --r--. ._._____
36 0336.0041 RCP CAP 03 3� 00 � EACii i 2
__ .��._�.___�.�.__. _. .�_ ...._.Y..__.__..r._._ _._..�_..___..._______...,....---......__._._._.___�_ ... _.�____m__�..._......____...L_,__.__. _..�_._.___ . .._....___...�._�.�.�_..��.�.�
Unit Price in Words
�._ _� _� __�..__.,... _____s�_.._._.. _..._�._. � �WW____,........_ �_.,_...__.._._,__.�, .._-_______ -r--__._.__.�.� -_.».______.... ..�,._.�.�_,.___ ., .....�.�.
37 0330.0002 GONCRETE ENCASEI�h£NT �p3 3U 00 � L.F. ' 920 �
Unii Price in Words
_. .__.�..�._�.�.�.�....�.__ __._. _. _._ ._..� _.�__ _.. ._.-�_ __ __. __ _._ -� — - - ��_..._.__ __.�; _._ �� _ �� �._______.��.�.�...�._
�$ 26052102 PREFABRICA7E� ELECTRICAL HANDIiOLE, SIZE 3'W x 5 L x ;26 p5 33 � EACH 5 8 '
.._...._ ._.__�.�._..�.__. ......__ 3�b �.�..._------__---.___.._..._..__------___��._ __-___-�---------- _... � — ___ � _�_ ._--"-___,...�___�.
Unit Price in Wards
_ »,. �.. ..���.�.,_ _ ------__�___ .�_.. _ - �._� V.. _ _ __-_-_ __ . ��-,--,... _� ...__� .._, _._ ____T� �_�_ __- ____�.�.�.�.�..
39 2605.2903 PREFABRICATEO EtEGTRICAL PU�L 80X, SIZE 4 W x 6'L x 3'Q 26 05 33 EACH � 8
�..___._ �_.��.. _ _ � ___�_. __ .__..� _.__ __.�. ___ ..___ __�___ ____ � _ _L__� ___�._� __�__ __ �__ �.�_.�.�_.�. ..� �_ _.
llnit Price in Words
�_ . _�._.�._��...__�.._.�__ ____.__.�...�____�..__ _.----_-------.�.�.__.__._�______ ._______ _ �-___-___ _ _ _ _
40 2605.3435 2-WAY 4" CONQ7 PVG SCH 40 (f j �26 05 33 �L.F. ; 573�
, _.�...... _ _...____- . � _. __...._._ _..��.. _ .._._._.._ ....�.� __..._. _._.�._.�.._. _...�_....__..,.._.._____� �.____..__�_--'- ---.�.__�_.�_.__._..._._._
Unit Price in Words
- --__._.___. .__...�__._...____�_-� �____V.__..__..-----._.__.._ ____._._......�--------�.____.�_� _.___ �....__._._._.__..__�_�___.
49 2605.3036 2-WAY 4" CONQT PVC SCH 80 ('I� �26 05 33 } L.F. i k45
.,.�.�._.�.,. _ _._.....,_. . _.___.___�.._.________.�-..�.�.._ __...�..____...___�.-----._._._,-�...... ' ____:'__...�..._...._�L.�...__..._._�.___.___ .»___.�_.�..._.__�__._.�.._
Unit Price in Words
_�.._ ____� � ____.._____._______.-____ _.�..__�_._.� _..__-_-.__-_ r..---�.�__ _ .r �...�. � _.�__ _ _�..,., ..
��_
42 2605.3039 2-WAY A" CON�T PVC SCH 90 (T), WITH PAVEMENT REPAIR 26 05 33 ; L F � I 20 a-Lj
__ �..��.�.�.___._ __� ._..,-_� .__._�_---__�__.___._____.________�___ .......__.� ___.__�...._. �....»..._...._.Y. __.�.�_. ...�_�._. _._.....�. ._..� .....�._ _ , . � ..
Unit Price in Words
___. _ .____..�.�._..__.�_.�._..__._�____-___..__�__�. »._ ___..__..�_._..__� _._._� ��__��.___..._ __._._.��.__..._.r_.__.__._._ �.,..��.�_�_._..__.��.._ _..__
43 3214.0700 BRICK PVMT j32 14 16 E S.Y. I 41 �� �W.�W� Y.
�.._.._. �.�_.,..�.,.�...__ ._ �. > ._ .._-____.�_. ._._.__.�.�.._._..._......_. _. �...,,»... �___ _�..._---.__.._.._��_.__...----^_____--'- - - _.___.x�.__�_._...o?..�__.__._........_...._� .,... __�....�_�.�.�.�.�� .............
Unit Price in Wards
_ __ --- _ _.______�. _ . -- -�._�___ _ � � . �� ___. ___ W- --_ ____ __ _ - _� _ _ _ _ � _ _ _�_ _._. ____� .____
44 3217.010� 6" SL� PVMT MARKING HAS {Wj 32 17 23 L F. i 257
. �...._.�._ �._�.�_.�.....�_..� _... � .___..__._.�_......_.,.___..__.._�_ __ .. _....._. __�_. __.__..___��._.. _�._... _ .�_.,._........_ �_. ___W ' .._._� ._-___-__.....�. _. __.��._.�.�.,..�._ ...._....
Unit Price in Wards
C[TY OF I'OR7' WC]RTH
STANf]ARDCONS'['HUCTRINSPECQ�7CA'LIONUOCIIA'IF.NCS Did Wopai�l WnrkhaM-Addcmh¢nNa.3.xls
t'omi Rzvi�� 71sl2olw A<Llrndum No. 3
00 424i
uua vxoaos.v.
Pgc9uffi
SECTION 00 42 43
PROPOSALF4RM
lJNli PI�IC� �I�
�idder`s Application
Projectltem Lifomia[ion (Base Eid) Bidder's Proposal
Speciiicafion Unitof Bid
Aidlist ifem No. Uescription Scc[fan No. Measvre Qua3�liry UnitPrica Hid Value
. __............_____.'__.._..-.--.._._ ...�---.--__.—__'____....._._-------��....�. —.�..,....._..__ ....__.__...._ . _._.._.�._�-_-_._
A5 3217.0305 12" SLD PVMT MARKING HAS (Wf 32 17 23 � L.� 92
...__.... ., ... ._.__,......_...._._._____-�.�.»».......-..-..____�.._...._..__. __.._...._._.�_.___.__.�_�._.__......_ __.___—,..m__t_„�.e-.-_______ ,..�.�___..�___._.r.... _.___....__ ......
Unil Price in Words
�._..��__ �._�_ _-m „.. . _...--__._..___ _._� �.� _ ______ ___ .__�__. _ __ ___� _.�m., _..w�. _______ _..�____
�.__. _____._r_� �
46 3217.9261FIRELqN�1JARKING `321723 L.F. i 3,727
.__.n_.._�...__._____�.,.�.�.__.. ____...__._____�_.......... ._..�_,.._._.__........_.._�� _.�_ �_. �__�m__�___...�._.�_._... �.�...._ -_s._...�... _ ____,_�..
iJnit Price in Words
�.. _ ____.__ .._ _�.�.._-___........_.___�.� ____.._._______.________- _ �� ___.
A7 3301.00�2 ppSi-CCN INSPSCTIDN 33 01 39 � E.F, 2,812 !
....._ ._�...._.. ._ ._.�._ ....... ..._____-______-- �._� _.__V._.___.._....._-_._____..____.----_...__.._.. .__.. ............. __. �-..�......� � _. � _....._...__.
Unit price in Wards
��_.�___._m__.__._ _____ __�W_____. __ __.___...__-_-------.� __ ___ �__-__�..���_______ _.V.____.__�.____� --._..__
AS 3305.9049 fNSTALL CARRIER PiPE IN STEEL CASING 33 05 24 L.F. 140 j
Unit Price in Words
__.. _�._�.�.�..�.�._�.�_...____._. _._ .______ ......�_..__.___W�_____._____.._.__-_.__.____._ ---_�._._._._..____._.____�.___�.�_._.__..__
49 lJT[LITYI�hARK�RSJLOGATQRS 330526 1..5. 1 '
Unii Price in Words
�..�....�.�.�.�_.,__ ___ �...._._.__.._.._.___._._. _____V_...__.._.__.____._._...._____�_��_.�.„. ___.�..�.___.____.._.__ ___._.-._._�.�_._,
50 3305A903 EXPLORA70RY EXCAVATIOM1! FQR EXISTING UTILITIES 33 05 30 EACH 1b
.�._______._..._.e._....��.......� _.......___.._......._�._. ._...__..._.._____..V......__._.__� .__.______._�__...___...._....__....._....�..�...�._..._.�___._.._.___
Unit Price in Words
_ __�.�...�.��....,.�.�..,..�._,. .�.. . _ ____._ _ __�........._.__ __. -.--------_ _ _ _ __ - _ _. _ __� �....____..__. __. _.
59 3391.0001 bUC71LE IRON WATER FITTIiJGS W! RESTRAINT 3� 3 1�1�.1 i � TON 2
...._.._._....... _.. __�__. ._ __.._._...._-._......-.�_ �........_.Y.._.._.___,.....,...__..._.._...._._.- ---.�__...._.,�...__-_-_,__� �mm � __ _.._.__........_.V.._.____
Unit Price in Wards
_.�____m__.-__.__ _--- � _.__ . __.Y....._.__.... _.._----..--� .__ _ _ _ �� �
� __ _ ____! . _
52 3311.0251 8" pVG WATER PIPE �33.31 12 €._ L.F��1,320
Unit Price in Words
�.�. _________.___.�_ �________-- -- .._...._.__.��__.__.___�_ __ _��--________. .__._ -�_ __�__ ___.�---__�...
53 3311.6461 12 PVC WATER PI?E I33 11 12 l. F , 2,335 (
.__ .__. �._.�...._�._.___... �.._._. _ __.._._......_� ...�._..__......___� _ _ __.._.._.. ...,_. .�._ _.1...___. __ _ _ _� -� ..._:.�».�»�.._. ..._..__ ._.___.__
Unit Price in Words
�.� __.�.� � _ ...„,.r_______._____.__._..__.�.�W._W..�._�.___.__,____��. ___� _ _. _ .� __.. _.
5b RElOGATE EXIST. WA7ER METER 33 12 AO L.S. � 1 .
..V.........�_.....� ..... ...... ..�_. .. .___._.__._..........__.._.....__ _ ....._ ____..______._------...v.�_.�_.�.,_.._._._.� ___- _ __- _�_.........�._ � _........�...-.-..e.- - -_..._,.__�
Unit Price in Words
_.__.�__ .__. _ --- �______.._._.�.__�--------__.._.______..__ _______�
- : ----- ._. �_.�__ W _. _.�--------- —
55 33i2.30038" GATE VALVE 133 �220 i EACH � 3
_.�....��........_..__.�.. ...._.... .._....._..._----_____._....__.v�..._�_______.___--'--._.�___�..___ �.�______._.__._.a....�._______�.____ �.__�_.____._
Unit Price in Words
��._�._.�.�_...�.�.�.,�_��.�._..�_.�_�__ _�___ ---__.- ----__.».. . _�_ �.�__ ._._ ___�-.,-______._. __-__, -____-_..,_
56 33123005 12" GATE VAWE 33 12 20 I EACH � 1 �
�._�.�.�.�..�.�.�.�_�.�._.�.�.._..._� �______---------- - �_....�.._M..�__��_._ _..__� ___.._......_.�...._.�... _ ___�._n_ ._u....___�__._._ _._.�-`_ .___
Unit Price in Words
s---_-._-__- -__�_.. _ _ _ _ ..
_� __._.�__�.�_ .�.._.�.., �.____. � _ ��___-_- _� _ ____. �_______ _ _.V. _
57 33123008 16" GATE VAlVE �33 92 20 e EACH ; 2 �
Unit Price in Wards
__._. __ _.�.. �_ ._ �______�.__ �.�__ �� _ __ _ _.. _�. _ _ _. __ � w ____ , ._.�_ �.._ �. _, _..,__ __
58 3312,6106 CONNECiION TO EX[STING i6" WATER MAW {V4fET} 33 12 25 ' EACH � S
.,._.�.�_......__._.. �.. ._.�...�y...__...._---'---........�_.W___.---r..��.._._...._...___._�__........_.....__....,._........�...._ --L _...._�.:._.___�_.___.�.�. �,..�..
Unii Price in Words
- . . _ _ .......... ...�...�.. �_ ...__—_____.� �.. _ __.__._ _ ..� _ _ � _ _ - __,_._ _ __.._....__ �_ _ �., � ._�..---------�� _._�, _. _ . _
59 3312.0117 CONNECTIOh! TO EXISTING i2" WATER MAIN (WET) ._. ___ �33 12 25 �_ EACHV.Y3_ u_. 1..Y .W_3..._.__._...._.__.____
llnif Price in Words
C[TY OF FORT WORTH
51 ANUhRD CON9FRLICTION SPEC[F7CA'f[UN llGCUM�4TC Bid Pmpos�l Warkl�ook - Addcridvn� Nn. i.vle
FwmRvisi.v17Al2P12A luldeiMmrtA'o, 7
90 42 43
RIDPROAOSAL
Page 5 of 6
S�C7EON 00 A2 A3
pROPOSALFORM
UNIi �RI�� �I�
Bidder's Application
Projcctltem luformation (8asc 6id) 6idde�'s Proposal
➢idlistl[emNo. �escriplion SpeciScation [Jnitof H�� Un[tPnce ISidValue
SectionNo. Ivfeasure Qvantity
....._-_...__.,....»».�....__._W___.__�...._...._......_�._._.�._---.__._..__.__.__�_..�.. �_____._.___..,._-_._-.__- ....,_.._._.__.
fi6 3331.41158"SEWERPIPE 333120 L.F. � 2,812
._._._�......_.�.._ � �. .._.�...o_.__.._...�_m____._..._._...._..._._..�.,_-.__�...._.__.....__�...........�._........._y...__u...._____._�........�_._...,.._.__.,._ __._.__me.____.___?_____._._._._.,_.._..._��._..._.�..�__ m._.......,...
Unit Price in Words
��._._�....�___..�.,.__.�___�-----_�.,�_- ______�.__.__._._______.____....._...__..�...__. ____.._....__ ._ __ �..___.......�.._�.�.�.�.�.�.�.�.�._
61 3339.1001 A' MAiVHOLE �33 38 20 � EACH I 11 �
Unit Price in Words
__._. .�.. _ .._ _ .. . . _ _ __ _ _. -_ - _ �__. .. ___._ _______ r __ _ _
�: __._�.� ------
62 3339.f003 4` EXTRA DEPTH MANHOL� 33 39 20
; V.F• � 63
_.._..._.�..... ..�.�___ .._..._ - --- -.�._.._........_..._�_...._.......___-_ _-- _ - _ ....�...._. _ _ _.. _._.Y._...�.�.�. _..... �_ _.._._.._ .._....... .._ _.___.-�`:
Unit Price in Wards �
_ _�._ _._� _ _._ _ � � _ __� ___ _ _. ._
.. _______.�. _____ _.__�—�-___._._.__._..7_________ , _� ___� -
63 3349.006i CAST IN PLACE STORM JUNC710N 60X �33 49 i0 � EACH ; 3 z
Unli Price in Words
_.e._�.. _ .._.� ...._.....�. ._.____.__...._,_ .�_. _ __. _---. ______.._____.___.___.�.._�_.V_� �____...___.�_.�.�..........
64 3349.5001 10' CL1RB fNLET 33 49 20 EACH � 2
_ _�.__.. .�__�._� __�.�..� .. _...---___ - ._�__..__..�.m..___.._.�.._..__. __ .. . ..........---_� . - _�- �_.........._._... ._.... _-____._._.. .�_.__..__.--- ------_�. _ ..�.�_.._.� .�.�_.....___...-`
Unit Price in wards
_._.�_.�___ .�__.�.� � �_._- _____ _ _ _ -- - - - . � _ _�._. _____.. .__ --- .- �._.� _ _ .. _ _ _ _ .. _._ .._.
-r- _-� � �
65 3349500220'CURBINLET I334920 EACH 3
...�.�.�.�.. � __� _ ......_�.. _. ______.....____.___.._........ �__.___ -._______........ -_..._......,..e__� ____,.._.,.._.�__._.._ ..
_A. ._._. ........_.. _._..._
Unit Price in wards
_ _. _�.�_.�.�.�_�.�.�.,.._._.�.�. _._---. _ _ _ _ _. _..__ �„� ___.- - -__ _ ____ _. _ W _� �- � . _ _ _ ,. .�_ ._______ _ -- � - - - .__�.�.�..
66 3399.50024'X6'SIiVGLEGRAT�WL�7 �334920 t EACH 1�
Un9t Price in Words
__ _.__. _.. �__ _- _ �__ �_ ____.._ _ �_.__. _ _._ ____ _____.. _ _ - ;_ _ _ _ _, .____ �._.__�. _._�... ..�. __.._.
67 F�iJC� REMOVAL ��F-162-5.1 � L.F. ? 227
Unit Price in Words
, �...._..._....�____.,.....�_...__.�.. _.__ �.__. �._.. .__.... - - . . ._____..._.� .�.�. _ _.._ _ __ .�...�... _ _.._ ..� �. _ �_��.. ._ ._.........._. ..._..._ .............._...
68 GATEftEMOVAL ___ �F-16252 � EACH WL 1 ;
Unit Price in Wards
_ � ....�_�.._ .�.�..� �.�_ _____m_�. r _ __________...____.r.._� � _ � _.
�—.�__..____�_.._.�.. .�_._�.---__ _ � m --
69 6-FOOT BLRCK PVG COATE� CHAIN LINK FENCE WITH BARBE� WIRE EF-'1625.3 L.F. 194 j
.
m�_.__. _ ___ ___ _ _ � _.___ _ .Y.__.____ _._ ._.__.______�---�._._____� __ _..i_�_- �_ - ���1. _ __.�. .. _... ._ ..-- --
Unit Price in Wards
Easce�dTo�at $qQ,000.00
Project Item Informatian (Add"elive Altemale 1)
Bidlistitem No.
1
Unit Price in Words
_.�.� ..� �._.�._2�.� ..�. _�.. �a
Unit Price in Words
__..,.....�.�.� ..�.�.._._ _...�.�..
3
Uni1 Price in Words
Pescnpfion
GATE OP€RATOR, FOIJNDATION AN� RCCESSORIES,
27 (EXISTING LOCATION) E(1UI?MENT, WSTALLE❑
----s----.--.___...__.._._______________ ... _ _____-----__.._
iE 27 (NEW LOCATION} EQUIPMENT, INSTA�LEf]
CI'I'Y OCPORT W4RTH
STANDA21] CONSfklll"IION SPP.CS}TGT[ONnOCL1MEtFC5
Fomi Reviscd 2017A120
Bidde�s Proposal
Spxifecatian Unitof Bid �nitPrice
Seclion No. Mcasurc Quan[iry
1
�SS-301-5,1 L.S. 100% !
Hid Value
SS-350-5.1 ( L.S. ' -10095
L.S. i 1 �4%
RidlRapo�al WarkLaok-MWcnd�miNo, 7.rls
Addunlwn Ho_ 3
oa ax a�
nro rRorosac.
�zGaec
SEGTION 00 42 43
PROPOSALFdRM
UINIT L�RIC� �I�
�idder's �pplication
Project Item Informaiion (Rnse Eid) $�dde�'s Proposal
.E3idlistltemNo. Description Spec�fecatian Unitof ��a UnitPrice DidValue
Section No. Measure Quanlity
..�.�._�..._._ .__-.-.-. __'_.__.. _.�._............�.. _.___ .._.. _... _....________ .._..___. . . . . . ..................._m...._..- ..-
---'__ ___. �____._ ._._ _ , ...,._�..�.�.�.�..�._m __ _ .
4 FfNCE R�MOVAL IF-162�.1 � l. F. � 16
�_ -_�._m____.._..____,...�. ----____._._ ___._.._.�_.�._.__._..__._.....�___.____._�._�.____.........._ __........_ __ __ �_...,.�___...�. ___u....Z__�.
Unit Price in Wards
_�__�., .__.,..�....��__.� .. _. _ ______.._ ._ _ ____ _- �. _ �_.�.�.�.�_.
--
5 GATE REMOVAL ��W��LL� ��W���rF-162-b.2 �, EAChE � 1
Unii Price in Words
. .. �..........._...� . __�._�.�.�._ -______ __ . __ .............._----_-'-"--" �-_ _......__._�. .�._... ----- �. . � . ___7. .... _--»-�.,..._ _ � _�... �� . . .. �
I
6 &-FOOT BLACK PVC COAiED CHAIN LINK FENC£ W1TH BARB�P WIRE F-i62 5,3 ' L F i 3,061
.._.�.�.�..�, ._�..,.__....�_ � _ -�...___..�_.....__._.--_�_�..._.�....__._�.Y..��._.��__,.__��__._._-_--- ---- __•__._...i.. _.._....._....... ..�__ __...___.� �_..__w._ . , _._.�.�.�.__._
Unit Price in Wards
Additive Alternate i Total
Base Bid +pdditive Aitemate 1 Tatal $70,060.00
�NO OF SECTION
C1TY OF FORT \VORTH
STAS.11AK➢ CCINSTR[!CT[ON SPEC[FICA'fl6N llOCl1MF:NTS
Farm RcUiscxl20120120
RidPmpoaal WorkOook-A4dcnd�miNo, 7.xls
A�duxlum No. 3
ao i i i3
]NVITATiON'1'O BIDD�ILS
Page 1 of 3
SECTION OD 11 13
1NVITATION TO BIDDERS
RECEIPT O�' SIDS
Due to the COVIDI9 Ernergency declared by the City of Fort Worth and until the emergency
declaratipn, as amended, is rescinded, sealed bids for the construction of Commande� Raad -
Miclfield �Stage 2 will be received by the City of Fort Worth Purchasing Of�ce until 1:30 P.M.
CST, T�rrrsday, Mareh 25, 2021 as further described beiow:
City of Fort Worth
Purchasing DivisiQn
200 Texas Street
Fort Worth, Texas 76102
Bids will be accepted by:
1. US Mail at the address above,
2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End
Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing
Department staff person will be available to accept the bid and provide a tirne stamped
receipt; or
3. If the bidder desires to subznit the bid on a day ar time other than the designated
Thursday, the bidder zx�ust cantact the Purchasing Department during nonrnal worlcing
hours at 817-392-24G2 to make an appointment to meet a Purchasiz�g Department
ex�ployee at the South End Lobby of City Hall located at 200 Texas Street, Fort Warth,
Texas 76102, where the bid(s) will be received and time/date stamped as above.
Bids will be opened publicly and read aloud ai 2:00 PM CST in the City Council Chainbers and
broadcast through live stream and CFW pubIic television which can be accessed at
http://fortworthtexas.gov/fwtv/. The generaI public will not be allowed in the City Council
Chambers.
In addition, in lieu of delivering completed MBE forms for the project to ihe Purchasing 4ffice,
bidders sha1l e-mail the completed MBE forms to the City Project Managez no later than 2:00
p.m. on the second City business day after the bid opening date, e�clusive of the bid opening
date.
GENERAL D�SCRIPTION OF WORK
The major v�rork wiil consist of the {approxixnate) �ollowing: Reconstruclion and extension af the
Commander Road which serves as one of the airport's access road. This includes the consiruction
of approximately 6,400 SY of concrete pavement, drainage improvements, water and sanitary
sewer installation, as well as the installation of cond�it for franchise utilities including Oncor.
PREQUALIrICATION
The improvements included in this project must be performed by a contraciox who is pre-
c�ualified by the City at the time of bid opening. The procedures for qualiiicatipn and pre-
qualifcation are outlined in the Section 00 21 13 -- INSTRUC`i'�DNS TO BIDDERS.
DUCUM�NT EXAMINATION AND PROCUREMENTS
C1TY OF T'ORT WORTH Commander Rd—Mid�ield Stage 2
STANDAI2D CONSTRiTCTION SPECIFICA'1'[OIV F�OCUMENT City L'raject No. ]01644
Tempwarily Itevised Apri16, 202D due to COVIDI9 Emergency
ao i i i 3
INVITATION "f0 Bil]DEILS
Page 2 of 3
The Bidding and Contract Documents may be examined or obtained on-line by vzsitzng the City
of Fort Worth's Pu�rchasang Division website at ht�t _i www.fortrvorthtexas.�ov�urcl�asin�r and
clicking on the lznk tq the advertised project folders on the City's electronic doc�unent
management and collabaration sysE�m site. The Contract Documents xnay be downloaded,
viewed, ar�d printed by interested contractars and/or suppliers. The contractor is required to fill
out and notar�ize thc Cerfi%cate of lnterested Parties k'orm 1295 and the form must be
submiited to t�►� Pro,ject Manager before the contract will be presented to the City Council.
The form can be ohtained at htt s://www.ethics.state.tx.usltec/1�9�-Info.lttm .
Copies of the Bidcrting and Contzact Doculnents may be viewed at the office of the design
engineer.
Brandon Beville, PE
Garver, LLC
301Q Gaylord Parkway, Suite i90
Frisco, TX 75034
PREBYD CONFERENCE
A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing applicatian:
DATE: March 10, 2021
TIME: i:30 PM
If a prebid conference will be held online via a web conferenczng application, invitations wiIl be
distributed directly to those who have submitted Expressions of Interest in the project to the City
Project Manager and/or the Design Engineer. The presentation given at the prebid conference
and any questions and answers provided at the prebid conference vcrill be issued as an Addendum
to th� call for bids.
If a prebid conference is not being k�eld, prospective bidders can e-mail questions or coz�xz�ents in
accordance wiih Sectzon 6 of the 7nstructions to Bidders referenced above to the pzoject
manager{s} at the e-mail addresses listed below. Gmailed questions will suffice as "qnestians in
writing" and the �-equirement to formally mail questions is suspended. If necessary,
Addenda will be issued pursuant to ihe Instructions to Bidciers.
CITY'S RIGHT TO ACCEPT OR REdECT SIDS
City reserves the right to waive irregularities and to accept or reject bids.
AWARD
City will award a contract to the Bidder presenting the lovwest price, qualifications and
competencies considered.
INQUIRIES
All inquiries relat�ve ta this proeurement should be addressed to the following:
Attn: Brandon Beville, PE, Garver
Eznail: BCBev�lle@GarverUSA.com
Pl�one: 214--619-9031
�XPRESSION OF INTERSEST
CITY OP FORT WORTH Commander IL[E — Midfield Stage 2
STANDARD CONSTRUCTION 5PEC1F'ICA'T'ION I)OCiJME�T City 1'roject No. [ 01644
Temporarily Revised Apri16, 2D20 due to COVID l4 Emergency
00 1 E i3
1NVC1'ATION TQ BIDDERS
Yage 3 af 3
To ensure bidders are kept up io date of any new information pertiner�t io this project or the
COV1D19 emergency declaration, as an�ended, as it may relate to this project, �idders are
requested to e�ail Expressions of Interest in this procurexr�ent to the City Project Manager and
the Design Engineer. The email shouid include the bidder's company name, contact person, that
individuals email address and phone number. All Addenda will be distributed directly to those
who have expressed an interest i� the procureznent and will also be posted in the City of k'ort
Wortk�'s purchasing website at http: `fortworthtexas.gov/purchasing�
PLAN HOLDERS
To ensure you are kept up to date of any new infarmation pertinent to t�ais project such as when
an addenda is issued, download the Plan Holder Registration form to your camputer, complete
and email it to the City Pz-oject Manager or the Brandon Beville.
The City Project Manager and design Engineer are responsible to upload the Plans Holder
Registraiion form to the Plan Holders folder in BIM360.
Mail yqur completed Plan Holder Regisiration form to those listed in INQUIRIES above.
ADVERTISEMENT DATE�
First Advertisement: �'ebrua�y 24'h, 2Q21
Second Advertisement: March 3rd, 2021
END OF SECTION
Cll'Y OP FdItT WORTH Commander Rd — Midficld Stage 2
STANDARI] CONSTRUCTION SP�CIFICATIOlV DOCUII�EN1' Ciry Project Na. 101644
1'emporarily Revised Apri16, 2U20 due to COVIDI9 Emergency
DO 21 13
1NSTRUCTIONS TO B1DT7�.TtS
Page 1 of 10
SECTION 00 21 13
1NSTRUCTIONS TO BIDDERS
1. De�xned Terms
l.l . Terms used in these INSTRUCTIONS `�'� BIDDERS, which are defined in Section 00 72
00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
xx�eanings indicated below which are applicable to both the singular and plural thez�eof.
1.2.1. Bidder: Any person, frm, partnership, company, associaEion, or cotporatian acting
directly through a duly authorized representative, subxnitting a bid for per�'orming
the work contemplated under the Contract Documents.
12.2. Nonresident Bidder: Any person, fizzn, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
• principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whozn City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
21. Neither City nor Engineer shall assuzx�e azzy respansibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engineez� zn nr�aking copies af Bidding Documents available do so only fnr the
purpose o� obtaining Sids for the Work and do not authorize or confer a license or grant
for any other use.
3. Preqnalification of Bidders (Prime Contractors and Subco�ntractors)
31. All Bidders and their subcontractors are required to be preqnalified for the work types
requiring prequalification at the time of bidding. Bids received from contractors who are
not prequalified shali noi be opened and, even if inadvertently opened, shall not be
considcred. Prequali�cation requirement work types and documentation are available
by accessing all required fi�es through the City's website at:
httgs:�,apps.fortworthtexas. govlProjectResources�
,�_1__� � ti.�., n,,,..,.�.,,..,,,,,f., .a,,,.,,,,,e„+ i.,,..,+a,� .,,-.
�
- .,;,-_ ..
. . �. _ . � � �
� � .� �■. � �. � , y.
� i ' � 1 � •� � � "l� � _• •. � 1� _�
s 1 i _ • r � * � . 1. � i � . � . • �
! � -
CITY OF FORT WORTH Co�nmander Rd — Midfield Stage 2
S1'ANDAItl] WNSTRUCTION SPECIF1CATiON DOCYJMENT City Project No. E01644
Temporarily RevisedlUpdated Sanuary O5, 2021 due to COVIDl9 E�nergency
0021 i3
iNSTRiJCTIONS TO B1DDT'RS
Page 2 of ID
a� � _ �' _ • � '
riaaa:�. :+,•Ji� �I11II�'
' ' �r a'> >e� t . •1 � � NI 1 � �
� ' � . � � �• .•1 � •.•� � i � � � � � � � 1
■ _ _ � � y3�'i7�J� �_ _
i• •Y ir 1 ► � - • � � � - l ` '
3.1.3. Water and Sanitary Sewer — Require�x�ents docurnent located ai;
ht s:./a s.£ortworthtexas. ov,i'ro�ectResourceslResourcesP/�2"oZ0-
%20Construction%20DacumentslContractor%20Pre ualification/Water%20and%2
QSanitar�+%20Sewer%20Contractor%20Prequali�cation%20Pro SS%20gre
un a1%20requirements�df
3.2. Each Bidder, unless currently prequaiified, must suhmit to City at leasi seven (7) calendar
days prior to Bid opening, the documentatian identified in Section 00 45 11, BIDD�RS
PREQUALIFICATJONS.
3.2.1. Submission of and/ar questions related to prequalificafion s�ould be addressed to
the City contact as provided in Faragraph 6.1.
3.2.2.TEMPORARY PROC�DURES DUE TO COVID-19: A Bidder whose
prequali�cation F�as expired during the tinae period where a vafid emergency
order is in place (federal, state, local} and for 30 days past the expiration of the
emergency order witl� the furthest expiration date — by day and mo�th, wil�
nat be autamatically disqualified fronn having the Bidder's bici opened. A
Sidder in this situation rvill have its bid opened and read aloud and will be
a�lowed 5 bus�ness days (tlose of business on the 5th day) to submit a co�nplete
prequalification renewal �ackage. Failure to tim�ly submit, or submittal of an
incomplete package, will render t�e Bidder's bid non-respansive. If the
prequali�cation renewal documenis show the Bidder as nor�v not-qualified, the
hid will be rendered non-responsive. A Bidder may not use this exception to
seek a prequalification status greater than fhat which ►�vas in place of the date
of expiration. A Sidder who see�s to increase its prequalifcatioz� status musE
follow the traditional submuttallreview process.
33. The City reserves the right to require any pre-qualified contractar who is the appa�rent low
bidder(s) for a project to submit sueh additional information as the City, in its sole
discretion �nay require, including but not Jimited to manpower and equipment records,
information about key personnel to be a,ssigned to the project, an.d construction schedule,
to assist the City in evaluating and assessing the ability of the apparent low bidder{s) to
deliver a quaiiry product and successfully complete pro�ects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendakion regarding the award of a contract will be �nade to the
City Council. Failure to submit the additional information, if requested, ix►ay be grounds
�or rejecting the apparent low bidder as non-responsive. Af�ected contractors will be
noiified in writing o� a reeo�nmendation to the City Cou�cil.
3.4. In addition to prequalification, additional require�nents for qualif�ication may be required
within various sections of the Contract Documents.
3.5. Special qualifFcations required for this project incl�de irhe following: None
CITY OF POR"1' WOR'fH Commander Rd— Midfield Stage 2
STANDAIt[] CONSTRUCTiON SP�CIPTCAI'ION DOCiJMENT Cily Project Na. 1016a4
Temporazily Itevised/CTpdated 7anuary O5, 2023 due to COVIDI9 Emergency
00 21 13
]1VSTRIJCTIONS TO Fi@DERS
Page 3 of 10
4. Examination of Bidding and Contract Documcnts, Other R�latcd Data, and SiEc
4.1. Before submitting a Bid, each Bidder shall:
4.1.1. Examine and carefully study the Cantract Docnments and other related data
identified tn the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No znformation given by City or any represe�tative of the
City other than that contained in the Contract Documents and off'icially
promulgated addenda thereto, shail be binding upon the City.
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
site conditions that may affect cost, progress, performance or furnishing of tk�e
Work.
4. X.3. Consider federal, state and local Laws and ReguIations that may a�fect cost,
progress, performance or furnishing of the Work.
4.1.4. Study all: (i) reports of explorations and tests of subsu�rface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identiiied in the Contract Documenis as containing reliable "technical
data" and (ii) reports and drawings of Hazardous �nvironmental Conditions, if any,
at the Site that have been identafied zn the Contract Documents as containing
reliable "technical data."
4.1.5. Be advised that the Contzact Documents on �le with ihe City shall constitute all of
the informaiion which the City vvill furnish. All additionaI information and data
which the City will supply after promulgation of the fozxnal Contract Docu�nents
shall be issued in the form of written addenda and shall become part of the Contract
Docum.ents just as though such addenda were actually written into the original
Contt�act Documents. No information given by the City other than that contain.ed in
the Contract Documents and officially promulgated addenda thereto, shall be
binding �apon the City.
4.1.6. Perfortn independent research, investigations, tests, borings, atid such other means
as �nay be necessary to gain a camplete knowledge of the conditians which will be
encountered during the construction of the project. On request, City may provide
each Bidder access tq the sitc to conduct such exazninafiions, investigations,
explorations, tests and studies as each Bidder deems z�ecessary for submission Qf a
Bid. Bidder must fili all holes and c�ean up and restore the site Yo its former
conditzons upon completion of such explorations, investigations, tests and studies.
CITY OF F'ORI' WORTfI Commandcr Rd — Midfeld Stage 2
STANDARD CONSTRifCT10N SPIiCT�ICATION DOCUM�NT City Praject No. 101644
1'emporarity Revised/Updated January O5, 2021 due to COVID ] 9 Emergency
00 21 13
INSTRUCTIdNS TO I3IDDERS
Page 4 of 10
4. i.7. Determine the difficultzes of the Work and aIl attending czz-cuznstances affecting the
cost o� doing the Work, time z�equired �or its completiqn, and qbtain a11 i�formation
required to malce a proposal. Bidders shall reiy exelusively and solely upor� their
own estimates, investigation, research, tests, explarations, and other data which are
necessary for full and complete information upon which the proposal is to be based.
Ii is understood that the submission of a proposal is prima-facie evidence that the
Bidder has made the investigation, examinations and tests herein required. Ciaims
for additional compensation due to variations between conditions actually
encouniered in construction and as indicated in the Contract Documents wi11 not be
allowed.
4.1.8. P�oxr�ptly notzfy City of aIl conflicts, ezxors, ambiguities or discrepaneies in or
between tYie Contract Dqcuments and sucl� other related docu�nents. The Contractor
sha11 not take advantage af any gross errar or omission in the Contract Documents,
and the City shal� be permitted to make such corrections or interpretations as may
be deemed necessary for fizl�llment of the intent of the Contract Docu�nents.
42. Reference is made to Section 00 73 00 — Supplementary Conditions far identif cation of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borzngs, if any, on the plans are for genez�aI i�fo�rxnatioz� ox�ly.
Neither the City nor the �ngineer guarantee t11at the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Undergraund Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those zeports and dz-awings znay not be part of the Contract
Docu�ents, bui the "tec�nzcal data" contained therein upon whic�a Biddez- is ez�titled
to rely as provided in Paragraph 4.Q2. of the General Conditions has been identified
and established in Yaragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn frorn any "technical data" or
any other data, interpretations, opinions or information.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii} that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, xxaethods, techniques, sequences or
procedures of constz-uction {if any) that xx�ay be shown or indieated or expressly required
by the Contract Docuznents, {zii) that Bidder �as giver� City writtez� z�otice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and �uvh�n said conflicts,
ete., have not been resolved through the interpretations hy City as described in
Paragraph 6., and (iv} that the Contract Documents are generally suf�cient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Wark.
CITY OF PORT WORTH Commandcr Rd—Midficld St�gc 2
STAATDARD CO�STRUCTION SPECIFICATIpN D(3CUlViENT City Project No. 1p1644
Temporarily Revised/Updated January D5, 2021 due to COVIDI9 L�mergency
06 21 13
1NSTIZUCTIdNS `I'O I3JDDERS
Page 5 of 10
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls {PCBs), Petroleutn, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless speci�cally identified in the Contract
Docuzx�ents.
�. Availabilify of Lands �'or Wark, Etc.
5.1. The lands upon which the Work is to be perforn�ed, rights-of-way and easements for
access ihereto and other lands designated for use by Contractor in performiz�g the Work
are identified in the Con#ract Dacuments. All additional land,s and access tlaereto
required foz temporary construction facilities, construction equipment or storage of
materials and equipmenfi to be incorporated in khe Work are to be obtained and paid for
by Cox�tractor. Easements for perrr�anent structures or permanent changes in existing
faciliiies are to be obtained and paid for by Cily unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of way, easemen.is, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
pf-way, easerx�ents, and/or pez�nits are not obtazned, the City reserves the right to cancel
the award of contract at any tirne before the Bidder begins any constntction work on the
proj ect.
5.3. The Bidder shall be prepared to c�mmence construction wit�out all executed right-�f-
way, easements, and/or permits, and shall submit a schedule to the City of how
constniction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretatians and Addenda
All questions about the meaning or intent o�the Bidding Documents are to be directed to
City in writing on or before 2 p.m., the Manday prior to the Bid opening. Questions
received after this day �ay not be responded to. Interpretations or clarifications
considered necessary by City in response to such questiqns vvill be issued by Addenda
delivered to alI partzes recorded by City as having received the Biddir�g Documents.
Only questians answered by forn�al written Adde�da will be binding. Oral and other
interpretations or clarifications will be without legal effect.
Address questions to:
Aftn: Brandon Beville, PE, Garver
Email: BGBeville@Garvez�USA.com
Phone: 214-619-9031
6.1. Addenda may also be issued to modi�y the Bidc�ing Documents as deemed advisable by
City.
6.2. Addenda or clari£'ications inay be postcd via the City's electronic document management
and collaboraiion system at
https: '�- v,,� fnri�...,.thir.xn.c.gCi: :'r�.'^.''tl:t�':tS/ial«s?r�i�yirrhasing/'�ids-r.urra.nt
C1TY OF' FORT WORTH Commander Rd — Midfield Staga 2
STANDARD CONSTRliCT[ON SP�CI�'TCATION DOCUMENT City Project No. ] 01644
Temporari[y Revised/Updated Janua�y O5, 2D21 [!ue to COVID 19 Emergency
UO ZI 13
I�lSTRUCT101VS 'f0 BfDDERS
Page 6 of 10
6.3. A prebid conference may be held at the time a�.d place indicated in the Advertisement or
INVITA"I'ION TO B�DDEAS. Representatives of City wi1l be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all praspective Bidders of record such Addcnda as City considers necessary
in response to questions arising at the conference. Oral sfiatements may not be relied
upon a�d will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by Bid Bond made payable to City zn ar� aznount of five
(5} percent of Bidder's maximum Bid przce on foxxn attached, issued by a surety meeting
the requiz�e�xients of �'aragraphs 5.0 X of the General Conditions.
7.2. `�'he Bid Bond of aII Bidders will be retai�ed izntii the conditions of fhe Notice of Award
have been satisfied. If t.�e Successful Bidder fails to execute and deliver the complete
Agrecment within 10 days af�er the Notice of Award, City may consider Bidder to be in
default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited.
Such forfe�ture shall be City's exclusive remedy ii Bidder defaults. The Bid Bond of all
other Bidders whom City believes to have a reasonable chance of receiving tl�e award
will be retained by City until final contracl executzon.
8. Contract Tiz�xes
The number of days within which, or the dates by which, Mileston�s are fo be achieved in
accordance wit� the General Requirements and the Wark is to be completed and ready for
Final Acceptance is set forth in the Agree�nent or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute an�d "Or-Equal" �.iems
The Contxact, if awarded, will be on the basis of materials and eqizipment described in the
Bidding Documents without consideration ofpossible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"snbstitute" or "or-
e�ual" item of material or equipment may be fumished or used by Contractor if acceptable to
Ciry, appIication for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such applicaiion by Contractar
and considera�ion by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section Ol 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
CI1'Y OF FORT WOKTH Commander Rd m Midfield Stage 2
S�'Af�TDARD CaNSTRUCTION SPECIPICATION DOCUMENT City Project No. 101644
Temporarily Revised/L7pdated 7an�aiy O5, 2D21 due to COVIT719 Emergency
QO 2 ] 13
1NSTRIJCTIONS TO BmD�RS
Page 7 of [0
ll.l. In accordance with the City's Busi�ess Equity Ordinance No. 24534-11-2Q20 the
City has goals for the participation of minority business andlor wamen buszr�ess
enterprises in City contracts. A copy of the Ordinance can be obtained froz� z ihe
Ofiice of the City Seeretary. The Bidder shall submit the Business Equiiy Ll�tilization
Form, Business Equity Prime Contractor Waiver Form and/or Good I'aith Effort
Fo�rirn with docLunentation and/or Business Equity Joint Venture Farm, as
appropriate. The Forms including documentation must be received by the City no
later than 2:00 P.M. CST, on the second business day after the bid opening date. The
Bidder shall obtain a receipt from the City as evidence the docurnentation was
received. Failure to comply shall render t�e bid as non-responsive.
Business Equity Ordinance No. 24534-11-2020
htt�s_� apus.fortworthtexas. o� v/I'rojectResources/ResourcesF/60%20-
%20MWBE/NEW%20Business%20 ui %200rdinance/Ordinance%2024534-I1-
2020.pdf
11.2. No Contractor sha11 be required to employ any �ubcontractor, Supplier, other person
ar organization against whoin Contractor has reasonable objection.
12. Bid Farm
12.1. The Bid Form is included with the Bidding Documents; additional copies rnay be
obtained from the City.
12.2. All blanks on the Bid F'orm must be completed by printing in ink and the Bid �'orm
signed in ink. Erasur�s or alterations shall be iniiialed zn znk by the person signing
the Bid Form. A Bid price shall be inclicated for each Bid item, alternaYive, and unit
price item listed therein. In the case of optional altez�atives, the words "No Bid,"
"No Change," or "Not Applicable" may be entered. Bidder shall state the prices,
written in ink in both words and nuxnerals, for which the Bidder proposes to do tbe
work contemplated or �isk� materials required. AlI prices shali be written legibly.
In case of discrepancy betweex� price in written words and the price in writte�
n�unerals, the price in written words shall govern.
12.3. Bids by corporations shall be executed in the corporate nazx�e by ihe president or a
vice-�president or otfaer corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corrporaie addtess and state of
incorporation shall be shown belaw the signature.
12.4. Bids by partnerships shall be executed in the parfriership namc and signed by a
partner, whose tiile must appear undex the signature accompanied by evidence af
authority to si�n. The official address of the partnership shall be s�own below the
signature.
12.5. Bids by limited liability companies shall be executed in t.�e name of tk�e �rm by a
znember and accompanied by evidence of authority to sign. `i'he siate of formation of
the �rm and the of�cial address of the firm shall be showz�.
12.6. Bids by inclividuaIs shall show the Bidder's naxne a,nd official address.
C1TY OF' FORT WORTH C�mmander Rd — Midfield Stage 2
STAIVI)ARD COIVSTRUC"1'TON SP�CII'ICATiOiJ DOCUMENT City Project No. 101644
Temporarily RevisedlUpddted January O5, 2021 due to COVTI719 Emea'gcncy
00 21 13
INSTRUCTIONS TO BIUllE1L5
Page S of E 0
12.7. Bids by joint ven�ares shaIl be executed by each joint venture in the manner rndicated
on the Bid Form. The official address of the joa�at venture shall be shovvn.
12.$. All names shall be typed or printed in inlc belaw the signature.
12.9. The Bid sha�l co�iain an acknawledgement of receipt of aIl Addenda, the numbers of
which shall be fxlled in on the Bid Form.
12. J 0. Postal and e-mail addresses and telephone number for communicatiox�s regarding the
Sid shall be shown.
12.11. Er�idence of authority to conduct business as a Nonresident Bidder in the sfate of
Texas shall be provided in accordance with Seciian 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted on the prescribed Bid �'orm, provided with the Bidding Documents,
at the iime az�d place indicated in the Advertisement or INVITATION TO BIDDERS,
addz�essed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
envelope, marked with the City Project Number, Project title, the naxne and address of
Bidder, and accompanied by the Bid security and other required docuxnents. �� the Bid is sent
through the mail or other deiivery system, the sealed envelope shall be enclosed in a separate
enveiope with the notation 'BID ENCLOSED" on the £ace of it.
14. Madiiication and WithdrawaI of Sids
14.1. Bids addressed to the 1'urchasing Manager and filed with the Purchasing Office
caxzx�ot be withdrawn prior to the time set for bid opening. A request for withdrawal
must be made in vvriting by an appropriate document duly executed in the xnanner
that a Bid must be executed and delivered to the place where Bids are to be submitted
at any time prior to the opening of Bids. After all Bids not requested for withdravval
are opened and publicly read aloud, the Bids foz whzch a witlldrawal request has been
properly filed may, at the option of the Czty, be returned unopened.
142. Bidders xnay z�rzodify their Bid by electronic comrnunication at any time prior to the
time set for the c�osing of Bid receipt.
15. �pening of Bids
Bids wi�ll be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract af the amounts of fhe hase Bids and major alternates (if any) will be xnade available
to Bidders after the opening of Bids.
16. Sids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for the time period specified for Notice of Avc�ard
and execution and delivery of a coaa�plete Agreement by Successful Bidder. City may, at
City's sole discretzon, release any Bid and nullify the Bid security prior to that date.
17. Evalua�ion� of I3ids and Award of Contract
C1TY OF N'0121' WORT�I Commander Rd — Midfield Stage 2
STANDARD CONSTRUCTIOIV SPEC�TCA`I'TON 170CUMENT City ProjecE Na. 101644
Te�nporarily Revised/Updated January D5, 202 ] due to COVID 19 Emergency
a0 21 13
1NSTRi7CTIONS TO BIDDTRS
Page 9 of [0
17.1. City reserves the ri�ht to reject any or all Bids, including without lir�itation the r�ights
to z-eject any or all nonconfoz-�i�g, nonz-esponsive, unbaIaraced or eonditional Bids
az�d to z-eject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is �qualified or of doubtful fnancial ability or fails to
meet any other pertinent standard or criieria established by City. City also reserves
the right to r�vaive informalities not invoZving price, contract time or changes in the
WorIc with the Successful Bidder. Discrepancies between the multiplication of units
of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in fa�or of the correct sum. Discrepancies between words and figu�-es
wiIl be resolved in £avor of the words.
17.1.1. Any or aIl bids will be rejecied if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigaEion against City,
City or Bidder may have a claim against t�e o�er or be engaged in Iitigation,
Bidder is in arrears on any e�isting contract or has defaulfed on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder t3ie prompt completion of additional work if awarded.
17.2. City may consider the qualiiications and experience of Subconiz�actors, Suppliez�s, and
other persons and organizations proposed for those portions of the Wark as to which
the identity of �ubcontractors, �uppliers, and other persons and organizations must
be submitted as provided in the Contract DocuTnents ar upon the request of the City.
City also may consider the operating costs, maintenance requirements, performance
data and guarantees of major items of materials and equipment proposed far
incorporation in the Work when such data is required to be submitted prior to the
Natice nf Award.
1.7.3. City xnay cox�duct such investigatior�s as City deems necessa�-y to assist in the
evaluatzon of any Bid and to establish the z-esponsibility, quali�catio�s, ax�d fizaancial
ability of Bidders, praposed Subcantractors, Suppliers and other perspns and
organizations to perform and furnish the Work in accordance with the Contract
Documenfs to City's satisfaction within the prescribed time.
17.�. Contractor shall perform with his own organization, worIc af a value not less than
35% of the value emhraced on the Cantract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it wi11 be awarded to lowesi responsible and
responsive Bidder whose evaluation by City indicates that the award will be in'the
best interests of the C�ty.
17.6. Pursuant io Texas Government Code Chapter 2252.001, ihe City will not award
contract to a Nonresident Bidder unless the Nonresident Brdder's bid is lower than
the lowest bid subinitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidde� to obtain a
comparable contract in the state in which the nonresident's principal pIace of
business is located.
CITY OP PORT WORTH Coinmdnder Rd — Midfield Stage 2
STANDARD CONSTRUCT[ON SPECIFICATIqN DUCUMEt1T City Project Np, 1p16�4
Temporarily Revised![lpdated ]anuary O5, 2021 due to COVIDI9 Emergency
oo2i i�
INSTRUCTIONS "I'O BIQDERS
Page 14 af lU
17.7. A contraci is not awarded until formal Ciry Council autharization. If the Contract is
to be awarded, City will award the Conh-act rvithin 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constituie
acceptance of a Bid. Upan the contractor award a Notice of Award will be issued by
the City.
17.7.1.The contractor is required Eo fll out and szgn the Certi�"�tate of Interested
Parties For�rn 1295 and tE�e forrn must be submitted to the Project Manager
before the eantract will be �resented to the City Council. The foxm can be
obtained at htt s:l/www.ethics.state.t�r.usldatalforms/129a11295.nd[
17.$. Failure or refusal to comply vwith the requirements may result in rejection of Bid.
18. S�gning af Agreem�nt
15.1. Wlaen City issues a Notice of Award to the Successful Bidder, it will be accoXnpanied
by the required �umber of unsigned counterparts of the Agreement. Wit�in 14 days
thereafter Contractor shall sign and deliver the required number of countezparts of the
Agree�nent to City vvith the required Bonds, Certificates of Insurance, an.d aIl other
required documentation.
18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties.
183. City shall thereafter deliver one fuily signed counterpart to Contractor.
END O�' SECTION
CITY OP PORT WORTH Commander Rd — Midfield Slage 2
STANTJARD CONS`1'RUCTiOIt! SPECIFICA'TION DOCUMBNT Ciry Project 1Vo. 10 i 644
1'emporarily RevisedlUpdated 7ac�uary 05, 2021 due to COVID 19 Emergency
OU3513-1
CONFLICT OF INTEREST AFFIDAVIT
Page 1 of I
SECTION Ofl 3513
CONFLICT OF 1NTEREST AFFIDAVIT
Each bidder, of�eror or raspondent (hereinafter referred to as "You") to a City of Fort Wot-�h
procuz'em.ent may be required tfl complete a Conflict af Interesk Questionnaire (the attached CZQ
Form) anci/or a Local Govez-nment Dfficer Conflic#s Disclosut'e Statement {the attached CIS
Form} pu�'suant to stata law. You are urged to consult with caunsel regarding the applicabi�ity of
these foxms to your company.
The referenced fornns may be downloaded frorn the Iinks provided below.
t�; us/fc�rms/[.'IO.pdf
t uwww.ethics.state.tx.
htip:lfwv�rw.ethias.state.tx.us/farn�sfCl�S.udf
�
�
�
�
�
�
CIQ Form does nat apply
CIQ Form is on file with City Secretary
CIQ Foz'tn is being provided to the City Secretazy
CZQ Form c�oes not apply
CIS Form is on File with City Secretazy
CTS Form is being �rovided to the Cit�+ Secretary
BIDDER:
North Teacas Cvntrac:i [ne.
Company
4994 iCPiler Has1Pr ltr,ad
Address
Keliet, TX 75244
CitylState/Zip
By: Jar�ris Ward
^ lea�Prini)
}
.
Signa�.tire: �
I� �
�
. f
Tit�Ce: �t�i��stirnator . . _
, (Please Print)
END OF SECTION
CTI`Y OF FQRT WORTH Commsndee Rd — MidGeld 3tage 2
STANDARD CQMSTRCTCTCON SPECIFICATION DOCUMEAITS CityProjectNo. 14L6A�1
Revised Aug¢st 21, 2018
0o at o0
Blq FORM
Page 1 oi 3
$LCTIO(+! 00 A1 00
B1D FORM
TO: Tyler Dale
c/o: 'The Purchasing Di�ision
200 Texas 5treet
City of Fori Worth, Texas 76102
FQR:
City Project No.: 1016A4
UnitslSectians: No Units: AI! One Unit
9. �nter Into l�qreement
Commander Rd - Midfield 5fage 2
The undersigned Bidder proposes and agrees, if this Bid is accepted, io enter inio an Agree�nent with City in the form
included in the Biddir�g �ocuments ta perform and furnish alf Work as specified or indica#ed in the Contract Docume�ts
for the Bid Price and within the Contracf Time indicated in tf�is Bid and in accordance with the other terms and
conditions of the Confract Documents.
�. el[3DE�i Acknowladgements and Certification
2.1. ln submitting this 8id, Bidder accepts a[I of ihe ferms ancE condifions of the WVITATION TO B[D�ERS and
iNSTRiJCTIOiVS TO BIDdERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the reqt�ired insurance, will do so pending contracf award, and will
provide a vafid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this BicE is genuine and not made in fhe interest of or on behalf of any undisclvsed
individual or enti#y and is not submitted ln conformi#y with any copusive agra�ment or rul�s of any group,
association, arganization, or corporafion.
2.4. Bidder has noi direcfly or indirectly induced or soliciied any oiher 8idder to submit a false or sltam Bid.
2.5. Bidder has not solicited or induced any indi�idual or enfity ta refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, coflusive, or coercive practices in compa#ing for the Contract.
For the purpases of ihis Patagraph:
a. "corrupt practice" means ihe offering, giving, recei�ir�g, or soliciting of any thing of value [ikely to
influence the action of a public official in the bidding process.
b. "fraudulent �ractice" means an intentiona! misrapresentation af facts made (a) to influence the
bidding process tv #he detriment of Ciky (b) ta establish Bid prices at artificial non-competifive
levels, or (c} to deprive City of the benefits of free ar�d open campetition.
c. "collusive practice" rneans a scheme or arrangement beiween twa or more Bidders, with or
without fhe knowledge of C€ty, a purpose of which is to estabiish Bid prices at artificial, non-
compefitive levels.
d. "coerclve practice" means harming or threatening to harm, directEy or indirectly, persons or their
prnperty #o influence their participation in i�e bidding process or affect the execution of the
Contract.
3. Prequalificafion
CITY OF F�RT WORTH
STANpARO COPlSTRL1CTION SPECIFICATION �OCUMENFS 81d Proposa! Workbook-Addendum No. 3
Form Revised Mareh 9, 2020
00 q1 00
81q FORM
Page 2 0( 3
The Bidder acknowfedges fhat #he foliowing work types must be perForrr�ed only by prequafiffed canfractors anc�
subconfractors:
a. Water and Sanitary Sewer
4. Time af Completion
�€.9,a. �ase �ld
7he Work wi[l be camplete for Fina] Acceptance witnin 180 days af#er the date when the
the Contract Time comrnences to run as provided in Paragraph 2.03 of the General Conditions.
4.1.b. �ase Bid � Additi�e Aiternafe 1
ihe Work will be complete for Final Aecep#ance +nrithir� 210 days affer #he date when t�e
#he Cantract Tima comrrtences to run as pro�ided in Paragraph 2.03 of the �eneral Condiiions.
4.2. Bidder accep#s the {�rovisians of the Agreemen# as to liquidated damages in th� eveni of failur� ta camplete
the Work {andlor achie�ement af Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are at#ached to and made a part of this 8id:
a. This Bid Form, 5ection 00 41 d0
b. Required Bid Bond, 5ection 00 43 13 issued by a s�rety meeting the requirements of Paragraph
5.01 of fhe General Conditions.
c. Pro�osal Form, Sec#ion 00 42 43
d. Vendor Compliance to State Law Non Resident Sidder, Section 00 43 37
e. MWBE Forms (opiional at time af bid)
f. Prequalifcatlon Statement, Section �0 4512
g. Conffict of Interest Statement, Section 00 35 93
*If necessary, CIQ or CIS forms are to be providecE directly to City Secretary
h. Any additional documents tha# may i�e req�r9red py Section 12 of the Instructions to Bidders
CITY OF FORT WOFiTH
STANDARD CONSTRUCTION SPBCfFICAT[ON DOCUMENTS Bld Proposs[ Workhook-Addendum Mo.3
Form Revlsed March 9, 2020
00 4! OD
BID FORiuf
Page 3 of 3
6. Totai Bici Amount
6.1. Bidder wil[ complete the Wark in accordance with the Contract documents for the following bid arr+ount. In
the space provided helow, please enter the fotal bid amount for ihis project. Or�Iy this fgure v+lill be read
publicly by the City at the hid opening.
6.2. !t is understood and agreed by tne Bidder in signing this prapasal #hat ki�e total bid amaunt entered bebw is
subjeot to veriflcatior� and/or modiflcation i�y mulkiplying the unit bid prices for each pay I#em hy the respective
estimated c�uantities shown in fhis proposal and then toSaling all of the extended amoun#s.
Base Bid Total $3,532,984A0
Additive Alternate 4 Tota! $i B6,861.00
Base Bid + AcEdiEive Alternate 1 Tatal $3,699,645.QA
7. Bid Suhmittal
ihis Bid is suhm3tted on March 25, 202T by the entity named beiow.
Fiespeoifully submitted, , _ ,
� J
-. _
. �- _ _ �.. ,-
BY. F :
. __ _ �"� - ,r
(Signature) '
Zach Fusilier
(Printed Name)
TIt[e: Vice President
Comparry: North Texas Contracting, lnc.
Address: 4999 KeiEer Has[et Road
Keller, 1'X 76244
State of lncorporation: 7'exas
�mail: jarvisQntexcan.com
Phane: 817-43(3-9540
END OF SEC'ifON
CI'fY QF FOk�T WORTN
STANdARD CONS7RlJCiION SPECIFICATI(lP! OdCUMENTS
Forrn Revised iuFarch 9, 2�20
Corporate Seal:
Bid Proposal Wark600k -Addendum No. 3
�
4
�
�
ao ax a3
61UPROYOSAL
e s� � orso
SECTION 00 b2 43
PROPOSALFORM
UNIT PFtI�� �19 �idd�r's �,ppf�ca�ion
Projec[ I[em Informalion {IIasc BEd) Bedders Pmpvsal
➢idlisl Ilem No. Desmption SpeciC�calion llnil of Bid �n�� p�jce Bid Value
SecUoni�(o. Measure Quantiiy
1 SITE PI2EPARAT�ON �� � SS-120�3.1 LS. 900°k $220,000.00 $220,OOO,DI
llnit FriCB in WOfdS TWO HUNDRED TWENN THpUSAND [J4LI ARS
- - 2-� . � PRAINAGEPIP�REMOVAL � ��SS-340-5.7 L.F. 287 -- - $45.OQ � _-$92,015AI
Unit Price in Words FORTY FNE DOLLRRS
._ . _.. ...._.____..,..,.� __ . _.,___,.._—_---�_,.. _._...- - - �- -- ......_. . _
3 �RAIMAGESTRUCTUREREMOVAL SS-'[AQ�2 EACH 2 $2,404A0 �4�_��
UnitPrice fn Words TWa THOUSANq pOL1ARS
- - - --- -- -- _ ... .
4 __ TREEfiEMOVAL SS-190•5.3 �ACH� 5� $f,600.40 $7,SOOAf
Unil Price In Words ONE THOUSANU, FIVE HUN�RED pOLLARS
___...,_� _ . _ -- -_.. _.— _... .� .
5 _ UNCLASSIFIEpEXCAVATIQN � SS-152-4.1 _ C.Y. 2,9i9 � $35.00 � $102,165.0(
UNt Pdce in Words TNfRTY FNE �OLLARS
---___--
$ ROCK EXCAVATION SS-752-9.2 C.Y. 3,OOp $10.00
- -- --_ .._.._ _-- - -_ ........ --.._ _�- ..m m ._� _� ..._. $30.0OO.00
lJnil Prico in Words TEN pOLEARS
- _ �._ .���- - - - - ---
7 UNSUITABLEEXCAVAiION SS-952-4.3 C.Y. 790 $25.00 $9i,5p0.00
Ufllt PfIG2 lil WOfd3 'RNENTY FIVE OOLLARS
- .. _. _ . �.._ __... � - -
8 �OCKOl1TffAGOUT PROCEDURES 35300-5.1 l..S. 1 $2,U00.00
--- .. _ _ ��_. $2;000.oa
llnit Price In Wo�ds TWO TNOl15AN� OQLLARS
_Y 9 ` POWER EFTILlTYALLOWANCE � Y_� SS-302-4.1� ALLOW �1 $10,004.04 $10,000.00
Unil Price in Wards TEN THQUSAND ODLLARS
- ---.._._ ..--- -- - - — .�___ __ ._.. _ __
7D ?OW�iR U71LiTY �AS�MENT pOCUNIENTATION S5�342-0.2 LS. 1 $G,500.00 $4,500.00
Unit PfiCe In WofdS FOIiR THOlJSAND, FIVE HUNDRE� OOLLAR5
- -- _..� _ T _ --- - -
'['f �lRECTIONAL BqRiNG, 2-WAY 4"C POf.YETHYLENE COiJOUiTS SS3p5-5.1 L.F. 644 $140.0�
___ - - __ - - ^ --- - $89,&00.00
Unii Pt�ce in Words ONE HUNDRED FORTY DOLIARS
_ _____ _ _... � --- - - --.. .
12 GATE 27 (EXISTIiVG LOCATEON) EQUTAMENT, INSTAILED SS-350-5.1 L.S. i00% $3D,000.00
_.__ - __ _ _ - _ . � $30,000.00
Un(1 Price in Wards THIRTY TH011SAN� R01.[ARS
93 CQIV�RETE P,�4V�M�NT R�MOVAL rn� 7X-104-0.1 � S.Y. � 2,789 ��� $20.00 $55,680.00
Unit Prica in Wards TwEn�ry oo€.usts
-- - .�..._ _.� . � _ _ __._..._�.� __ - -__ _...� — -- - - - - _
44 ASPHALTPAVEMENTREMOVAL TX-105-4.1 S.Y. 3,745 $15.00 $55,575.D0
Unfi Price In Words FIFT�EN pOLLARS
__ ._._.._ ___W._ ---- _ ---
15 BROA�CAST SEE�ING {PERM) � TX-iBA�_7 ] ACRE 22 $30,000.00 $$8,000.00
Unil Pdce in Wards �HIRTY'�HqUSAND ppLLqRS
[33YOFFORTII'ORFH
STANDARn CONS]'R[1CilON SPEC3flCATlON �OCUMENTS Bid ho�aal 1Yorkbook • AdiMKlmn No. J
Ponn RevisN 2012U170 h�Wodmu Nn, 3
oaaz a3
O]D PROPOSAL
Page2 of�6
�
� B FLEXI6LE BASE (OENSITY CONTROL} (COMPLETE !N PLACE) (TYPE � TX-247•6.1 S.Y. 628 $30.00
GRA�E 1 (VARIqBt� pEPTH $18,840.OD
Unll Price in Vllards 7HIRTY OOLLARS �
- — - _,_ _. —______.. . - -- -....- --
77 LIME � TX-26�•6.1 TON=i88 $200.00 _ _ �376DO.Q0
Unit Prfce in Words TDW HUIV�RE� 00lLARS
48 LIM&7REATED Sl1BGRADE (ElCISTING MATERIAL) {8'j ���TX-26Q-82 S.Y. 6,596 $5.OD
� . � _ _ _ _ _ �� �� _ _ $32,.98fl.00
Unil Price In Words FYV� DOLLARS
.— _ _ -- __ ___ -.._. __ _ ._ . .
19 BITUM1NOliS SURFACE COURSE TX-340•6.'1 TOIJ 37 $400.U0 _ $14,SQD.UO
Unil Price in Words FOUR HUNpRE� pOI.I.ARS �
20 CONCRETEPAVEMENT(B"j TX360-6.1 5.Y. 6,493 $75.00 I
- --- -- - � �—_....__--- —$486.976.00
Unit PriCe fn Wofds SEVENTY FIVE UOLLARS
21 TRENCH EXCAVATIQN YROTECTI�N � TX-402-9.1 L.S. (� 100% $36,000.00 $3g OOO�Da
_..._._ _ .._ - - � --- ---- — .�..._._ � ._i�,__....�_...- � .. _ ...
UnilPrice In Words THIRTYSIXTHOUSANO DOLLARS
- — — — --- --.._______v. ____— — — -
22 REINFpRCE� CQTlCRETE PIP�,1B", CLAS5111 TX-464-5.1 L.F. 64 $i30,00 g 320.00
- ---...--- ......... _ ._ ._.�_. .� _ _.... _ _.. _. _ ._ .�r----
Unit Price in Wofds OME HUNDRED THIRTY OOLLARS
- - _ _ __ __ . �.__...__ ... . � .. - - - -
23 RElNFORCEO CONCRETE PIPE, 29", CLASS Ili TX�464,5.2 L.F. 856 $'E54.00 $�Z8,4�OA0
Unit Price irt Words � ONE HUNDREo FIFTY nOLlARS
-- ----- -- � _ _ -- -- - - -- -- -.
24 2-15' itEINFDRCEO COi�lCRET@ PIPE, CLASS Ilk, CONCRETE EMCASED TX-464wr.3 L.F. 16 $300.00
_ __ _. ___ $4,SOO.OD
Unit PFICe if1 WOrds THREE HVNURED DQLLqRS
25 � 38" RElNFDi2CE0 COiJCRET� PIPE, CLASS III, CONCRETE ENCASEfl ITX�464-5.4 L,F, 95 $350.00 $�5,76U.00
Ufllt PfICe Ifl WOfds THREE HUNDRE� FEFTY �OLIARS
_.�__... __ - _—_ ____ - __� __._ .__.. �. ____ , -. __._ _
26 SET {TYPE II) (1 B'} (CONCitETE} (SLOPE 6:1 j{CROSS) TX-087-5.1 EACH 2 $2,0OO.OQ
_ _ _____.__.. �_ _ _ �a 000.00
Unil Prlce In Words TWO 7 HOUSAN€3 pDLLAR5
-- __ _� W_____ �_ ____._ .r._.__---
- - - --
27 TRAFFIC CONTROL iX-592-9.1 L.S. 100°� $20,0OO.OD $20,040.OD
Llnit Price in Wards NlENTYTMQUSAND DOLLARS
28 _ 7EIuIPORARYEROS[dNCONTROL ��T � F� TX-506-6.1 L.S. 100� $35,OOD.00 $35100Q.00
Unit P11GB fn WOrds THIRTY FNE THOUSAND �OLLARS
-- - - � _�� _ _._— � -
29_ CONCRETESIOEWALK(4'j W4 �v� __._� TX'53i-5_1 S.Y. 9 $f70.00 $�,530.00
Uni! Price in Words ONE Nl1NDREp S�V�NTY pOLLARS
cirr oF eaxr wonrx
SiA17DAR�ODh'STRUCi[ON SPEClF7C'A710k' POC�M1fENTS
Fonn Rcrtsa1201RU12U
Biel Pm�al �Vakbaok-A�kla�dwn Hn. 3
Add �w� k'o.1
W 9] 9J
6!� PROPp3pL
P¢gc 3 a[3�
3D ]NSTAI.L SMALL ROA6SIOE SIGP! ASSEMBLIES -STOP 8IGN ITX•649�5.1��EACH I_ 1� $1,000.00 $9,0OO.OD
Unit Prlce Ip Words ON� THOIlSAN� OOLLARS
31 0241.i001 GROUFANDABAN�ONEXISTING 18' WATERLWE � 024i 14 LF. 1607 $25.00 $qQ,175 p�
Unit Price ]n Words TWEIVTY FIV� DOLLARS ���
� 32 _W � 0291.1002 GROIfT AND ABAN�pN EXISTING �2' WATER LiNE _ 0241 94�1 L,F. 85f $25.04 _$ifi,275.00
Unit Price fn Words TLNENTY FIVE DOLLAR3
-- - _... _ ._..__..----- -------- - _ ___.�. - - ---- -- � � .. - — - --
33 0241,2692REMOVE6"WASTEWATERI.INE 024114 L.F. 447 $25.00
__ . _ _.-- -- �_ $11,175.UQ
Un�t Price In Wards n+veNrr F�vE oo�u��zs
--- - - ---- - - -- - - - - --- - _
34 4291.7015 fiEMOVE 72" WATER LINE 024T 14 L.F. 267 $25.00 $g,Q75.00
Unit Price in Words TWENTY FNE OOLLARS
- - ----- -- - __.�..__.____�.�.. � �3,600_OD
35 T 0241.2001 GROUT AN� ABAN801V EXISTlNG S" WASTEWATER LINE 02 49 14 L.F. 14q $25.00
Unil PAce in Words TWEN"IY FIVE bOLLARS
36 � 0330.Q001 RCPCAP � D33000 EACH 2 $4,aoa.oa �m ��
_
___ _____.. __ .. ... _ �� �-� -- $2.000.00
Unit Price in Words ONE THOUSAND AOI.I.AR5
- _�_�.__, . — � . �_ _ ._
_ 37 _ 0334.OUO2 CONCRETE ENCASEfNENT _� 0330 00 L.F. � 920 $80.00 _ _ $9,600.00
Unii Price in Words EaGHTY DOLLARS
2645.2142 PR�FA6RICATEp &I.ECTRICAL NANOHOLE, SI2E 3'W x 5'L x �
3$ 2fip533 EACH � 8 �9,500A0
�. __ ��0 ---- -- - - -- $76 400.00
UNf Prfce in Wards NINE 7HOUSAND, FNE HUNnFtED OOLiARS
39 ��� 2606.2103 PR�FABRICA7ED EI.ECTRICAL Pi1LL BOX, 512E 4'W x B'l. x 3'D 26 05 33 EACH $ $9,000.80 $72,DOO.DO
Lfnit Pfice in Words iJINE iHOUSAND DOLLRRS
_ 40 _ 2605.3035 2-WAY4" CON�T PVC SCH AO {T) _ 28 0533 L.F. 5730 $SO.QO � $gq3�80p.pR
Unil Price in Words SIXN POI.IARS
_.. _ �_._ .� _ .._ �. . _� __� __ _ - - - - - -
_ Ai _Y 2605.3036 2-WAY 4" CONDT PVC SCH 84 (7) 26 05 33 1 LF. I 445 �$$0.00 __ $35,600.00
Unit Price In Words EIGH'fY DOLLARS
_ � ---- - -.._ �______.- ____ � _ _ _ �.
42 26D5.3433 2-WAY 4" GON�T PVC SCH 8(I (Tj, WITH PAVElufENT REPAIR 26 05 33 L.F. 20 � $2p0.U0� � $4,DOO.OD
Uaii Price in Words 7W0 HUNpRE DOLLARS
— - - - — - _ _ _ - - ----- - - - - -- -- - - _.__...... .. .
43 32SA.O100BRiCKPVMT _ 321416��5.Y. JL A'1 $200.00 , $g�2p��Oq
11Nf Prfce in Words 'fW0 HUNDREP POLEARS
. ..._.��. .. ... _ . _....� m____. _.. _ _.... ---
AA 3217.6309 6" SLD PVMT MARKIhG HAS (W} 32 9i 23 L.F. 257 $10.00 _ 2 570,00
Unit Price in Words TEN �OLLAiiS
�
cm•or Fnxnvox-rx
STANbARF� CONSi7iUCT10M SPECtF3CAi70N➢OCUI�IEICTS 9idPrqw�alSNwkbonl:-Addu�dwu No.3
Fam� Revisd120] i0110 hddavlmn No.9
45 _ 3217.030512" SLR PVMT MARKING HAS (W) _ �________.__._�92 T7 23 _ l..F 12 � $59.U0
UnEI Pi1CB In WOrdS FiFTY DOLLARS
48 _� T 3217.42D1 FIRE LAhlE MARKIE�lG 3217 23 � L.F. 3,727 $1.00 __
Unit Price in Wards ON� DOLLAR
- - -- — �..._._.._� ..__ _ —_._ ____.. _.__� . _ _._
47 3303.0002 POST-CCN INSPECTION 33 D1 3i L.F. 2,812 $f,pp
Unit Price In Wards 4NE DOLI.AR
_.. �_ .., ___.. _ _----- -- - --
__ q$ _ 3305.10091NSTALL CARf21�R PlPE IN 5TEEL CASING 33 05 24 L.F� Y 140 v $200.00
Unif Price in Words TWo HUNOR�D oOLLqRS
49 UTILIiYMAR}(EI2SlLOCATORS � ��� 330b26 1..5. 1 $1,UOO.OD
Unit PliCe In Wprds ONE THOUSANO OOLLARS
5D 3305.0103 EXPiORATORY EXCAVAT[ON FOR EXISTING UTILiTIES � 33 05 34 EACN f0 $10D.00
� UnEI Price In Words OIVE HUNdR�p pOLLAR5
_ _ . _..r._ - ---- - -
bi 3311.0001 OUCTILE IROiV WATER Fli'1'fNG5 4V! Ft�57fiAIN7 3311 i1 TON �� � 2 $5,333.33
Unit Prlte in Word5 FNE THOU5ANl], THREE FiUNDRE� TFElRN THREE opLLARS AND "fHfRiY THREE C�NTS �
52 3311.0289 8" PVC WAT�R I�IP� 3311 12 L.F. 1,92D $1 i5.04
unit Price in Words ONE Hi1NDRE FIFfEEN �OLLARS
^�mm 53 ^^ 33i 1.0961 12" PVC WATER PIPE 3313 32 �.F. � 2,935 $135A�
UN€ PfiCe in WOfdS ONE FILINRR�D THIRTY FIVE DOLLARS
. 54 RELOCATE EXIST. WRTER METER 33 7210 L5. � 1 $2,000.00
Unit Price in Words T5N6 THOUSAND DOLLARS
55 33] 2.3903 8' GAT� VALV� ��� �� V�_ 3312 24 T�ACH 3 $2,000.00 � _
UnEI Price in Words TWO THpUSANp OOLLARS
56 3312.3D05 92" GATE VALVE 3312 20 EACH 1 $3,5D0.00
_ _ ______ __ _.—.� �� ____� - - -
Unit Price in Words TMREE TNOUSAN�, FiVE HUN�RE� DOLlARS
_ .... _ _ _ ... _._ �.— ___�__ _--
57 3312.3p06 16' GATS VqLVE � 33 32 20 EACH 2 $25,000.04 _
Eln7t F'rice irt Words 'fWENTY FIV� THOUSAND dOLlARS
58 3312.�f06 COIVIVECTIOiV TO EXI5TINC,16' WATER MAIN (WET) 3312 25 � EACIi 1 $15,0OO.Op
Unil Price in Words FIFTEEN THOUSAND OpLLARS
59 _ _ 3312.0177 CONNL�C710N TO EXISTING 12" WA7ER MAIN (WET)� 3312 25 EACH 1 $12,000.00 �_
Unif PfiGe in WorcJS TWELVETHOUSAM� �OLlARS
CITYOFFOR7 WORTH
STANOAA➢COH5iAl1Ci]ONSPL[IFfCASlON ilOCUFtENTS
Fami Rcvrsc�170110i40
aoazaa
RFD PROPOSAL
PagcApf3�
�id hqwlil 1Vo�kbmk -A�kh�nn No. }
AJJ�Mwu Na S
�
uu as a3
BI� PAOPOSA!
Yasc S of10
- ---60 333i.41i58'5EWERPIPE I333120 _L L_�'_v�_2,812_ $150.00 __ _$421,SOO.OD
i1n11 Price in Words ONE HUNDi2E� FIFTY DOLLARS
f 61�_ _^mm 3339.1009 4' MAi�lHOL£ ��� 33 39 26 EACH 1 i $7,000.00 $�7,000.00
Uni[ PfIGe In WOfdS SEVEN THOUSAND DOLEARS
_ __ ____ � _ _ .___T _ _ __.__ _ _� . _. ----- ._..-- -
62 3339.10034'EXTRADEPTH6AANiiOLE 333920 V.F. 63 $350.00 $�2,050.00
Unfl Price ]n Words THREE HUNDREq FIFTY �OLLARS
�_ 63 3349.0001 CAST IN PIACE STOR�uI JUNCTION 60X 33 4910 EACH 3� $6,000.00 $18,ORp.OD
UNt Prlce {n Words SIX 7FiOl1SAND oaLtARS
_ . _ . __ . . _. _ --- ---- -- -�- - - ..
B4 3349.8001 1fl' CUR6INLET 33 A9 20 EACH 2 �5,006.00 $ jQfl00.00
Uni! Price In Words FNE THOUSANP �DI.I.ARS
---65�W�-y3349.500220'CURBINLE�' _��. �334920 J EACH-�---3 � $9.00OAO $27�0OO.OD
Uflif P[fCe iil W01'dS N]NE THOUSAND OOLLARS
__ _ ..___—_ ___ . _ _._... � . _ � _ - -t _-- —.
_ 6B 3344.5042 4' X 6' SINGLE GRATE INLET 3349 20 EAGH 1 $4,50D.00 $4 500.00,
Unit Price In Wards FOUR THOlJSAN�, FIVE HUhlDRE� UOLIARS
_ __ _- 87 _ _ _ FENCE REMOVAL � _ � F-1625.4 L.F. 227 1 $20.00 � - $A,540.00
llnfl Priee in Words TV'lENN �OLLARS
_ 68 __ � GATE REiNOVAL F-762-5.2 �ACH 1 �500.00 _ _ $4,50D.OD
Unit PYiCe in WoYdS FOUR THOUSAND, FIVE HUNORED DOLlARS
69 B•FO�T BLACK PVC COAT�D CHAIN LlNK FENC� WITH BARBED WIRE F-1fi25.3 L.F. 18A $ASAO �g���D.00
Unil Price ln Words �OR7Y FIVE DOLLARS
BaseB3dTatnl 53�632,984.D0
Bidlisl ffe�n No.
1
Unit Price In Wards
_--- - � - --.. _
Unii Price fn Words
--- - 3 — —
Unll Price in Words
Prajeci Ilem Infomm[ian (AJditire Alternele i) Bidder's Proposal
SpecifiC2tion Unitaf Hid
Uescriplion Seclioo No. Meawre QuanliEy Unil Price Hid Value
GATE OpERqTOR, FOUNDATION Ai+lD ACC�SSORIES, SS-301-5.1 L.S. 300 % $5,000.00
ED " ^.
�..�aii
FIVE T1dOl1SAiJD DOL3ARS
27 (EXISTING LOCATION} EQUIPMENT,IFlSTALLED ���� �SS-350-5.9
ThfIftTYTHOUSAN� �OLLARS
27 {NEW LOCATION) EQIiIPMENT, INSTALLE� SS-350-5.2
SIXTY F3VE 7HOLiSAN� �OLLAR5
L.5. �00% $30,D00.00
�_ ��. _ _.. __ . .__ . .
L.S. I 9Q0°k
c�rr oerorcr �tiroxrFt
SiANDAIW CRNS7AUC[[aN SPECiFlCA7107V UOC[1R1cNY5
Fomi Rer[sal 20110E10
$65,000.01
Bi�l p�o��al Llbrllwok- Addmdian Tb.3
A�plmdwss }fo-1
i
�
�
l
00 -04 -03 I
DIDPROPOSAL
Pagc6of30
.�, . ... - _ _...____�._._ — .
_���_ _ _..� _.._. —
q FENCE REMOVAL �_ _ F-1625.i L.F. 16 $35.00 $560.00
Unit Price In Words iHIR'iY FIVE BOLLARS �
-- - — - � � ____.�..-- -- --
5 GATE REMOVAL F-1fi2-5.2 �ACH 1 $600.OD $600.00
�.__.�.__ . _ . - --- -- - ---- �
Unii Prlce In Words Slx HVNpREP ROLl.qRS
. �_.__ .. _ , _ .. �._. � _ �____._�— - - - - -- - - _ _. _.
fi B-FOQ7 BLACK PVC COpTED CHA�N LINi( FENCE WITH BARBED Wi12E F-182S.3 L.F. 3,081 $41.00
�__. ___. __ _..-- ---___$72b,601_00
Unit Pr(ce in Words �� ��� � FORTYON� nOLIARS �
AddlElve Alternale 7 7otal �966,661.00
Sase Bid+Additivo Alternate 1 Tota1 �$,�99,B45.00
END OF SECTI6N
Cf1Y OF FORT R'ORFFl
STAN�A3cdCQNSTRLICTIDN SPECItTCAT[ON DOCU.�fENFS
Fom� Revi�a12U11�12D
BiJ Prapnsa155'orl;book • A�Wpxlwn Na 3
A�M[cv�Lun Na 3
3
tl0 A3 13
81D 60ND
Paga 9 0! 2
SECTfUN 0� 4313
B!D BOND
FCNOW Al.L BY'Fl-IESE PFtESENi5:
That we, Narth 7'exas Cantracting, Inc. , known as
"Bidder" herain and Arch Tnsurance Cotnpany a carpwate surety
duly authorized to dQ business in the State pf Texa5, known as "&urely' herein, are held and tfrmly bound unto the Cily
of Forl Worth, a municipal corporation cr�ated pursuant to the laws of Texas, known as "City" herein, in 1he penaf surr�
of fiv� perc�nt (5°!a} of Bidder's maximum bid price, in lawful money of fhe Elnited States, to he paid in Fort Worth,
�, Tarrant County, 7�xas for the payment of w#�ich sum wel! an� tr�rly to be made, we bin� nurselves, our i�eirs,
ex�cutors, administrators, successors and assigns, jaint�y and severally, firmly by these presents.
WM�RI�AS, the Prir�cipal has submit#ed a bid or proposal to perform Work for tha following �roject
designated as ComrrEander Rcf - MfdFielci Stage 2
NOW, THEREFOR�, the condition aE this obligation is such that if fhe City si�all award
ihe Contracf for the foregoing project to fhe Prinoipal, and the Principal st�alf satisfy a!f requirements and condifions
required €ar the executior� of the Contract and shal� enter inEo ihe Contract in writing with the City in accordance with
the terms of such same, tF�en this abligation shall be and become null and vold. lf, however, #he Principal Fails to
execute such Contrac# in accordance wifF� the terms of same or fails to satisfy al! requirements and canditions requir�d
fnr ihe execution of the Contract, fhis bond shalf become the property of ti�e City, without recourse of ihe �rincipal
andlor Surety, not to sxceed ths penalEy hereaf, and shat� be used to compensate City for the difference between
Principal's total bld amount and the next selected bidder`s #otal bid amount.
PROVIAED FifRTHER, that if any legal ac4ion be filed on t�tis Bond, ven�a shall fie in Tarrant County,
7exas or the United Sta#es bis#rict Court for the Northern District af Texas, For� Worth Division.
IIV WITNg53 WHERIEOF, the Principa] and the Surety hav� SIGNED and S�'ALED this instrumeni by
duly authorized agents and officers nn this the 22nd day of March , 2029.
A�T�T;
itness a� o Pri •ip�l
�
c�7v oF FORr woRrrr
STAN�ARD C�NSiRUCTION SPECIFECATIDN �OCUMENTS
Form Re�faed 20171 i09
PRINCIPAL:
Norih Texas Contractin�, Inc. __
BY: � — � _ . ~ _
5/ignature
y" '-"r V ` ^.i✓�/E' �✓'
� Name and Ttile ��
Bld prapasal WorfcLook
00 43 13
BIR BOND
Page 2 of 2
nass as to Surety
Attach Power oi Rttorney (Surery) for Attorney-in-Fact
Address: 4999 Kelle�• HasIet Rd.
Keller. TX 76248
SiIRETY:
Arch I��surance Co�npanv
BY: �essc� r � r�=' ���
Signature
Rabbi Morales,_Aftorney-in-fact �.
,.,,...r...
Name a�d Title
Address: SDOS LBJFreeway, Suite 1504
Da3las TX 75244 ��
7elephane iVumber: 2I4/989-0000
*Note: 1# signed by an oiFicer of the Surety Company, i�ere must be an fife a ceriified extract irorn the by laws
showing �hat ihis p�rsan has authority to sign such obiigation. IF Surety's physicaf address is di#ferent fram
its mailing address, both must be pro�ided. The date of the bond shall nof �e prior io the date the Contract
is awarded.
�:r�n or sr:c�rro�
ciry o� Fo�r wn�r�
Si'ANI]ARD COI�STRllCTION SP�CIFICATION �OCUA9�NTS
Farm Kavlssd 201711t18 Bid Propvsal Worhbooh
A1C OOD0329296
Tfiis PnEver ofgflorue�� Ihirfls llle rrcls of Ihose xRr��erl lrarelfr, riurf lliep Irane �to mr!l�orll�� t� biud tlre Cox�prrnp zccepl i�11Ne r�rera��er mu!!o tlin ei•leut leerelx slaterl.
NatvrrlirlforNore, Lorur, Lel1e�•nfCrerlif, Crrr'reucyRare, Iit1e�'estRafearRestrleraiiuf l�ehee Grarrr-ruitees.
P01V�R 41' ATTORY�Y
ICnol►• r111 Persm�s Bf TGese Pf•csenfs:
Tliat the Arc13 Insorence Con�pany, a corporatiou organized aatd existing uEider Ihe In�vs of Uae Siatc af ivlissouri, having its principal adi3iiuistraEive oftice in Jersey Cily,
New Jersey (hereivafter referred to as tlie "Company") dnes hereby appoi3it:
Don �. Cor��Cll, Josluia 5au�cdcrs, Kclly A. \Ycst6raoly Ricn�•da J. Rc}'��a, Itobbi Morales, SO[lilEttlC HUiliCi'� TIRN �'IC��YB[i It71E� TOE11C P@II'lIRCI[ [IF DiII�AS� �I�Y
(GACL�[)
its irue and la�vful Attorney(s)in-Fact, to t3iake, execEde, se�l, and deliver from the d�te of issuance of this power far aud an its bel�alf as siirety, nnd us its acl and deed:
Any and nlJ bonds, underlakii�gs, reeog3iizances and oEher surety obligalions, in ihe penal swn no1 exceeding Ninely Million Dollars f20.DD0.00D:00].
TBis aulhoriry does not permit !he saine obligation to 6e split into f�vo or i3iore 6onds ]n order to bring each such boitd �vitUin the dnllar li�nit of �uthority as sel Fortl�
herein.
Tl�e execulion nfsual� bqnds, undertal:ings, recogaizances and alher surety nbligalions in pursuance of t�iese presents shail be as bindiug upon thc said Company as fiiiiy
nnd a�nply to all iiVents and purposes, �s if fl�e saine l�ad been diEly exectited and acknn�vledged hy its regularly electcd otticers at its principal adminislrafive ofiice in
Jersey Cily, New Jersey.
Tl�is Po�ver of Attor��ey is raceculed by �ulhority of resoliEtioizs adopled by ima�aimous consent of tUe Board ofDirectors of the Co�npany on Decembcr 1 I, 2Uz0, true aiid
Accurate cn�ies of���hich ere hereinafter set forlh and are hereby cerlified to by Ihe t��idersigned 5ecretary as being in fi�l1 force and efiect:
"VOTED, '11�at the Cltainn�i� aF clia Qaurd, the Prcideut, ar Ifie Execi�tive Vicc President, or mty Senior Vice Presidei�t, of Ilte Surety Busiitess Division, or tl�eir
appoiuEees designuted in �vriting and filed `��itli Ihe SecreEary, ar the Secrefary shall have A�e power and authorily lo appoint agents and attorneysan-E'oct, and to aulhorize
them subject [o the limitat[ons set fortl3 iii tliair respectiva powers of attontey, (o exeeute a� be}�alf of the Compa�ty, and attach the seal of tEie Com�a�ry tliereto, 6ai�ds,
wtdcr[akiitgs, recognizauces aitd o[Eier surety obligations pbligatory in the i3ature ll�ereof, and any such o�cers of fhe Co�npany i3iay appoi�it agents for ncceptance pf
protess."
Tl�is Po�ver oFAkton�ey is signecf, sealed and certitied by lacsimile under oud by atttEtarity oF Uta Follotviug resoiutia�i adopted by the ui�animous consent of [he Board of
Directors ofthe Company ait Deceu�ber 1 I, 2020:
�'OT�D, Tl�ai the siguature of IEte Chairn�a�i aFthe Hoard, tUe President, or the Esectrtivc Vice President, nr [�ny Senior Vice President, oFthe Sarery Biuiness Division,
or their up�ointees designaEed in �vriting ni�d fiied �vith Ehe Secretary, and the sigEiAture of t13e Secretary, tlle senl of the Co�npany, aud eertificaEions by the Secretary, mny
be nRixed by Fncsin�ile on eny po�tier of allon�ey or bond exec�Eted pursuatit to tha resalutioi3 ado}�ted 6y tiie Bonrd oF Direcfors on December I �, 202D, and anp such
po�ver so executecl, se�led and cerlified �vith respect to nny bond or underlatcing to whiel� it is attacl�ed, shall contintte to be vAlid nnd binding Eipnn the Comp�t�ty. In
TcsHmony� R'hcreof, d�e Comp�ny i�as cnused this instniment to 6e signed and its corpornte seal to be affixed by iheir authorized ofFcers, this 6t1� dn�, of J�nustrs, 2021
Attesied nncl Certified
t�'L , (J� t/ �'
--��
Ftegan A. Shulman, Secratary
STATC QR P�IV�1'SYLVAI\IA SS
COUIV'I'l' qC PI�IGAA�L�'HIA 5S
�ys �s,�
s
, c��+r� �
sFrer
i9n
���SAdt��
�rcl� Insurancc Co� �pnny
����L�
Sfephen C. Ruschak, Executive Vice Presider�t
I, Ylichrle Tripodi, � NoE�ry Public, do hereby certify tEtai Regan A. Shi�Gnan aud StepheEi C, Ruscl�ak personally [t3ia�ri Eo me to be tlie sa3ne persons �vhose iiames
are respectively as Secretary and E�ecutive Vice Presidei�t oP 1lie Aroh Insurance Company, a Corporation arganized a3id existing under tl�e la���s oE the Slate of
Missouri, sijbscribed to the foregoing ins�rument, appeared 6efare rne this day in persou and several[y ackEtowledgecE that tiiey being Eliereunfo d�dy aad�orized signed,
se��lcd �vitt� tLe wrryoratc seal and �iclivered lhc sai� inslnuitci�t as tiie Gee aiid volu�itary act of said corporation and as Eheir u»�z free mid voliEnEaq� acfs for Ihe uses aEid
purposes tlierein sel forth. �
0l+MC��t�t af 9�Ha9YtVAHU1 'x n2
MOTJUIIRt SfAL ` "- _ - �'`/�'� �if-`
Ap(MCI# 1RIPQDI. �ialary Puh{k
C�ry af ►nr�utetp�t+. �hrt►. Ca�nry Micl�ele "Pripodi, Notary Pnblic
� ��� �� �� ��` ��� My commissian e�pires 07/31/2021
CERTIPICATION
l, itcgan A. SHulman , Secretary of fhe Arch insurance Company, do 33ereby certify tlin! the nttnckied Powcr of Attarney� d�ted J�nnnrr b, 2D21 on beli�lf ot Ihe
person(s) as listed above is a tnie aqd correct copy and that Il�e sacne hus been in fidl force nnd effcet since t��e d�te tl�creof t�nd is in full force and effecl on ll�e d�te oP
this certificnie; And I do fiirtl�er cer(ify that liie said StepEien C. Ruscl��k, �ahn executed tl�e Potiver of Attorney es EYeculive Vica President, tvAs on il�e dute o.fexecution
of Ihe Attached Power ofAttnmey 1lie duly elecled Exec�rtive Vice Presidenl of d�e Arch 3nsurai�ce Company.
IN TE57'tNT01�'Y 1VH�R�OT�`, I I�ave 13eretmto subscribed my nnme Qitd aftixed liie corpornle seal of the Arch Insurauce Compnny nn this22nalay af March ,
an�_. �'i � U �"[�`,-`
Regan A. Shulman, Secretary
7'his Pativer of Attorney limits tlie acts ot'tiiose named therein ta the bonds and undertakings specifically i�amed therei« and tliey [iave na �uiliority l0 6incE tlie Company
a�oe�t in Iqe manncr and to q�e extent lierein stated. _,��a�
PLGAS� S�ND ALL CLAI1bI 11�QUIRI�5 RELATIi\G Ti) TTiI5 IiONll TO T13L� f OLLO�YIiVG A�llRGSS:
Arcl� Cnsu��ancc-Suret�� DivEsian
3 PAI'�C4{'ff)�, Sc�itc 1500
rihiladc[pLie, PA 19IU2
7o verify the authenticity aj this Pawer of Attorney, please cantact Arch Insurance Campany at
c7V�aur�
s�,u,
19ri
��3SAv�
Plense refer tv the above named Atiorney1n-Fact pnd the details of the bond fa whrch the power is attarhecf.
AICPOA040120 Printed in U.S,A.
II�I�ORi�4i�i �OTiCE TO A�� i�XAS P��IGYb9����2S
IMF'O�t7ANi NOTfC� AVI�O lMpOR`�AN��
To obtain inforrnafion or make a complaint:
You may call Arch Insurance Group's toli-free
te�epf�or�e number for information or to make a
compla3nt at:
1-8fiS-�l'13-5550
You may also write to Arc� lnsurance Graup at:
�►rc� Insurance Group
�Iari�oPside 3
210 Flud�an Street, Suite 300
Jersey City, �VJ 0�31'#-1'[Oi
You may contack the Texas �epartment of
lnsurance fo obtain informatEon on companies,
coverages, rights or compfaints at:
1-800-2a2-3439
You may wriie the Texas Departrr�ent of
Insurance:
P.O. Box 'f 49091
Austin, TX 78714-9091
Fax: (a12) 49Q-1007
Web: hf#p:llwww.idi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PR�MIUNi OR Ci.A[M D1S�U � ES:
Should you �ave a dispufe concerning your
premium or about a clairn you should contacf
the Arch lnsurance Group first. ff the dispute is
not resal�ed, ynu may contact the Texas
De�artment of Insurance.
AiTACH �'HIS NDTIC� TO YAUR �OLICY:
This notice is for information only and does not
become a part or candition of fhe attached
documeni.
OQ MLpp42 44 04 '[6
Para abtener informacion o para someter una
queja:
listed puede liamar al r�umero de ielefono graiis
de Arch Insurance Group �ara informacion o
para somefer una queja al:
1-86fi�473-,�'i ra0
Usted tambien puede escribir a Arch Insurance
Group:
Arch Insurance Group
Fiarborside 3
�1Q �udson Sfrest, Suite 3A0
Jer�sey City, NJ aT3'11-99p7
Puede corrtunicarse con e1 DepartamenEo de
Seguras de Texas para obtener ir�formacion
acerca de companias, cober#uras, derechos o
quejas al:
1-800-2�2-3439
Pu�de escribir al Departamento de Seguros de
TexaS:
P.O. Box 949091
Austin, TX 78714-9091
Fax: (512) 49�-1007
Web: htt�://www.tcli.#exas.gov
E-mail: ConsumerPro#ection@tdi.fexas,gov
�IS�U i AS SOBR� PRIMAS O��C�.AMOS:
Si tiene una dispu#a concerniente a su prima o a
un reclamo, del�e comunicarse con el Arch
Insurance Group primero. Si no se resuelve la
cEisputa, puede entonces comunicarse con el
deparfamento (TDIj.
lJNA �Si� AVIS� A SU POLI�ZA: �ste aviso es
solo para propasito de informacion y no se
con�ierte e� parte o condicion dei documento
adjunto.
Page 1 of T
oa as a�
VENODR COMPLIANCE i0 STATE LAW
Page 12 of 12
S�CifON 00 �3 3�
VENDOR COMPLIANCE TD S7ATE LAW NON RESIFJENT BiDD�R
Texas Govemmant Code Ghapter 2252 was adapted for the award of corrtracts io nonresident bidders. �his law
provicfes that, in ar�er ta be awarded a cantract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the Sta#e of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than fhe lowest 7exas resident
bicfder by the same amount that a Texas resident biddar wauld be required io underbid s nonresident bidder in
order to ofotain a comparable contract in the State which #he nonresidenf's principai piace of business is located.
7'he appropriate bEanks in Section A must be filfed out by all nonresident bidders in orderfar your bid to meet
specifications. The faElure of nonresictent bidders to da so wiil autornaticaqy disqualify that bidder. Resident
bidders must c�eck the bax in S�ction B.
A. Nonresid�nt bidders in the State ofi [��;�l�e�.ar���l`ik�, our principa( place oF business,
are required to be �°1����i�r�r � percent lower fhan resident bidders by State Law. A capy of the
staiute is attached.
Nonresident bidders in the S#ate of i�I�G���J�r� �r �k$I�lt�, aur principal pface af business,
are not rsquired to underbld r�side�nt bidders.
B. The principal place ofi business of company ar our �arent company or majarity owner is
in the Sfat� of T�xas. �
�I�D�R:
Nnrth T�xas Cantracting, I�c.
4999 Keller Haslet Road
Keller, TX 7Fi244
By: . �arv' ard
r�� f
-'' % (Signature)
ii�e:
Daie: March 25. 2U21
END OF �ECTION
CITY OF FORT WOftTH
STANDAf2D CO�ESTRUCTIONISPECf�ICAiION bOCUMENTS
Form Rev€sed 201i0627
Q04511-1
BIDDERS PR�QUALIFICA'I'IONS
1'age 1 of 3
1 1.1 SECTION 00 �FS 11
2 BIDDERS PREQUALIFICATIONS
3
�4 1. Sum�ary. All contractors are required to be prequali�ed by tl�e City fot- the work types
5 requiring prequalafacatian prior to submitting bids. To be eligible to bid the contractor must
6 subznit Section 00 �FS 12, Prequalification Staternent for the work type(s) listed with their Bid.
7 Any contractar or subcontractor who is not prequalifed for the work type(s) listed must
8 submit Section 00 �}5 13, Bidder Prequaliftcatipn Application in accordance with the
9 requirements belaw.
10
11 The prequalification process will establish a bid limit based on a iechnical evaluation and
12 financial analysis of the contractor. The information must be subzxiitted seven {7} days prior
13 to the date of the opening of bids. For example, a contractor wishing to submit bids on
14 proj ects to be apened on the 7th of April must file the information by the 31 st day of March
15 in oxder to bid on these pro�ects. In order to e�pedite and facilitate the approval of a Bidder's
16 Prequaliiication Appiication, the following must accompany the submission.
17 a. A complete set af audited or reviewed financial statements.
18 {1} Ciassified Balax�ce Sheet
19 {2) Income Statexnez�t
20 (3) Statement of Cash Flows
21 (4) Staterr�ent of Retained Earnings
22 (5) Notes to tizc Financial Statements, if any
23 b. A certi�ed cppy of t�e �irm's organizational docu�ents (Corporate Charter, Articles
24 of Incarporation, Articles of Organization, Certificate of Formation, LLC
25 Regulations, Certificate of Limited Partnership Agreement).
2b c. A compieted Bidder Prequali�'ication Application.
27 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
28 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
29 number visit the Texas Comptroller af Public Accounts online at th�
30 followzng web address wr�w.window.state.tx.us/taxpe�xniil and fill out the
31 applzcation to apply for your Texas tax ID.
32 (2) The firm's e-mail address and fax number.
33 {3) The firm's DUNS number as issued by Dun & Bradstreet. This number
34 is used by the City for required reporting on �'ederal Aid projects. The DiTNS
35 number may be obtained at www.dnb.com.
36 d. Resumes reflecting the consiruciion experience of the principles of thc �� �or firms
37 submitting their initial prequaIification. These resurnes sho��ld include the size and
38 scope of the wark performed.
39 e. Other information as z�eque,sted 3�y tile City.
40
41 2. Prequalification Rcquire�rinents
42 a. Firaa�acial Siatements. �'inancial statement submission �xiust be provided in
43 accordance with the following:
44 (1} The City requires that the original Financial Statement or a certified copy
45 be subrnitted for consideratio�.
CITY OF FOR1' WORTH Commander Rd — Midfield Stage 2
STANllARI7 CONSTRUCTION SPECIFICATION DOCUM�NTS Ciry Praject No, l O16a4
Revised 7uly 1, 2011
00 �45 I 1 - 2
BIDDERS PREQUALIFICATIONS
Page2of3
1 (2) To be satisfactqry, the financial statements must be audited ar reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. C�.�rrent Texas statues also require that
�F accounting firtns perfarming audits or reviews on business entities within
5 the SYate of Texas be properly licensed or registered with the Texas State
b Board of Public Accauntancy.
7 {3) The accoun�ing firm should state in the audit report or review wheiher
8 the contractor is an individual, corparatian, or limited liability company.
9 (4) Financial �taiemenis xnust be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
1 I (5) The City will nat recognize any certified public accountant as
12 independe�t who is not, in facf, independent.
13 (b) "I'he accountant's opinion on the fnancial siatemen�s o�the contracting
I4 company s�ould 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 ihe accounting firm's opinion.
17 It should: (1) express an unqualified opinion, ar(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 statexx�ent must be prepared as of the last day of any znonth,
21 not morre than one year old and must be on fiie with the City 16 months
22 ihereafter, in accordance with Faragraph 1.
23 (9) The City will determine a contractar's bidding capacity �or the purposes
2A of awarding contracts. Bidding capacity is detennined by multiplying the
25 positive net working capital (worlcing capital= current assets — curre�t
� 26 liabilities} by a factor of I0. Only those statements reflecting a positive
27 net worlcing capital position will be considered saYisfactory for
28 prequalification p�urposes.
29 (10} In the case t�at a bidding date falls within the time a new iinancial
3D staten�ent is being prepared, the previous statement shall be updated wi�
31 proper veriiication.
32 b. Bidder Prequalifrcation Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed iinancial staternents by fir�ns wishing to be
3�4 eligible ta bid on all classes of constr�tc�ion and maintenance prajects. Incomplete
35 Applications vvill be rejected.
36 {1} In those schedules where there is nothing �o repart, the notation of
37 "None" or "N/A" shouId be inserted.
38 (2) A minimum of five (S) re�erences of related work must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
40 ihe cont�rol of the Contractar and which is related to the type of work for
41 wk�zch the Contactor is seeking prequaliiication. The schedule must
42 include the manufacturer, model and general comman descz�ption pf
43 each piece of equipment. Abbreviations or fneaa�s of describing
�� equipment other than provided above will noi be accepted.
45
46 3. Eligibi[ity to Bid
47 a. The City shall be the sole judge as Co a co�ntractor's prequali�cation.
48 b. The City inay reject, suspend, or xnodify any prequali�catian far failure by tl�e
49 confractor to demonstrate acceptable �nancial ability or performance.
50 c. The City will issue a letter as to t�e status of the prequalification approval.
CITY OF FOR'1' WORTH Commander Rd — Midfielci Stage 2
STtLNllAR17 CdNSTRUCTION SP�CIFICATION DOCUMENTS City Prajcct No. ] 01644
Revised 7uly 1, 20I 1
004511-3
BIDD�ItS PREQUALIFICAT10N5
Pagc 3 of 3
1 d. If a contractor has a valid prequalification letier, the contractor will be eligible to bid
2 the prequalified work types until the expiration daie stated in the letter.
3
4
7
8 END OF SECTION
C3TY OF FOK1' WOR'�'�T Cammander Rd — Midfield Slage 2
STANDARD CONSTRUCTION Sl'ECIFICATION DOGUMENTS City Praject No. 101 G44
Reviscd July 1, 20ll
00 45 i2 - 1
PREQLTALTFICATIOAi STATSMENT
Page 1 of 1
1 SECTION 00 9S l.�
2 PREQUALIFICATION STATEMENT
3 Each Bidder for a City procui•etnent is rec�ui�•ed to complete the information below by
4 iaen�ifying the prequalified contractors and/or subconhactors whom they intend to uiilize for the
5 major work type(sj listed.
6
Major Work Prequalification
Conh•actor/�ubeontractor Company Name
Typ� Expiration Date
Site Utilitie„ l�lort�� T�has Cor,tractin , inc.. A�z�13D, 2U21
7
8 The undersigned here�by certifies that the conttactors and/or subcontt-actors described in
9 the taU�e above are currently prequalified for tlxe work rypes listed.
10
11 BIDDER:
12
i3
14
15
I6
17
18
19
20
21
22
23
24
25
�orth Tea�as Contractin�, Lic. By: .Iarvis'�Vard
C.ompany _ _� `��e �rint)
4999 Keli�-� Has1e,. Road S��ture: '�'
Addr�ss
s
Keller I'X. �'62� Title: —C�`iief Estimatar _ � _ � __ ,
City/State/Zip (Please Print)
�
Date: March 26, 2{12l _ _
END OF SECTION
I
CITY �F FORT WORTH Com�nander Rd—Midfield Stage 2
STANDARD CONSTRUCTION SP�Cik'ICATIpN DOCi711riENTS City Project No. 101644
Revised inly 1, 2D1 I
QD 4S 2G - I
CONT1tACTOR COMPLIANCE WiTH WORKER'S GDMPENSATION GAW
Page 1 af 1
1
2
s��-rio�v aa �s z6
CONTRACTOR COMPLIANCE WITH WQRKER'S CDMPENSATlON LAW
3 Pursuant to Texas Labor Code Sectian 405.096�a), as amendecl, Contractor certifies that it
4 pra�ides worker's compensation insurance co�erage far �II of its em�loyees employed on City
S Pl�oject I�o. 101644, Contracfior further certifies that, pur5uant to Texas i.abor Code, Section
6 406.096(6j, as amended, it will provide to City its subcontractor's certificat�s af compliance with
7 worker's compensatian coverage.
8
9 CON7Re4CT��i:
10
11
12
13
14
15
16
17
i8
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
35
37
38
North Texas Contracting, Ina. By: 7.,ach Fugilier
Carrtpany {Please Print)
r' �_ .- 4 "'�
�
4999Itelfer Hasl�t Road 5ignature: ,� " �"
Address
Kelier. TX 76244 Title: Vice ,Pre�sident
City/State/Zip {Please Prfnt}
TH� STATE QF TEXAS
Cpt1�iTY OF �ARRANT
§
§
BEFORE ME, the undersignec! authority, on this day persanally a}�peared
?ach Fusitier , known to rne to be the person whose name is
sui�scribed to the f�regoing instrument, and acicno�ledged ta me that he/she executed the
same as the act and deed af __ (��_ f���J for the purposes and
consideration therein expressed and in the capacity therein stated.
GNEN UNDER MY WAND AND SEAL OF OF�ICE this 25th day of
March - - —� 20�1.
``���11iII1f1��� � . --• . '.
�-A �/
•`°•1�s � y � � �' ��°f
?Q'; �o'��` u8�%;••,p�Q � I�o# y P ��c in and for the State of Texas
.
=�: ; yk� ,�"
� �izomqT ��Q�;:' � � �fVD O� SEC'�I(�N
. '�' 9 � oF � $o�'.• \co ��
�� � 1 ••;'9i: p .2b ..• � `� ,
������M FXP. '+�����`, -
���+ (111���
CITY OP FOR'I' WOR'f�
STANDARD CQI+TSTRUCTIOM SPECIFICATION DOCT]MENTS
Revised 3uty I, 2011
Commander Rd -- Midfield 5tage 2
City Projeet No. 101644
oaas4o-�
Minority Business Enterprise Speci�catipns
Page 1 of 2
SECTION 00 45 40
2 TEi�IPORARY ItEV15ION 41612D�0 �['nv�D��9}
3 Minority Business Enterprise Speci�cations
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is
6 applicable.
S
9 POLICY STATEMENT
10 It is the policy o� the City of Fort Worth to ensure the full az�d equitable participation by Minority
11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and
12 regulatians stated in the City's current Business Divez�sity Enterprise Ordinance apply to tlus bid.
13
14
15
Ib
17
18
19
20
Z1
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
MBE PROJECT GOALS
The Ciiy's MBE goal on ihis project is IS% af the total bid vaIue of the
contract (Base bid applies to Parks and CommunYry Services).
Note: If both MSE and SBE snbcontracting goals are establishcd for this �nroject, then an Oiferor
must submit both a MBE Utilization Form and a SB� UtilizaEio� k'orm to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $50,000 or more where a MBE subeontracting goal is applied, Offerors are reqizired 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 Yhrough MBE subcontracting panc�ipation, or
Z. Meet or exceed the above stafed MBE goal through MBE Joint Venture participation, or
3. Good Faith �ffort documentation, or; "
4. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the assi�ned City of I'art Warkh Proj ect Manager or
Department Designee, within the foilowing times allocated, in order for the entire bid to be considered
z-esponsive to the specifications. The Offeror shall EMAYL the MBE docu�entation to the assigned City
of �'ort Worth Project Manager or Depart�raent Designee. A faxed copy will nat be acceAted.
�. Subeontractor Utilization Form, if received no later than 2:00 p.m., on tk�e second City business
goal is mei or exceeded: day after the bid opening date, excl�sive of the bid opening
date.
2. Goad Faiti► Effort and received x�o �ater than 2:00 p.m., on the second City business
Subcontractor Utilizatian Foran, if day afier the bid opening date, exclusive of the bid opening
artiei ation is less than stated oal: date.
3. Good Faith Effort and received no later than 2:00 p.zn., on the second City business
Subcontractor Utilization Torm, if no day after the bid opening date, exclusive of the bid apening
MBE ariici ation: date.
4. Prime Contractor Waiver Forna, received no later than 2:00 p.m., on the second City business
if you vvill perform all day after fhe bid opening date, exclusive of tk�e bid ppening
contractin /su lier work: datc.
CITY OP PORT W ORTH Commander Rd — MidSeld Stage 2
STANDARI] CONS'fRUCTION SPECIFiCAT10N L�OCUIvI�NTS
Terr�porarily IZevised Apri16, 2020 due to COVIDI9 �mergency City Project No. 101644
UD4540-2
Minotity Busiaess Ettterprise Speci�cations
Page 2 of 2
1
S. Joint Venture Fornn�, if goal is met received no �ater than 2:00 p.m., on the secon.d City business
or exceeded. day after the bid opening date, exclusive of the bid opening
date.
� I FAILURE TO COMPLY WXTH THE CITY'S BUSXNESS DIVERSITY �NTERPRISE ORDINANCE
3 W[LL RESUL'I' IN THE BID BEING CONSIDERED NON-RESONSIVE TO S��CIFICATIONS.
4 FAIL,URE TO SUBMIT THE REQUIRED MBE DOCUMENTATION W1LL RESULT IN TH� BID
SEING CONSZDERED NON-RE5PONSIVE. A SECOND �'AILURE WiLL RESULT IN THE OTFEROR
5 13EING DISQUALIFIED FOR A PERIOD O�' ONE YEAR. THREE FAILURES IN A FIVE YEAA
PER10D WILL RESULT IN A DISQUAf,IFICAITON PERIOD OF THR�� YEARS.
6
7 Any Questions, Please Contact The BDE Office at (817) 39��2674.
g END OF SECTION
IO
11
CITX OF FORT WORTH Commander Rd — Midfield Stage 2
STAi+IDA1LD CONSTRUCTIOIV Sf'LECIFICATION llOCUMEN`TS
Temporarily Revised t1pri16, 2020 duc to COVTT}19 Emergency Ciry Project I�So. t01644
���� ���.���
._�....�,��
�it� �f ���t �r'�I'��th
INiinori�yl�r°�lom�n �3u�ine�� ��terp�i�� ��+�ei�i��tions
����I�P►L I�t�TFtU�TI��� �O� 0����C�F��
A��LIC�1'�IOPI t3� ��LI�Y
If the total rlallar balue af the contract is $r0,400A1 vr mnPe, the� a MlUEf�@ subcnn#ra�ting oal is applica�le.
�A�ICY �i�►��flVJ��d"P
it is fhe palicy nf the City of Fort Worth to ensure the fufl and equitable �articipation by MinnritylWomen 8usiness
Enterprises (M1WBE) in the prncurement of all goods and ser+rices. All requirements and reguiatians stated in #he Cily's
current B�siness Diversity �nterprise Qrdlnanae applies tp this bid.
l nE �:iry's i�liwfE�� saal on this pro�ect �s
G�I�PL.I�f�GE 7q �!� �PE�N�t��,i [�N�
On Clty contracts $50,000.0'! or more where a M1WBE subcontracting goal is applied, Offerors are required to cornply
with #he inkent of the Ciiy's Business l]iversi�y Entetprise �rdinance by ane of the fallowing:
'�. k�ilae# or exceed the aba�e stated �IM1�� goa! Ehrough 14AfWB� s�bca�ntracting participation, ar
2. MeeE or exceed the above stated MN1CB� goaf thraug� �I111VV��� Joint VenEur� participation, aF;
3. Caod �aith �ffart documenfatian, or;
4. Pr�me 1�klaider dacumentatian.
SUBitfll'�?Ai A� OF �tEC�UII��� DA6lJ�C�IiA,TI�]�d
- - - ---- --
The applicabie docurrttents r�ust be received by 4he Purahasing pivisinn, within the following times allocated, in order
far #he entire bid tn he cnnsidered responsive to the specifca#ions. �The Offeror shall deliver the MiV1I8E dacumen#ation
in Qe�sor. to zk�:� a�nropriate PmPlo�� �� }he �urchasi:.a di�,Esio:n an� o�+*�air� a date/t�me receipt. Such receipk shail be
evidence �nai inP i:iry reoe�ved ine ciocumen�aiion m zi�e iime ai�ocatera. a'e �axed andlo� ernaiied copy wilt n� be
. .. .. . - -
;accepted..
1. �u�conteactor U#ilia.ation FoPm, if goal is received no �ater t�an Z:UQ p.m., on the second City business day
met or exceeded: after the bid opening date, exclusi�e of the bid a enin da#e.
2. Good �aith Effart and Subcontractor recelved na laker fhan 2:Q{1 p.m., an the second Ciiy 6usiness cfay
Utll�zatfon �orm, ii participatio�t is less than aft�r the hid opening date, exal�asive of the bid ape�ing date.
stated goal:
3. P�ood �aith �fiFart and Suhcantraator reeeived na fater #han 2:OQ p.m., pn the second City business day
Utiliaatian �nrm, if na MIWBE artici a#ian: after the bid a ening date, exclusive a# ihe bid opaning date.
4. �rtme Contrac#oY Wai�er �oP�n, i# ynt� wifl received no later than 2:00 p.m., on the secand City busir�ess day
perfarm all subeon#ractinglsu tier r�vork: after the b9d openin, date, sxclusive of the bid opening date.
5. Joint Ven#ure �orm, if goal is met or received no I�ter thar� 2:00 p.m., on t�e second Ciiy business day
exceeded: after the bid oraenin dafe, exclusive vf the bid openin date.
FA1�,EJit� T� C�ARIP�Y WIT� THE CIT'Y'S BUSIM�SS DIV�RSI'iY EN7�RPRIS� OFtD[NANC�, WILL R�SUi.i I�!
T�� IBl� ��IPlCa CO�V�II��It�� PlAld-RI�S�UNSIV� TO SP��I�ICAilO�dS.
�'�►lLUR� TU SUB�VIIT' TFEE REQUI�Eii RIl�@ �O�UM��ITA�I��! �9EItLL R�SL1Li IN i'L�� �I� �F1�E� CC�iVa�l�]��i�Q
NON-���PONSIV�. �, SECOND Fa41LUR� 1AlILL R�SULi Ih! 7HI� O�'F�ROR �EiNt3 DIB��IA�.E�l�� I�OR A
P��tIOD OF ON� Y�AV�, iNV��� FAILlfR�S !N oo► FIlI'i� YE�4R P�KIOD WIL�.. V�i�Sll�.� II� A DISL�UALI�'IGa171f31�
P�lZ1Q� O�' T�IR�k Y�d�FtS.
�,ny quesfions, please aantact the 8ffice vf �t�siness Diversity �t (�17j 39�!-�67a.
���� ������� �����
15 ¢ia a��r� : base bio vafue of tr�e c4r�trac-
OfFice af Business k�i�ersity
Email: mwbeoffice@fortwarthtexas.go�
Phane: (897) 392-2874 Re�v. 5115/19
ATTACHMENT 1A
Page 1 of 4
�'oRT �a�Tx
-���,�- �i#y �f r�o�'t �V�r�h
i�i�o�it�lirilar��� �u�in��� �nterp�i��
�i��� �ub��r��r��t�rs{�� li�rs Utili��#i�n �e�m
Norih T�xas Contracti�g, inc.
(;�mmar�der Rd - Midfield Stag� 2
"15 °Io
15 �fo
!'.:.�ufi�v= 9
_ �
March 25, 2021
_" ��o.
� o � �a.�.
CerfificatEon
�,r,�i_nnnn,rC _.
Idlenti� �II �u�►��n�r��t��-�I���a�li�r�� y�u will us� �� th�� p������
_ __ _
I V�ailure #a camplet�; this form, in its �ntlrety with r�questet! dacumentation, and rec�ived by the Purchasing
IDivision no later than 2:OD p.m. on the secand City bus9ness day after bid apening, excltasi�e of bid apening date,
'iwill r�:s�lt in the hid being �onsiderec! non-�espor�sive to bid spec�fcativns.
The undersigned Offeror agre�s to enter ir�to a formal agreement wi�h ihe M1WB� firm(sj i�sted in this utilization
,schedufe, conditianed upon execution of a contract with the City af Fort Workh, The �ntentional andlor kr�owing
'misrepr�;sentation afi facts is ground,s for consideration of disqualifcation and will result in the bid �eing
'considered nan-res�ansive to bici specifications. �
�lif8ill��s listec{ tov►rard mee�ing 4he �reJeci goa! must be l�cated in the six {Sj ��unty mgrkeipla:cr: a� ihe t�me
of bid ar 4he business has a�ign�f�cant �usir�ess €'eesence in the I�i�rket�rlace. Market�lace is the geagraphic
ar�a af ;1`a�rant, ��Ifas* l�en�on, ��hnson, �arker, and ll�lise ��un�ies.
--
Prime contractors must identify by tier level af a!f subcor�tractnr5lsuppiiers. Tier: means ths level of
s�bcar�tracting below th� prime c�ntractorlcansult�nt i.e. a direct payment ftom the prime contractor ta a
s�sbco�tracfor is considerec� 15t tisr, a payment by a subcontractor tv its supplier is cnnsidered 2nd tier. The prirr�e
contractor is responsible to prouide proaf of p2�yment of a!1 tiere� sut�cantractors �dentified as a MIWBE �nd
countinc� t�ose dollars tovuards meetfr�g the contract comrr�itted goal.
—
ALL �ileN��s �IU�i �� ��Ri��l�� B���Ft� ��C�TR�:�� �kl�lAFt�.
Ce�tiflcaiian m�ans those Frms, located within the Market�lace, that hava been determir�ed to �e a bona�'ide minority
business e�terp�ise by the North Centraf Texas Regiana! Certification Agency {NGTRCA), �allaslFort 11Vart�
�linarity Supplier Deveiopmer�t Cauncil (DIFW MS�C) and Wamen's Business Council-Southwest (WBCSj.
!fi hauling set�eri�es are u�ili�ed, the O�Ferar v►rill be giuen credit as lang as the MNIlB� listed awns and
aperates at least ane fully licensed and operatior��[ tr'uc�C to be used on the contract_ The MiW�E may lease
tr�aelcs fram anot�er MIWBE firm, including M/WBE owner-vpera�ed, and receive f�ll MIWB� credit. Th�
M1WBE rrtay l�ase trucks from nart-�Ii1�11/BEs, inclurling owner-operated, bu# will onfy receive credit far the
fees and comr�'fissions earned by f�e M1VIi�E as outlined.in the lease aqreement. _ _
Rev. 5/15118
FU�'T�[}RTH ATTACHMEN7 1A
Page2of4
��
Offarors are required ta idenlify A� subcontractorsls�ppliers, regardless of status; i.e.. IUf�narlCy, UVurt►�� ��d na�fi+tlVw���� MIWBE
firms are ko be listed first, use addiiianal sheeis if necessary. Pfease note that only aertifiad MI�NBEs wil! be counted to r�eet an MIW�E
goa1. �
_ __
_ .. _-_ i�
�UBCONiL�AC i OFtISIlF+PLIE� °
Conn�any Name � M Vv � Aetail [letail
Address i B B � S�ebcantra�ting Supplies �loklar Amount
ielephonef�ax e � � Wark Rurchased
�tnail r B
Con#act Per�on �
LB T#�ANSPORTATION 1
P.O. 80X 1 D16
KELLER,TX 76244
ROB�RT BRAD�EY L� �
PH: 81 i-454-1590
BR�NDR PRiC� TRUCKING �
i52 W. MAIN STR�ET
���, -rx �so2o
81�ENDA PRECE
PH: A17-444-�$36
b�at817@aal.corn
INDU87RY JUNCT14N 1
3a27 W. KWGSLEY, SUITE 6
&7
GARLRND, TX 75041
ROGELIO CA�ELLO
i'F{: 972-926-3526
cn niact[@i n d u stry-j u nct i a n.co m
GR�ENSCAPING 1
2401 F�ANDLEY EC3ERVILLE RD.
FC�RT WORiN, TX 7811 S
5TACY GE�GENMiLLER
PH: 81 i-577-9299
�ge�genmiller a�i greenscaping.ca
m
MCMAHON G4lVTRAC7ING, LP '�
3019 ROY dRR BLVC�
GRAND PRAIRIE, TX 7505Ci
�I�IC iERRY
PH: 972-263-6907
eterry@mcmahoncontracting.co
m
1
HPNiK C�NSTRtJC71QN, LLC
szoa T�Nt��sal� PK�+v, su1T�
]3�
PLANO,7X 75204
WADE BLAKE
P�[: 214-239-4722
wbf ake@ rpmxconstructicrn.com
�I
�
�
I�I
��
�❑-
�
I�
��
I
HAUL-�FF
TRUC�CINCa
SERVICES
L�#NaSGAPINC,
�R0510N &
GATES
C(alVCRE�'E
F'AVING
��MOLITl4N
& EARTHWOR
�
PIPE $7� ,427.00
�MB�DMENT
NfATE�I�L
SUPPLlEF�
$49,500A0
Pl�� MATERi�4� $296,v2�,90
&
ACG�SS�RIES
$9 i1,875.0�
$�68,5�'J7.� 9
$191,315.25
Rev. 5115119
FQRT��OR��.
ATfACHMEN7 7A
� Page 3 of 4
Offerors are required to identify ALI. subcontractorslsuppliers, regardless of status; i.e., a1+IlnarFky, VV�mr�n and �Cx�-M+W[3��. MlVII�� firrr►s
are to be listed firs#, use additionat sheets if necessary. Piease note ihat only certifred MIWBEs wiil be counted to m�et an RAIW�� goal.
— N --- _.._. _.
SEi�C�NT�iACTQRlSUP�LI�12 °
Com�any Name °� �y W " 13etaiE Detail
Address t � � SubcontracEing Supplies
TelephonelFax � E E � 1�§lo�k Purchased �allar Amaunt
�mail � �
Cantact P�rson �
_ . __
iATHAM F�NCE � F�NCE __ $�fi,455A0
7os ��aT ��iv� �NSTALL
ARLfNGTON, TX 76012
JQHN LRTHAM � �
PH: 817-943-772$
lathamfe nce�yahoo.corri
KIRFCYOUNGELECTRIC � �LECTFiIGAL $274,��D.DO
i2U1 CL1FF SWALLOW CT
GRANBURY, TX 76048
KIRK YOUNG � ❑ �
PH: Si7-996-882�
kirk.you ngelectric@yahno, cnm
1
� ❑
1 �
� � �
❑ ❑
❑ �
Rev. 5175/19
�d��
A77AC�IMEN'i 7A
Page 4 aF 4
Tatal Dolla� Arnount af �i11VV9l�� SubcartfractorslSuppliers ��3�'S�� ���
_ _ __
Total Dol[ar Amaunf of �I�r�a�r'J111h�BE SubcontraetorslSuppliers ����'a��'��
iDTd�►�. �����iR AMt)UNY �� �►L� �L1B���+1TMu4�;T�14�1��J���l�i� � � ,46�a,827.34
T�e Offeror will nat mak� additions, dstetions, ar substifu#ions to fhis ce�tified list without #he prior appro�al a# t
Office of Business Riv�rsity through the submittal af a�eques� �'o� Appr���r! �� �hang�/Additf+
t"��rrn. Any unjusfii#ied change ar delstiar� shall be a mat�riat br�ach �f contract and may result in debarment
accord with the pracedures outlir�ed in the ordinance. ih� Offerar shall submit a detailed explanation
how the requested cha�geladdition ar detetion will affect th� comrn�tt�d MMIBE goat. If the cfetail exptana#ion
not submitted, it wili affect the �na! compliance determination.
By aff�xing a signature io this form, the Offeror further agrees ta provide, directly #o tFre City up�n reguest,�
camplete and accu�ate information regarcling actual work �er€ormed by all su�contractars, including !llIN1iBE�s}
and any special arrangerr��nts with MIWBEs. The Offeror also agrees to aliaw a� audit and/or examination af
any boaks, records and fiies held by their company. Th� DfferQr agre�s ta aHow th� transmissian of interviews
wit� owners, principals, afficers, empfnyees and applicable subcontractorslsuppliers participating on the con#rac#
t�at �nrill su�stantiate t�e a�tual wor�C performed by the M1VI�B�{s) on this corttrac#, by an aut�rotizec� officer or
emgloyee of the City. Any intentianal andlor knflwing misrepresenta�ian of facts will be grau�ds for terminatir�g
the contract or debarrnent from City work for a period af not less than three (3) ye�rs anc! for iniiiating �ction
under Federal, State or L�cal laws conceming false statements. Any failure to comply with this ordir€ance
creates a material breach af the contract an�€ may r�s�lt in a determination af an irresponsible Qfferor and
debarment from pa�ticipat�ng in City wark for a period of tirne not fess than one (1) year.
�uthorized Signtature � �
�C"� r<:' F�},�"
Yit e
�V�F�T� i"�XA� G{JI����CTIf�C, Ii�C.
Company Narrse — - --
�s�� i������ �ir����� ����
Address ���
��L���, �� %6���
CityfStatelZip
..�1�.. r ��Si/. � � `
Printad Signa4urs
J�4RVl5 VIf�RD / CI�I�F ESTIIUi� i�R
Gontact NamefTiile (if different) ��
�17-430-950�
Teiephone andlor Fax
�/"k� V ���11l������.���
�—maii,�ddress �
�t�[`��/�i 2�� G�`��
��t� �� -
Offir,e af Business Qiversity
Email: mw6eoffce@fortworlhtexas.gav
Phone: (817j 392-2674
Rev. 5115119
00 �}5 41 - 1
SMALL ]3USINGSS ENTERPRTSE GOAL
Page 1 of Z
1 SECTION 00 45 4�.
Z 'fEMPORAR� REVISION 416/�0�0 fCOVID-19)
3 SMA�.L BUSJ.NESS ENTERPRISE GOAL
�t APPLICATION Or POLICY
5 If the total dollar value af the coniract is $SQ,000 or more, then a SBE subcontracting goai is
6 applicahle.
8
10
I1
12
13
14
IS
16
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
POLICY STATEMENT
It is the policy of the City of Fort Wort� to ensure the full and equitabl� participaiion by Small
Business Enterprises (SBE} in the pracurement of all goods ax�d serviees. All requirements and
regulations stated in the City`s current Business Diversity Enterprise Ordinance apply to this bid.
SSE PROJECT GOAL
T'he City's SBE goal on this project is 0% of the base bid (Base bid
applies to Parks and Community Services).
Note: If bofh MBE and SBE subcontracting goals are establis�ed for this project, then an
Offerox mast submit both a MBE Utilization For�n and a SSE Utilization Form to be deemr►ed
responsive.
COMPLIANC� TO S�D SPECIFICATIONS
On City contracts $50,000 or more where a SBE 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 SSE goal thxough SBE subcontratting partici�atian, oz
2. Meet ar exceed the abave stated SBE goal through SBE Joini Venfnre parficipatian, or
3. Good Faith Effort documentation, or;
4. Prime Waiver documentation.
31 SUBMITTAL OF RE UlRCD DOCUMENTATION
32 The applicable documents �nust be received by the assigned City of Fart Worth Project Manager ar
33 Departrnent Designee, within the following tin�es allocated, in order for the entire bid to be considered
34 responsive io the specificatia�s. The Offeror slaall EMAIL the MBE documentation to the assigned City
35 o�F'ort Worth Project Manager or Departmeni Designee. A faxed coqV will not be accepted. ,
36
l. Subconiractar Utilization Form, �f received no later than 2:00 p.in., on the second City business
goal is met or exceeded: day afier the bid apening date, exclusive of the bid opening
dat�.
2. Good Faith Effort and received no later than 2:00 p.zx�., on the second City business
Subeontracto�' IItilization �'orm, if day after the bid opening date, exclusive of the bid opening
artici ation is less thari stated oal: date.
3. Good Taith Effort and received no later �ax� 2:00 p.m., on Yhe second City business
Subcontractar Ut�lization Fvrm, if no day after the bid opening date, exclusive of the bid opensng
MBE artici ation: date.
4. Prime Contraetor Waiver T+'orm, received no later t�an 2:Q0 p.m., on the second City business
if you will perFor�n all day after the bid opening date, exclusive of the bid opening
contractin su lier wor�: date.
CITY O�' FORT WORTH Coinmandee Rd — Midfield 5tage 2
STAi*IDARD CONSTRUCTION SPECII'ICA'fION DOCUMENTS Project No. 101644
Temporarily ILevised Apri16, 2D20 due to COVIDI9 Emergency
004541-2
S1ViALL BU3IN�SS �NTERl'RIS� GbAf,
Page 2 of 2
�
5. Join� Venture Form, if goal is met received no later than 2:00 p.m., an the second City busi�ess
or exceeded. day after ihe bid opening date, exclusive of the bid opening
date.
2
3 �'AILURE TO COMPLY W�TH THE CITY'S SUSIN�SS DIVERSITY�NTERPRISE
4 ORDINANCE WILL RESULT IN THE BID SEINC CONSIDERED NON-RESPONSIVE TO
5 S�ECIrICATIONS.
6
7
8
9
10
11
�2
13
12
13
FAILURE TO SUSMIT THE REQU�RED MSE DOCUMENTATION WILL RCSULT IN
THE BID SEING CONSID�RED NON-RESPONSIVE. A SECOND FA�LURE WILL
RESULT �N THE OFFEROR BEYNG DISQUALIFIED FOR A PER.�OD OT ONE YEAR.
THREE �'AILURES IN A Fl VE YEAR PERIOD WYLL RESULT IN A
DISQUALIFICATION PERYOD O�' THREE YEARS.
Any questions, please contact the BDE Office ai {817) 392-�674
END OF SECT�ON
Cl'TY OT' FORT WORTH Cocnmandcr Rd — Midfield Stage 2
STANDAKD CONS'1'RUCTIQN Sf'ECIPICAT1dN DOCUIViENTS Project No. 101649
Temporarily Revised Apri16, 2024 due to COV @ 19 Smergency
OD5243- l
Agreement
Page 1 of 8
SECTION 04 52 43
AGREEMENT
THIS AGREEMENT, authorized on J u n 7, 2021 �s inade by and between the Ciiy of Fart
Worth, a Texas home rule municipality, acting by and through its duly authorized City
Manager, ("Ciiy"), and Narth Texas Contractin�,_ Tnc., a corporation authorized to do business in
Texas, acting hy and through its duly authorized r�presentativ� ("Contractor"}.
City and Cantractor, in consideration of the nnutual covenants hereinafter set forth, agree as
follQws:
Article 1. WORK
Contractor shall complete al1 Work as specified or indicated in the Contract Documents for the
Prq3ect identi�ed herein.
Article 2. PROJECT
The project for which the Work under tk�e Contract Documents rr►ay be the whole or only a pazfi is
generaliy described as follows:
Commander Rd — Mid�eld Sta e 2
f01644
Artic[e 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accardance with the Coniraci
Documents aza amount, in current funds, of Three MilliQn Six Hundred Ni. •ne� Nine
Thousand 5ix Hundred Foirt�Five Dollars ($�3,699 645.00
Art'rcle 4. CONTRACT TIME
4.1 Final Acceptance.
The Work wi11 be complete for Fina1 Acceptance within 210 calendar days (Base Bid +
Additive Alternate 1) after ihe date when the Contract Tiine cornmences to run, as provided
in Paragraph 2.03 of the General Conditions, plus any extension thereof alIowed in
accordance with Article 12 of the General Conditions.
Substantial completion for this project includes the following items:
1. Prelaminary Punchlist walk-through with the airport/eragineer performed,�
After substaniial completion is reached, the contractor shall have ara additional 30
Calendar days to achieve 1 DO% fanal Acceptance. �'inal Acceptance for this project
shall include:
1. Punchlist items compleied and approved by the �irport/Engiraeer
2. Site clean-up
CiTY OF FORT WbR7H Commander Rd — Mid�eld Stage �
STANQARD CONSTRUCT�ON SPECiFICATION DOCUMENTS City Project No. 1016AA
Revised 09/06/2039
00 52 43 - 2
Agreement
Paga 2 of 8
4.2 Liquidated Damages
Contractor recognizes that time is of dhe essence for completion of Milestones, if any, and
to acIaieve Fina1 Acceptance of the Work and City will suffer financial loss if the Work is
noi completed rvithin the #ime(s) specified in Paragraph 4.l abave. The Contractor also
recognizes the deiays, expense and difficulties involved in provir�g in a legal proceeding,
the actual loss suffered by the City if the Work is not completed on time. Accordingly,
instead of requiring any such proofi, Contractar agt'ees that as Iiquidated damages far deiay
(but not as a penalty), Contractor shall pay City One Thousand Do�lars ($1000.00) for
each day that expires after the time specified in Paragaph 4.1 for Final Acceptax�ce until
the City issues the Final L�tter ofAcceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A. The Contract Documents which comprise the entire agreement between Ciiy and
Co�atzactor cqncerning the Work consist of #he following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compiiance to State Law Non-ResidentBidder
3) Prequalification Statement
4} State and Federal documents (project specifac)
b. Current Prevailing Wage Rate Tab1e
c. Insurance ACORD Form(s)
d. Fayment Bond
e. Performance Bond
f. Maintenance Bond
g. Power o�Attorney for the Bonds
�a. Warker's Compensation Affidavit
i. MB� andlor SBE Utilization F�rm
3. Genera� Conditions.
4. Supplementary Conditions.
5. Specifications specifically xnade a par't ofthe Contract Documents by attachment or,
if nof attached, as incorporaied by reference and described in the Table of Cantents
of the Proj ect's Contzact Dacuments.
6. Drawings.
7. Addenda.
8. Documentation sub�x�itted by Contractor prior to Notice afAward.
9 The following which may be delivered or issued aftar the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
CITY OF FORT WORTH Commander Rd — Midfield Stage 2
STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS City Project No. 101644
Revised 09/a6/2019
005243-3
Agreement
Page 3 of 8
d. Letter of Final Acceptance.
Art'rcle 6. INDEMNIFICATION
6.1 Contractor covenanYs and agrees to indemnify, ha[d harrnless 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 rvork and services to be perforrned
by thc contractor, its of�cers, agents, employees, subcontractors, [ieenses or invitees
under fhis contract. Thic indemnification nrovision ic �ecificallv infended to o era
and be effective even if it is al�e�ed or nroven thai ail or some of the dama�es �eing
�uht were cau�ed. in whole or in �art. hv anv ct. nmis�ion or n�li��nce of t e citv.
This indemnity provision is intended to include, withou� limifa#ion, indemnity for cost,s,
expenses and legal fees incurred by the city in defending against such claims and causes
uf actions.
6.2 Contractor covenants and agrees ta indemniiy and hold harmless, at its own expense,
the city, its officers, servants and employees, �rom and against any and alI loss, damage
or destruction of property of the city, arising ont of, or alleged to arise out of, the work
and services to be performed by the contractor, its of�cers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnif�cation nrovision
is snecificallv intender� tn nnerate and he effective even if it is alleged or nrnven thatall
or snme nf the damagP� hPino an�r�ht wPrp caircer�. in whole or in nart. hv anv act.
���ccinn nr ne�li�ence of the titv.
Article 7. MYSCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the Gez�eral Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all o�' the Cox�tract Docutnents may not be assigned by the
Contractor rx�ithout the advanced express wz��tien consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and iegal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in �he Contract Documents.
7.4 Severability.
Any provisian or part of the Cantract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdictiar� sha11 be deemed stricken, and all
remaining provisions shall continue to be va�id and binding upon CTTY and CONTRACTOR.
G7Y OF FORT WORTM Commander Rd —Midfield Stage 2
STANdARR CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1016AA
Revised 09/D6/207.9
00 52 �43 - 4
Agreement
Page 4 oF S
7.5 Governing Law and Venue.
This Agreement, including aI1 of the Contract Docume�ats is performable in the State of
Texas. Venue sha11 be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shaI� attach evidence of autk�ority to sign Agreemer�t if signed by someone other
than the duly autharized signatory of the Contractor.
7.7 1'rohibitio� On Cantracts With Companies Boycotting Israel.
Contractor acknowledges thai in accordazzce with Chapfer 2271 of the Texas Government
Code, the City is prohibited frorr� entering inta a contract with a company for goods or
services unless the cont�ract contains a written veriiication from the company that it: (1)
does not boycott Israel; and {2) will not boycott Israel during the ter� of the contract.
The ierms "boycott Israel" and "company" shall ha�e the ineanings ascribed to those terms
in Section 808Ad1 of the `I'exas Govern�nent Code. By signing this contract, Contractor
certtfies that Contractor's signature pr�ovides tiuritten verifieation to the City that
Contractor: (I) does not boyeatt Israel; anrl (2J will not boycott 1'srttel during the term of
the contract.
7.8 Immigration Nationality Act.
Contractoz' shail verify the identity and employment eiigibility of its employees who perform
work under this Agreement, including completing the Empioyment Eligibility Verification
Form (I-9). Upon request by City, Contractoz' shall provide City with copies of all I-9 forms
and supporting elig;ibility documentation far each employee who performs work under tlais
Agree�nent. Coz�tractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controIs so that no services will be perfor�ned by any Contractor
employee who is not legally eligEble to perform such services. CONTRA CTOR SHALL
INDEMNIFY CITY AND HOLD C�TY HARML�SS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VrOLATIONS OF THIS PARA.GRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES,
SUBCONTRACTORS, AG�NTS, OR LIC�NSEES. City, upon wriften notice to
Contractar, shall have the right to imrnediaiely terminate this Agreement for violations oi
this provision by Contractor.
79 Na Third-Party Beneiiciaries.
This Agreement gives no rights or benefits to anyone other than the City and fhe Contractor
and there are no third-party beneficiaries.
7.10 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipnrient and materials suppliers on the PROJECT or their
sureties, shall maintain no dij'ect action against the Engineer, its officers, employeas, and
CITY OF FORT WORTh{ Commander Rd — Midfield Stage 2
STANOARD WNS7RUCTION SPECIF'ICATION POCUMENTS City Project No. 101f44
Revised 09/0&/2a19
005243-5
Agreement
Page 5 of S
subcontractors, for any claim arising out of, in connection with, or res�lting fronn the engineering
services performed. Oz�ly the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's person�ael at a construction site, whether as on�,site
representatives or atherwise, do not make the Engineer or its personnel in any way
responsib]e for those duties that belong to the City and/or the City's construction coniractors
or other entities, and do t�ot relieve th� construction contractors or any ather entity of their
obligations, duties, and responsibilities, incIuc�ing, but not limited ta, all cox�struction
metl�ods, means, techniques, sequences, and procedures necessary for cooz-dinating and
completing all portions oithe construction work in accordance with the Contt'act Documents
and a�ay health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any co�trol over any construction contractor or
other entity or their empioyees in connection with their work or any heaIth or sa%ty
precautions.
SIGNATi JRE PAGE TO FOLLOW
CITY OF FORT WORTH Commander Rd -- Midfield Stage 2
STANDAR� CONSTRUCTION SPECIFICA'�ION �OCUMEMTS City Praject No. 101694
Revised 09/06/2019
\
005243-G
t�lirreement
Paga 6 of 8
TN WITNE�S WHEREOF, City and Contractor have each executed this Agreernent to be
effective as of the date subscribed by the City's designated Assistant City Manager ("Effective
Date").
Contractor: t� t� "e�.n: a, B.tinr a.
City of Fort Worth
�
".� _
~� . - -
L ' �'
Signature
..ra �
�
Zat.
(Printed Name)
4 xce Presiden�
Title
4499 Keller Haslet Road
Address
Kelier 'iX 762 .M
�City/State/Zip
:
�� _
Femando Costa
Assistant City Manager
Jun 7, 2021
Date
Attest:
' � .�!
�� �
Ty Secreta
� �
(Seal)
�
;� �����
�. ..�,�.�
3;? :�
�� ��
� �S,
� '.� '�'-
M&C: � I� e(��� �
!ytne 1, 2021
Date Date; 5/1$/2021
Form 1295 No.: 2021-738645
Contract Compliance Manager:
By signing, I acknowledge that I a�n the person
responsi�le for the mox�itaring and
adminis�i-ation of this contract, including
ensuring all per£onnance and reparting
requirements.
��
Tyler Dale
Airport Project Coordinator
GTY QF FORi WORTH
STANDAR� CDNSTRUCTIpN 5PECtfICA710N DOCUMENTS
Revised 09/O6/2019
��=�i��Al. �i��t���
Com an�e� �� �i�Cda���
�`� P�,���''"7j"�4i
005243-7
Agree3nenl
Page 7 of 8
Approved as to Form and Legality:
[�f
Douglas W. Black
Senior Assistant City Attarney
APPROVAL RECOMMENDED:
�
Roger Venables
Director,
Aviation Departinent
` a._.. — ------..___._. .... �
l�.�, '���.��P� .
l��`��.����� � � �
-`�. `"?`��'� ��i���."�� �
C�TY OF FORT WORTH Commander Rd— Midfield Stage 2
STAN�ARD CONSTRUCTIOiV SPECIFICATION QOCUMENTS Ciiy Project Nn. 101644
Revised 09/06/2019
Bond #SU1172152
�061 ]3-t
P@RFORMANCE BOND
Page E of �
SECTION 00 61 13
PERFORMANCE BOND
3
�l THE STATE OF TEXAS §
5 §
6 COUNTY OF TARRANT §
KNOW ALL BY TH�SE PR�SEi�ITS:
7 That we, North Texas Contracting, Inc. kuown as
�
S "Principal" hereit� and Arch Insurance Company , a corporate
9 surety(sureties, if xnore than one) duly authorized to do business in the Skake of Texas, known as
f 0 "3urety" nerein (whether one or more}, are heId and tirn�Iy bound unto ihe City af Fort Worth, a
11 municipal corpo�•ation created pursuani to the laws of Texas, known as "City" he��ein, in khe penal
� 2 sum of� �hK� Million Six HundreJ N9nory Ninc Tiwusind Six Hundml Fo�ryFive and DOlIUO I]0118iS
l3 ($ 3,699,b45.40 }, �awful money of the LTnited States, to be paid in F'prt Worth,
14 Tanant County, Texas far tlxe payment of which sum well and truIy to be made, we bind
1S oi�rseIves, our heirs, executors, administrators, successars and assigns, jointly and severally,
16 firmly by these presents.
17 WHER�AS, ihe Pri ipal has entered into a certain written contract witli the City
18 awarded the � day of , 20�, which Contract is hereby referred to and
19 made a part hereof for all purposes as if fizlly set forth harein, to iu�•nish all materials, equipment
20 Iabor and athar accessaries defned hy law, in the prosecution of the Work, including any Change
21 Orders, as provided far in said Contract designated as Ca�rnmander Rd — Mic�field Stage 2,
22 Pj•ojectNo.1Q1644.
23 NOW, THEREFORE, the condition of this obligation is such tkiat if tl�e said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perForm the Work, including Change 4rders, under the Contract, accarding to tlxe plans,
26 specifications, and cpntract docuznents fherein referred to, and as well during any period af
27 extension of the Contract that m.ay be granted an the part of the City, then this obligation shall be
28 and hecome null and void, otherwise to remain in full force and ef%ct.
29
3a
31
32
33
34
3S
36
37
38
39
PROVIDED �'URTH�R, that if any legal action be filed on this Bond, venue shalt lie i❑
Tar�ant County, Texas oz the United States District Coui�i for the Northern District nf Texas, Fart
Wartli Divis#on.
This bond is made and executed in co�npliance with the provisions of Chapter 2253 of tlia
Texas Govezninent Gode, as amended, and aIl liahilities on ihis bond shall be determined in
accordan.ce with the provisions of said statue.
IN WITNESS WHERE�F, the Principal and the Surety have SIGNED and SE �
this instrument 6y duIy autharized agents and officers on tl�is tlie _� day of
, 20�.
C1TY OF FORT WORTH Commander Rd -- Midfleld Stage 2
STAIVDAAD COAfST1ZUCT10N SP�CI�'ICAT1QiV 3�OCUiv1Ei�ITS City Project No. 10J 5A4
Revised July l, 2011
OD61 13-2
PERFORMANCE BOiVD
Page 2 of 3
1
2
3
4
5
6
7
g
9
10
�1
.�
l4
LS
lb
17/
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
ATTEST� ,�
, �r �
^!gl:• �^J<' .
�
{P�naip�ySecretary
�,
-�, 4 ' -'- - - '�` ,-
Witness as to P�nci�l'
C1TY OF FORT WORTH
STANpARD COIVSTRUCTiON SP�CI[�ICATION DQCUMENl'S
Revised July 1, ZDl l
PRINCIPAL:
North Texas Contracting, Inc.
BY: ''�J ...�� � � - -
.-.�. ' � •• r '
5ignature
Zach Fusilier, Vice President
Narne and Title
Address:
4999 Keiler Haslet Rd.
Keller, TX 76248
SYJRETY:
Arch Insurance Coznpany
BY: 'M /� t
�' ii� f • '� 1 /Ys��
Signature
Commander Rd -- Midfiefd Stage 2
CityPrajectiVo. f01G99
E
t
i
I
2
3
4
S
6
7
8
9
ip
11
12
13 ` �itness as �.�,u' .
14 "
- _�-- -
LS
16
17
OD 61 13 - 3
PERFORMANC�BOND
Page 3 af 3
5apt►inie Hunter, Attarney-In-FAct
Name and Titie
Address:
5005 L,BJ Freeway, Suite 1 S00
Dallas� TX_75244
2�4-989-0000
TeIephone
Number:
I 8 *Note: If signed by an officer of the Surety Company, there inust he on fle a certified extract
19 from the by-laws shawing that this person has authority to sig� suclz obligation. If
20 Surety's physical address is different from its mailing address, both must be provided.
21 The date of the bo�d shall not be prior to tl�e date the Confract is awarded.
22
CITY O� FORT WORTH Commander Rd-- Midfield Stage 2
STAN�ARI7 CONSTRUCTION SPECI�'ICATION OOCUMENTS City Projecl rilo. 10 i 6AA
Revised July i, 201 l
Bonc[ #SU1172152
00 61 14 -1
PAYMHFVT BON�
1'a$e 1 of 3
SECT�ON 00 61 14
PAYMENT B�ND
3
4 THE STATE OF TEXAS §
S . § I�NOW ALL BY THE�E PR�SENTS:
6 COUNTY OF TARRANT �
7 Tliat we, North Texas Contractin�, Inc. , known as
8 "FrincipaP' herein, and Arch [nsurance Company , a
9 carporate surety (sureties), duly authorized to do business in the State of Texas, knawn as
10 "Surety" herein (whether ane or moxe}, are l�eld and fu•mly bound unto the City of Fo�'t Worth, a
11 municipal corporation created pursuant to the laws of the State of Texas, known as "Cify" herein,
12 lIl ��]C penal SLlll] Of Three Miilion Six Hundred N[�tety Nine Thausand Six Hundmd Forty Five and 00/194 Dallars
13 {$ 3,699,645.00 ), lawful money of ihe Unzied States, ta be paid in Fart Warth,
14 Tarrani County, Texas, for the payment of vvhich sum well and truly be made, we bind o��rselves,
IS our heirs, executors, administratars, successors and assigns, jointly and seve�•aIly, firnily by thesa
16 presents:
17 WHEREAS, Principal lias entered into a certain written Contract wifh City, awarded tlie
18 �„�day af ��� , 20� 1,, which Contract is hereby referred to and
i9 made a part hereof fnr all purposes as if fully set fo3rth herein, to fui•nis3� all materials, equipment,
20 labor and other accessories as de�ned by law, in the prosecution of tlye Work as provided for in
21 said Contract and designated as Co�nmander Rd — Mid�'ield Stage �, Proj ect No.1016q4.
22 NOW, TH�REk'ORE, TH� GONDITION OF THIS OBLIGATION is such that if
23 Principai shall pay all naonies owing to any (and all) payrnent bond benefciary {as de�ned in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this ob�igaiion shali be and become null and void; othezwise ta remain in full
26 force and effect.
27 This bond is made and executed in comptiance with the provisinns oi Chapter 2253 af the
28 'I'exas Goveinment Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the provisians of said statute.
CITY OF FpRT WORTH Comniander Rd —Mid�eld Stage 2
STAi�iDARD CONSTRUCTION SPECIFICATION DOCUMEI�lTS Ciiy Project No. IO1G44
Revised July 1, 2U1 I
0
r
c
�F
� r�
U061 14-2
PAYMENT BO�fCI
Page 2 of 3
IN W1TN�55 WHEREOF, the Princi�al and Surety ha�e each SIGI�ED and SEALED this
instrurnent by duly authorized agen#s ancE officers on this the �_ day of
� Rt_ , �Q�_.
ATf EST:
K, � '�
+ '
Witness as to �iici�Sal
ATf�ST:
� u�-
(5uretyj Secretary
GITY OF FORT WORTN
STANDARD CQNSTRUCTION SPECIFICATION qOCUM�NTS
Revised July 1, 2D1 l
PRINCIPAI.:
Notth Texas Confracting, Inc.
, '��, -
BY: ,,�
Signature �
Zach Fusilier, Vice President
Name and Title
Address: 4999 Keller Haslet Rd.
Keller TX 76248
5U R�TY:
Arch Insurance Company
BY: � ��ra' � '..d�l� .
Signature
5a hinie Hunter, Attorne -In-Fact
Name and 7itle
Address:
Commander Rd — ivlidf ald 51age 2
City Praject No. l01 G44
�
OQ 6I 14 - 3
PAYMEiVT BOND
Page 3 oF3
, � �'t
; —�.�t
�
_s
_� � ,a�.,.y :a v�\ .��
Witness as ta Surety
5005 LBJ Freeway, Suite L500
Dallas, TX 752�4
Telephone Number: 214-989-0000
I
2
3
�
S
6
7
$
Nate: if signed by an officer of the Surety, there must be on file a certified extract from t�e
bylaws showing that this person has authority to sign such obligation. lf Surety's physical
address is different from its mail3ng address, both must be pro�ided.
The clate af t�� bond shall not be prior to the date ti�e Contract is awarded.
�iU� OF S�CTION
CITY OP FORT WORTH
STANdARD CONSTRUCTION SPECIFICAT1Q�+i DOCUMHNTS
Revised July 1, 20I I
Commander Rd— Midfield Slage 2
City Praject No. ID1644
Band #SU1172152
00 61 19 - 1
MAINTBNANCB SOND
Page 1 of 4
SECTION 00 61 19
MAINTENANCE BOND
4 THE STAT� OF TEXAS §
S §
6 CQUNTY OF TARRANT §
KNOW ALL BY THESE PRESENTS:
7
8 That we North Texas Cantracting, lnc. , Icz�own as
9 "Principai" herein and Arch Insurance Company , a corporaie surety
10 (sureties, if mare than one) duly authorizec� to do business in the State af Texas, known as
I 1 "Surety" herein (whether ane ar more}, are held and �xm�y boimd unto the City af Fort Worth, a
12 municipal cazporaiian created pursuant to the laws of the State of Texas, known as "City" herein,
�.3 lIl fY�� SL1iTL O���recAii]lionSixHundrcdNiiwryNine7housandSixHundredFo,lyFiveandtl01300 Doliars
14 {$.3,699,b�45.00 }, larvful maney oftiie United States, to be paid in Fort Wortl�,
l5 Tarrant County, Texas, for payment of which sum well and tnily be inade u�to the City and its
iG successars, we bind ourselves, our heirs, executors, administrators, successors and assigns, joinkly
17 and severally, firmly by these presents.
18
19 WFIEREAS, ihe Frincipal has er�tered into a certain written contract with the City awacded
20 the_� day of t���, , 20�(", which Contract is hereby
2l refer;•ed io and a made part hereof for all purposes as if fully set forth herein, to funr►ish ail
22 materials, equipment labor and other accessories as defined by law, in the prosecuiion of the
23 Work, inct�iding any Work resulting from a duly authoz'ized Change Order (collectiveiy herein,
24 tlie "Work"} as provided far in said contract and designated as Commander Rd — Mid�etd
25 Stage z, Project No. IOIb44.; and
26
27 WHEREAS, Pri�cipal binds itself to use such materials and to so construct the Work ia
28 accordance with the plans, specifications and Contract Docu�nents tliat the Work is and will
29 remain free fi•om defects in materials or workmanship for and during the period of hvo (�.) years
30 ttftec the date nf Final Acceptance of the Work by the City ("Maintenance Period"); and
31
32 WHEREAS, Principal binds itselita repair or a�econ:sti�uct the Work in whole or in part
33 upon receiving notice from the Ciiy of ihe need therefor ai any time within the Maintenance
34 Period.
35
36 N�W THEREFOR�, the condition of this abligation is such that if PrincipaI shali
37 remedy any defective Work, for whicli timely natice was provided by City, to a coinpletio��
38 satisfactory to the City, then tl�is obligation shaIl become null and void; ofherwise to reinain in
39 f�ll force and effect.
40
CITY pF FpRT W DRTH Commander Rd — Midfield Stnge 2
STAiVDARD CONSTRUCT[�h! SPECIPICATION DOCl1ivlE�iTS City Project No. I Oi 694
Revised Jkily l, 2011
006f 19-2
MAINTBNANCE HOAID
Pa$e 2 of�}
1 PROVIDED, HOWEVER, if Principal shall fail sa to repai�• or reconstnict any timely
2 noticed defective Work, it is agreed that tiie City may cause any and all such defective Woxk to
3 be repaired and/or reconstructed with all associated costs thereof being borne by f�ie PrincipaI and
4 the Surety under this Maintenance bond; and
6 PROVIDED I'URTHER, that if any legal ackion be filed on this Bond, venue shall lie in
7 Tarrant County, Texas or tlxe United Staies Diskrict Court for the Northern District of Texas, k'ort
S Worth Division; and
10 PROVIDED FI7itTHER, that #his obIigation sI;all be can�inuaus in nature and
11 successive recaveries may he had l�ereon %r successi�e breaches.
12
13
C1TY QT FORT WOATH Commander Rd -- Mid£eld Stage 2
STAi�EDARD COiYSTRUCTION SPECICICATION DOCUMENTS Ciry Project 1Vo, 1016A�4
Revised .ic�ly 1, 2Ui 1
oaba z9-3 �
r�n�rrr��n�rcE sar�o �
Page 3 af4
1
2
3
4
5
6
7
S
9
i0
11
12
13
14�
�
f �6
17
18
�i 9 , .•
�
20
21
22
23
2�4
25
26
27
28
29
30
31
32
33
iN WITN�SS WHEREOF, the Principal and the Surety have each SIGNED and S�ALED this
instrument �y duly authorized agents and officers on this the �� day of
, 20,.,�.
�
PRINCIPAL:
Narth Texas Contracting, Inc.
BY: � � _ ,�:
��� , - - •�
�
Signature
h
Zach Fusilier, Vice President
Name and Title
Address: 4999 Keller Haslet Rd.
KelIer, TX 7624$
�-'�' =� � -
Witness as to�n�l
SURETY:
Arch Insurance Campany
. r
BY: �-�,,'�s�'�.�_.r_�.�i1 ..�.�
.
5ignaiure
C1TY OF FORT WORTfi Commander Rd — Midfield Stage 2
STANUARA CONSTftUCT10N SPeCIF1CATION �DCUiv]EI�TS City Prnject No. I O1b44
Itevised July 1, 2011
�
1
2
3
4 ATTEST:
5
r
6 ..� �� t �Lat,l,`
7
8 {Surety} Secretary
9
]0
11
12
13 �' ��tness, as � �
14 `
—`��'----�"��' � .
1S
ao 61 19 - 4
iv1P;fNTE3YA[�TCE BQND
Page 4 of 4
Sophinie Hunter, Attorney-In-Fact
Name and Title
Adda•ess:
5005 LBJ Eresway, 5uite 1500
Da!]as, TX 75244
z i �-�a�-ooaa
Telephone
Nu�nber:
l6 *Note: If signed by an of�cez- of tlie Surety Company, there must be on iile a certi�ed extract
17 from the by-laws slxowing that this person has auihoriry ta sign such obIigation. If
I8 Sarety's physical address is different from its mailir�g adda�ess, botlz must be provided.
19 The date of the bond sliall not be prio�• to the date tI�e Contz�act is awarded.
20
+
CITY Of PORT W�RTH Comm�nder Rd — Midt3eld Stage 2
STANUARD CONSTRUCTION SPECIFICATIONi DOCUIvEBNTS City project No. 101694
Revised July I, 201 I
POLICY NUMBEFi: EPP04487�2
COMMERCIAL. G�NERAL LIABi�.€7Y
CG 20 3� 07 U4
�HIS �N�ORS�II�f�Ni Cb�►i�C�S itiE �'OLICY. �L�ASE Fi��4� IT C.�R��ULLY.
���������� ���� r��� � ������� ���a���� ��
�OP�T�,A� i �RS � �OV�PL�'��D O�E�A�I�NS
TF�is andorsement moclifies insurance provided under the following:
COMMERClAL GENERAL LIABILITY COVERAG� PART
SCHEDULE
Name Of Additional Insured Person(sj
Or Or anization s: Location And Descri tiort �f Com leted O erations
Blanket as required by written contract A�Y�AII [ocations required by
written contract
AnylAll projecfs required by
written confract
Infarmation re uir�d ta com lete #his Schedule, if not shown above, will be shown in the Declarations.
5ection I! — W�o Is An Insured is amended to
include as an addi#ianal insured the person(s) or
organization(s) shown in the Schedule, but only with
respect to liability for "bodify injury" ar "property dam-
age" caused, in whole or in part, by "your work" ai
the IocatEo� designated and described in the sched-
u!e of this endorsement performed for tf�at additional
insured and included in the "�rodu�ts-compl+?!�d
operaiior�s h��a�o�.
CG 20 3i 07 04 O ISO Properties, Inc., 2404 Page 1 of 1 ❑
POLICY NUMBER: EPP0448712
COMMERCIAL GENERAL L.IABiLITY
CG �0 10 Oi 04
�HIS �N�ORS����li Cb�►NC�S ii�� POLICY. �L�ASE �Z�p►� li Co4��FrU�.LY.
���������� ������� ������y ������� ��
CONi�,o4C I O�S ��F��iDU�..�D P����ia1 OF�
OI�G�IV I�e�►T�C� I�
This endors�ment modifies insurance provided under the following:
COMMERCIAL GEN�RAL LIABILlTY COVERAGE PART
SCH�DULE
Name Of Additional Insured Person(s)
Or Organization(sj: Location(s) Of Covered Operations
Blanket as required by written contract Any/All Iocations required by
wri#ten contract
Any/All projects required by
written contract
Information required to camplete this Schedule, if not shown above, will be sF�own in the Declarations.
A. Section 11 Who Is An �nsured is amended to
include as an additional insured the person(s) or
organization(s) shown .in the Schedule, but only with
respect to liability for "badiEy injury", "property
darnage" or "personal and adver�ising injury" caused,
in whole or �n part, by:
1. Your acts or omissions; or
2. The acts or omissions of ti�ose acting on your behalf;
in the perFormance o� your ongaing operations for
the acEditiona! insured(s) at the location(s) designated
above. additional insureds, the following additional
exclusions apply:
This insurance does not applyto "bodiiy ir�jury" or "property
damage" occurring after:
B. With respect to the �nsurance afforded ta these
'I. All work, inciuding materials, parts or
equipment furnished in connection with such
wark, on ihe project (other ihan service,
maintenance or re�airs) to be perforrr�ed by or
on behalf of the additional insured(s) at the
location of the co�ered operations has been
completed; or
2. That po�tion of "your work" out of which the
injury or damage arises has been pu# to its
intended use by any person or organizatior�
other than anoiher contracfor or su�contractor
engageci in performing operations for a
principal as a part of t�e sarne project.
CG 20 10 07 04 O!SO Properties, �nc., 200� Page 7 of 1
POLICY NUMBER: E�P�'0448792
YHIS �N�ORSENI��l� CHAN(��S iH� ��LI�Y. P��AS� READ !� C�R��I���Y.
��i��i,�+����� � {��i��i������ G�i���d�� ����e���
��������� �����������
This endorsement modifies insurance provided under the fol[owing:
COl'iA�11�RCIA� C�N�RAL �IABILITY C�'��R�►G� PARi
A. Endorsement - 7able of �ontents;
Cnr��rage:
�,
2,
3.
4.
5.
6.
7.
S.
9.
�0.
'11.
12.
Begins on Page.
EmployeeBenefit Liability Cnverage .................................................................................................. �
Unintentional Failure ta Disdase Flazards ..........................................................................................
Qamageta Prerr�ises Rented ta You ................................................................................................... 8
Supplem�ntary Payments ................................................................................................................... 9
MedicalPayments ................................................................................................................................ 9
Voluntary Property Damage (Coverage a.) and Care, Cus#ody or Control
Liability Coverage (Coverage 6.) . ................................... ............................................................... 9
. .....
180 pay Coverage far Newly Formed or Acquired Organizations ........ .......................................... ip
Wai�er of Subro�ation ....................................................................................................................... 10
Aulornailc Acld�tic�npl Mr�sura� -S�e�t[i�d F#elak�art�hfps : .............................................................�.. iQ
e ivianagers or �essors oY Premises;
• Lessor of Leased �qui�ment;
e Vendors;
• State or Political Subdi�isions - Permits Refating to Premises;
� State or Political Subdi�isions - Permits; and
� Cantractors' Operations
Broadened Contractual l.iabi[ity - Work Wi#hin 50' of Railroad Properiy ......................................... 14
PropertyDamage to Borrowed Eq�ipment ....................................................................................... �14
Employees as ]nsureds - Specified HeaEth Care Services : ............................................................ 14
o Nurses;
� �mergency Medical Technicians; and
� Paramedics
13. Broadened Notice of Occurrence ...................................................................................................... 1�#
B. �imi#s of Insurance:
The Commercial General Liability Li�nits of Insurance apply to t�e insurance pravided by this endors�
ment, except as provided befow:
1. Employee Benefi�t Liability Caaerage
Each Employee Limit: $ 1,OQO,Q00
Aggregaie Limi#: $ 3,04D,000
peductible: $ 1,000
3. Damage to Premises Rented ta You
Th� lesser of:
a. Th� �ach Occurrer�ce Limit shown in the pedarations; or
b. $5flQ,0{30 unless otherwise stated $
4. Supplementary Paym�n#s
a. Bail bonds: $ 1,000
b. Loss of earnings: $ 350
5. Medical �ayments
Meciicaf �xpense Limit: $ 10,OOfl
lncludes copyrighted materiai of Insurance
GA 233 02 �7 Ser�ic�s Qffice, lnc., with its perrnissian.
Page 1 of 15
6. Voluntary Praperty �amage (Coverage a.) and Care, Gustody or Control Liabiliiy Co�erage
(Caverage b,)
Limits of Insurance {Each Occurrence)
Coverage a. $1,000
Coverage h. $5,a00 unless otherwise stated $
[]eductibfes (Eac� Occurrence)
Co�erage a. $250
Coverage b, $250 unless otherwise stated $
CO!lERACvE PR�NIIUM �ASIS FtAT� AD11AfdC� �R�NlIUM
(a} Area (For Limits in Exc�ss of (F'or Limits in Excess aF
(b] Payroll ��,Q�O) $�,t�QO)
(cj Gross Sales
(d) Units
tej Other
b. Care, Custody �
or Control
TOiAL� A�dNUA� �R��Vi�UVSiI
1'1. Property �amage to �arrowed �yuipment
Each Occurr�nce Limit: $ 10,000
peductible: $ 2�Q
C. Co�erages:
't. �rnpEoyee Benefit �iabili#y Coderage
a. The fallowing is added #o S�CiION I
s COVEFlAG�S: �mployee Benefit
Liability Co�erage.
(1) Insuring.�greement
[a) We will �ay those sums that
the insured becomes I�gally
obligated ta pay as dam-
ages caused by any act, er-
ror or omissian of the in-
surec�, or of any other per-
son for whose acts the in�
sured is I�gally liable, to
which this insurance ap-
plies. We will ha�e tf�e right
and duty to defer�d the in-
sured against a�y "suit"
seeking those damages_
How�ver, we will ha�e no
duty to defend against any
"suit" seeking damages to
which this insurance does
not apply. We may, at our
discretion, invsstigate any
repart of an act, error or
omissian and se�tle any
claim or "suit" that may re-
suit. But:
ij The amount we will pay
for damages is limiked
as described in S�C-
TIOTI III � LIi411TS OF
INSURAAlCE; and
2j Our right and dury to
defend ends when w�
ha�� used up the ap-
plicable limit of insur-
ance in the payment of
judgments or setile-
ments.
No other obfigation or liabil-
ity to pay sums or perform
acts or services is co�erecE
unless explicitiy p�o�ided for
under Supplementary Pay-
ments.
(b) Thfs insuranc� applies to
damages only if the act, er-
ror or omission, is negli-
gently committed in the
"adminisiration" of your
"employee benefit pro-
gram°; and
1) Occurs during the poF-
�cy period; or
2) Occurrec# prior ta #he
effecti�e date of this
endorsement provided:
a} You did not have
fcnowledge of a
claim or "suit" on
or before the ef-
fecti�� da#e ot this
endorsement.
You will be
deemed to ha�e
knowledg� of a
claim ar "suit"
when any
"authorized repre-
seniative' ;
Inciudes copyrighted materiaf of Insurance
GA 233 02 Q7 5�rvices OF€ice, Inc,, with its permission. Page 2 of 15
ij Reports all, or
a�y part, of the
act, errar or
omission to us
or any other
insurer;
ii) Receiv�s a
written or ver�
bal demand or
claim for darri-
ages because
of the act, er-
ror or omis-
sion; and
b) There is no other
app[icable insur-
ance.
(2) �xelusions
Tl�is insurance does noi apply
to:
(a) 6odily Injury, ProAerty
Damage or Personal and
Advertising Injury
"Bodily injury°, "property
damage" or "personal and
advertising i�jury".
(bj Dishonest, Fraudulent,
Criminal ar Malicious Act
Damages arising out of any
int�ntional, dishonest,
fra�dulent, criminai or mali-
ciaus act, error or omission,
cammitted by any insured,
includ'mg the willful or reck-
less viola#iar� of any statute,
(c) �ailure fa Perform a Con-
lract
Damages arising aut of fail-
ure of perfarmance oi con-
tract by any insurer.
4d) Insufficiency of Funds
Damages arising out of an
insufficiency of funds to
meet any ab[igations under
any plan included in the
"employee benefit pro-
gram°.
(e) Inadequacy of Perform-
ance of In�estrnent / Ad-
�ice Giuen With Respect
�to Pariicipation
Any claim based upon:
1j Faiiure of any invest-
ment to perform;
2] �rrors in providing in-
formation on past per-
formar�ce of investm�nt
vehiclas; or
3) Ad�ice gi�en fo any
person with respect to
that person's decisivn
to participate or not to
participate in any plan
included in the "em-�
ployee benefit pro-
gram".
{f) Wor�rers' Compensation
and Similar �aws
Any claim arising out of
your failure to comply with
the mar�datory pra�isions of
any workers' compensation,
unemployment com�ensa-
tion insurance, social sec�-
ri#y or disability benefiis law
ar any similar law.
(g) �FiiSA
[7amages for which any in-
sured is liable because of
liability imposed on a fiduci-
ary by the Employee Re-
tirerr�ent Incarne Securi#y
Act af 1974, as now or
hereafter amended, or by
any simiiar faderaf, state or
local laws.
(h) Ada'rlahfe B�nefits
Any claim for banefits ta the
exten# that such benefits
are available, with reasan-
able effort and caoperation
of #he ins�red, from the ap-
plicable funds accrued or
other co[lecti�ale insurance.
(i) i axes, Fines or �enaEties
Taxes, fines or penalties,
includir�g those i�rtposed
under the Internal Re�enue
Code or any similar stat� ar
local law.
(j) Emp[oyrnent Related
Practices
Any liability arising out of
any:
t'1) Refusal ta employ;
{2) Termination of em-
ployment;
(3j Coercion, demotion,
evaluatian, reassign-
ment, discipline, defa-
mation, harassment,
humiliation, discrimina-
tion ar other ernploy�
�nclud�s copyrighted material of lnsurance
GA 233 02 0� Services Office, Inc., with its �ermission. Page 3 of i�
rnent-related practices,
acts or omissions; or
(4] Cansequential liability
as a result of (1), �2) or
(3} abo�e.
This exclusion appiies
wheth�r #he insured may be
held liable as an employ�r
or in any oth�r capacity and
to any obligation to share
damages with or repay
somean� else who must
pay damages because of
the injury.
(3} Supplementary Payments
SECTION 1 - C9l/ERAGES,
SUPP��MEN�'ARY PAY
➢4'rENiS � CO!lERAG�S �► A�lD
S aCso apply to this Coverage.
b. Who is an Insur�d
As respects Employee Benefit �iabil-
ity Coverage, SEC710�d �I � F�NbO IS
AN INSLIR�D is deleted in its �n�
tirety and replaced by the follawing:
(1] !f you are designated in the
Deelarations as:
(a) An individual, yau and your
spause are insureds, but
only with respect to the
COIiCIUCt af a business of
which you are the sole
owner.
{b} A partnership or joint ven-
ture, you are an insured.
Yaur members, your part-
ners, and their spouses are
also ir�sureds but only with
respect to the conduct nf
your business.
(c) A limited liability cnmpany,
you are an insured. Your
members are a[so insureds,
but only with respect to the
conduct aF yaUr business.
Your managers are in-
sureds, but only wi#h re-
spect ta #heir duties as your
managers.
(d) An organizatian other than
a partnership, joint �enture
or limited lia�ility corripany,
you are an insured. Your
"executi�e officers" and di-
rectors are insureds, b�t
only with respect to their
duties as your officers or di-
rectors. Your stockholders
are also insureds, but only
with respect to th�ir liability
as stockY�alders_
c.
(e) A�ust, you are an insured.
Your trustees are also in-
sureds, but only with re-
spect to their dutfes as
trustees.
(2j Each o� the following is also an
insured:
(a) Each of your "em�aloyees"
who is ar was authorized io
administer your "employea
benefit program°.
(b) Any persons, organizations
or "employees" ha�ing
proper temporary authori-
zation to administer your
"employee benefit program"
if you die, but only until your
iegal repr�ser�tati�e is ap-
pointed.
{c) Yaur iegai representative if
yau die, but only with re-
spect fo duties as such,
That representa#ive will
haWe all your rights and du-
ties under this Coverage
Part.
(3) Any organization you newly ac-
quire or form, other than a part-
nership, joint venture or limited
fiability campany, and over
which you maintain ownership
or majority inieres#, wiil qualify
as a Named Insured if no other
similar insurance applies to that
organization. However, cover-
age �nder this provision:
(a) Is afforded only until the
180ih day after you acquire
or form the organization or
the end of t�e policy period,
whiche�er is earli�r; and
(b] Does not apply to any act,
error or amission tha# was
comrnii#ed before you ao-
quired or formed th� or-
ganization.
�imits of Insurance
As respec#s �mployee Benefit Liabil-
ity Coverage, S�CTIOid III �- LIMITS
�� INSURANGE is deleted in i#s er�-
tirety and replaced by the foliowing:
(1} The Lirni#s of Insurance shown
in Section 8. �imits of insur-
ance, 1. �mployee Benefit Li�-
ahility CoWerage and the rules
below fix the most we wiil pay
regardless af the number of:
(aj Insureds;
Incfudes copyrighted �nate�ial of �nsurance
GA 233 02 0� 5ervices Off�ce, inc., with its permission. Page 4�f 15
(b) Glaims made ar "suits"
brought;
(c) Persons or organizations
making claims or bringing
"suits";
(d) Acts, errars or omissions; or
(e) Benefits included in your
"employee benefit pro-
gram".
{2) The Aggregate Limit shown in
Section B. Limits of Insurance,
7, �mplayee Benefit �iability
Co�erage of this endorsem�nt
is the mosi we will pay for alE
damages because of acts, er-
rors or omissions negligenily
committed in the °administra-
#ion" ot your "employee benefit
program".
(3) S���ect to the iimit descrit�ed in
(2) abo�e, the Each Employee
Lirr�it shown in Section B. �imits
of Insurance, 1. Empfoyee
Benefi# Liability Caverage of
#his endorsement is the mast we
will pay for all damages sus-
tained by any one "employee",
including damages sustained by
such "employee's" dependents
and beneficiaries, as a result of:
(a] An act, error or omission; or
(bj A series af re[ated acis, er-
rors or omissions, regard-
less of the amount of time
that �apses between such
acts, errors or omissions,
r�ag[igently committed in the
"administration" of your "�m-
ployee benefit program".
However, the amnunt paid un�
der this endarsement shall not
exceed, and wifl be subject to
the limiis and r�stric#ions #hat
apply to the �aayment of benefits
in any plan included in the "em-
ployee benefit pragram".
{4] �eduetible Amount
(a} �ur abligation to pay dam-
ages or� behaff of the in-
sured applies only #o the
amount af damages in ex
cess of the deductible
amount stated in the Decla-
rations as applicable to
Eac� Employee, The limits
af insurance shall not be
reduced by the amaunt of
this deductible.
(b) The deductible amount
stated in the []edarations
applies to al[ damages
sustained by any one "em-
ployee", including such
"employee's" dependents
and beneficiaries, E�ecause
of alf acts, errors nr omis-
sions to which this i�tsur-
ance applies.
(c) The terrr�s of this insurance,
including those with respect
to:
'1) Our righi and d[�ty to
defenc! the insured
agairtst any "sUits"
seeking thos� dam-
ages; and
2) Your duties, and the
duties of any ot�er in-
val�ed insured, in the
e�ent of an act, error or
amission, or cfaim,
apply irrespectiWe of the
application of the deductible
amount.
(d) We r►�ay pay any part or al[
of the d�ductible amaunt to
effec# settiemer�t of any
clair� or "suit" and, upon
notification of the action
taken, you shall promptiy
reimburse us for such part
of ihe deductible amount as
we ha�e paid.
d. Addi�iona! Conditians
As respects �mployee Benefit Li�
ability Goverage, S�CY[Ofd IV �
GO�Vfiv'r�RC��►L GEi�lERAL LIABIL-
IiY CONDITIONS is amended as
follows:
(1} Item 2. �uties in the �vent of
Occurrence, Offense, Claim or
Suit is clel�ted in its entirety and
replaced by the following:.
2. Duties in the Errent of an Act, �rror or
Om�ssion, or Claim or 5uit
a. You must s�� to it that we are noti-
fied as soon as practicable of an act,
error or omission which may resul# in
a claim. To #he extent possihle, no-
tice should indude:
(1) Whai #he act, error or omission
was and wher� it occurred; and
(2) The names and addresses of
anyone who may suffer dam-
ag�s as a result of the act, error
or amission.
Includes copyrighted material of Insurance
GA 233 02 07 Services Office, Inc., with its permission. Page 5 of 1�
b. If a claim is made or "sui#" is 6ro�ght
against any insured, you must:
('t) Irnmediately record the specifics
af the daim or "suit" and the
daie recei�ed; and
{2) Notify us as soon as practicafaie.
You mus# see to it that we recei�e
written notice of the claim ar "suit" as
soan as practicable.
c. You and any other involved insured
must:
(i) Immediately senci us copies of
any demands, notices, surn-
monses or legal papers re-
ceived in connection with ihe
clafm or "suit';
(2} Authorize us to obtain records
and ot�er information;
(S) Cooperate with us in the investi-
gation ar s�ttlement of the clairrt
or defense against the "suit';
and
(�] Assist us, upon our request, in
the enforcemer�t of any right
against any person or organiza�
tion which may be liable to th�
insured because af an act, error
ar omission to which this insur-
ance may afsa apply.
t!. No insured will, except at that in-
sured's own cost, �oluntarily make a
payment, assume any obligatio�, or
[ncur any expense without our con-
sent.
(2] Item 5. Other fnsurance is de-
Ieied in i#s entirety and repiaced
by the following:
�. Other Insurance
!f ot�er vafid ancf collectible
insurance is available to the
insured for a loss we caver
under this Coverage Part,
our obligations are limited
as follows:
a. �'i�oiar]�� z
This insurance is pri-
mary except when c.
below applies. if this
insurance is primary,
aur obEigations are nat
affected unless any of
the other insurance is
also primary. Then, we
will share with all that
other insurance by the
method descrihed in b.
belaw.
e.
b. IlWethod of Sharing
If ali af the other insur-
ance permits cnntribu-
tion by equal shares,
we will follow this
method also. Under
this a�aproach each in-
surer cantributes equal
amounts until it has
paid its applical�le limit
of insurance or none of
the loss rernains,
whichever comes first.
lf any of the other in-
surance does not per-
mit cont�ibution by
equa[ shares, we will
contribute by limits.
Under ti�is method,
each ins�rer's share is
based on the ratio of its
ap�licabie Gmit of in-
surance to the total ap-
plicable limits of insur-
ance af all insurers.
c. fda Co�erage
This insurance shal[ r�ot
co��r any loss for
which the insured is
entitlecE to r�cavery un-
der any other insur-
ance in force prev�ous
to the effective date of
this Co�erage Part.
Additional Definitians
As respects Emplayee Benefit Li�-
abi[ity Goverage, S�C710Id V �
dI��INITIONS is amended as foh
lows:
(1) The following definitions are
added:
1. "Administration" means:
a. Providing information to
"employees", ir�cluding
their dependents and
beneficiaries, with re-
spect to eligibili'ry for or
scope of "emp[oyee
benefif programs' ;
b, Interpreting the "em-
ployee ben�fit pra-
grams' ;
c. Handfing records in
cannection with the
"employee ben�fit pro-
grams"; or
d. Effecting, cantinuing or
terminating any "em-
ployee's" participation
Inc[udes co�yrigl�ted material of Insurance
GA 233 02 Oi Services Office, lr�c., with its permission. Page fi of 15
in any benefi# included
in the "em�loyee bene-
fii program"_
HoweWer, "adminis#ration"
daes nat include:
a. Handling payroll de-
ductions; or
b. The faifure to effect or
maintain any insurance
or adequate limits af
coverage of insurance,
including but not limited
to unemployment in-
surance, social security
benefits, workers' com-
pensation and disability
benefits.
2. "Cafe#eria plans" means
plan authorized by applica-
ble law ta allaw "employ-
ees" to elect to pay for cer-
tain b�nefits with pre-iax
dallars.
3. °Emplayee benefit pro-
grams" rneans a program
praviding snme or al! of the
fa[lowing benefits to "em-
ployees", whether provided
through a "cafeteria plan" ar
otherwise:
a. Group life insurance;
group accident or
health insurance; den�
tal, vision and hearing
plans; and flexible
spending accaunts;
provided that no one
otF�er than an °em-
playee" may subscribe
io such benefits and
such }��nefits are made
generally avaiiaaie to
those "employees" who
satisfy #he plan's eligi-
hility requirements;
b. Profiit shar�ng plans,
employee savings
plans, employee stock
ownership plans, pen-
sion plans and stock
suhscrip#ion plans,
provided #hat no one
other than an °em-
ployee" may subscribe
to suc�t benefits and
such benefits are made
generally availalale to
all "empfoyees" who
are� eligible undar the
plan for such benefits;
c. Un�mplayment insur-
ance, social security
�aenefi#s, workers' com-
per�sation and disability
benefits; and
d. Vacation plans, includ-
ing buy and sell pro-
grams; Ieave of ab-
sence programs, in-
cluding military, r�ater-
nity, family, and civil
I�ave; tuition assis-
tance plans; transpor-
tation and hea�th club
subsidies.
(2) The follawing definitians are
defeted in #heir entirety and re-
placed by the following:
21. "Suit" means a civi� pro-
ceeding in which maney
damages because of an
act, error or omission to
which this insurance applies
are alleged. "Sui#" includes:
a. An arbifration pro-
ceeding in which such
damages are claimed
and to which the in-
sured must submit or
does submit with aur
cansent;
h. Any other aiternative
dispute resolution pro�
ceeding in which such
damages are claimed
and to which the in-
sured submits with our
consent; or
c. An appeal af a civil
proceeding,
8. "�mployee" means a per-
son activefy employed, for�
merly ernployed, an I�ave
of aF�sence or disahled, or
retired. "Employee" in-
cluc[es a "leased worker".
"Employee" does not in-
clude a "temporary worker".
2, t�nintentiona[ Failure to Disclose Haz�
ards
S�CYIAM I!! �- CAMM�RCIA� G�Pl�RA�
�I�►BIL.I'iY CONDIT[OidS, �'. Represen�
tations is hereby ame�ded by the addi-
tian of the following:
Based on our dependence �pon your
representations as to existing hazards, if
unintentionally you should fail to disciose
all such hazards ai the ince�tion date of
your palicy, we will not re}ect coverage
und�r this Coverage ParC based so�ely on
such failure.
Includes copyrighteci material o# lnsurance
GA 233 02 Oi' S�rvices Office, lnc., with its parrnissian. Page 7 of y5
3. Damage to PremEses Rer�ted to You
a. The last Subparagraph of Paragrapri
2, S�C I IOPe! I A CO�IERACES,
CO�I�RAC,�� A. � BO�I�,Y iPdJ�1RY
AP�� PR�PERTY DA➢IA�1C.,IE, 2. LI-
ABILITY Exclusions is �erel�y de-
leted and replaced by #he fol[owing:
Exclusians c. through q, d4 not apply
ta damage by fire, explosion, figh#-
r�ing, smoke or soo# to premises
while rented to you or temporarily
occupied by yau wi#h permission of
the owner.
b. The insuranc� provided und�r SEC�
�IOT! 1 - CO!l�RAG�S, GO!l�RAGI�
A. BO�I�Y INJfJRY AMD PROP-
I�R�Y �AMAGE �IABI�ITY ap�lies
to "property damage" arising out of
water damage to premises tha# are
both rent�d to and occupi�d by you.
(1) As respects Water Damage Le-
gal Liability, as pro�ided in
Paragraph 3.h. above:
The exclusions under S�CTION
I � COIIERAGES, C01/�RAGk
i4. BODILY IidJIJRY AND
PRA��R I Y Da11WAC� �,1�►�1L-
IiY, 2. Exclusions, other than i.
�11ar and the Nuclear Energy
�,iahility Exclusion, are deleted
and the following are added:
This insurance does not apply
ta:
ta) "Praperty damage°:
1] Assumed in any con-
tract; or
2) Loss caused by arre-
sulting from any of the
follow[ng:
a) Wear and tear;
b) Rust, corrosion,
fungus, decay,
deterioration, hid-
den or latent de-
fect or any quality
in property ihat
causes it to dam-
age or destroy it�
self;
c) Smog;
d) Mechanical
breakdawn in-
duding rupture or
bursting caus�d
by cenfrifugal
' force;
e) Settling, cracking,
shrinking or ex-
pansion; or
f) Nesting or infes�a-
�ion, or c�isc�arge
or release of
waste praducts or
secretions, by in-
sects, fairds, ro-
dents or other
animals.
(q) Loss caUsed directEy or ir�di-
rectly by any of the foliow
ing:
1) Earthquake, vo[canic
eruption, landsfide or
any oiher earth move-
ment;
2) Water t�at backs up or
over�lows from a
sewer, drain or sump;
3] Water under the
ground surface pres�
ing on, or f[owing or
seeping #hro�gh:
a) Founda#ions,
wa11s, floors or
pa�ed sur#aces;
h) �asements,
wheiher paved or
nat; ar
c) Doors, windows or
a#her openings.
(c) Loss caus�d by or resulting
from water that leaks or
flows from plurrsl�ing, heat-
ing, air conditioning, or fire
protection systems caused
by or resulting from freez-
ing, unless;
1j You did yaur best to
maintain heat in the
building or structure; or
2) You drained the
equipment and shut off
the water supply if the
heat was not main-
tained.
(d) Loss to or damage to:
1) Plumbing, heating, air
conditioning, fire pro-
tection systems, or
other equipment or ap-
pliances; ar
2) The interior of any
building ar structure, or
to personal property in
the �uilding ar structure
lnclucies copyrighted material of Insurance
GA �S3 02 07 Services Ofifice, Inc., with its permission. Page 8 of 15
caused by or resulting
from rain, snow, sleei
or ice, whe#her dri�en
by wind or not.
a Limit of Insurance
The Damaga to Premises Rented to
You Limit as shown in the Declara-
tions is amended as fallows:
(2) Paragraph 6. of SC�C I IOV� III �
�,IIUIITS OF INSCIRA�ICF is
heref�y deleted and replaced by
the following:
6. Subject to 5. abo�e, the
Damage to Premises
Rented ta Yau L,imit is the
most we will pay under
C01/ERACE A. BO�I�Y
I�lJURY �►MD PROP�RTY
�AiiAo4C� LIABILI'Tv, far
damages because of
"property damage° to
premises while rentad to
you or temporarily accupied
by you with �ermission of
the own�r, arising out af
any one "occurrence" to
which this insurance ap-
pfi�s.
(3] The amount we will pay is lim�
ited as described in Section B.
�imits of lnsurance, 3. DamA
age to Premises Rented to
You af this endarsement.
4. Supplementary Paymenis
Under S�CiIOI� 1�- GAdERAG�, SUP-
P�ENi��VT�4RY PAYIW�NTS � CO!lER�
AGES A AND B:
a. Paragraph 2. is replaced by the fol-
fowing:
Up to the limit shawn in Section B.
�imits af lnsurance, �4.a. Bail Bonds
af this endorsement for cost of bail
bonds required because of accidents
or fraffic law violations arising out of
the use of any �ehicle to which ihe
Bodily ]njury Liability Co�erage ap-
plies. We do nat have to furr�ish
these bonds.
b. Paragraph 4. is replaced by the fol-
lowing;
A!1 reasonabEe expenses incurred by
#he insured ai our rec{uest to assist
us in the in�estigation ar defense of
fhe claim or °suit", including actual
loss of earnings up to the limit shown
in Section B. Lirnits of Insurance,
4.b. L.oss of �arnings of this en-
dorsement per day because of time
off from work.
5. PNedical Payments
Tt�e Medica! �xpense Lirnit of Any One
Persan as s#ated in the Declarations is
amended to the limit shown in Section B.
Limi�s of Insurance, 5. Medica! PayA
ments of this endorsement.
6. Volun�ary Property �amage and Care,
Custody or Control �iability Cor�erage
a. dolun#ary Property �amage Covn
erage
We will pay for "property damage" to
properiy of others arisir�g o�t of op-
eratians incidentai to the insured's
business when:
('I) Damage is causecE by the in-
sured; or
(2� Damage occurs while in the in-
sured's possession.
With your consent, we wifl make
these payments regardless of fault,
la. Care, Cus�tody ar Control Liability
Goderage
SC���IOV'�! I A G�V�RAC�S, CO'!1'-
�RAG� A. �6�I�Y INJURY AiVL�
PROP�RTY D�►N�AG� EIA81LI7Y, 2.
Exclusions, j, Damage to property,
Subparagraphs {3), (4) and (5) do
not apply to "property darnage" to
the property af others desc�iE�ed
therein.
With respact to the insurance provided by
this section of the endorsement, the fo!-
lawing addi#ionai pravisions ap�ly:
a. The Limits of Insurance shown in the
Declarations are replaced by the lim-
its designated in Section B. Limits of
Insurance, 6, Volun#ary �raperty
Damage and Care, Custody or
�or�trol �,iability Goderage of this
�ndorsement with respect to cover-
age provided by this endorsement.
These limits are inclUsive of and nat
in acEdition ta the limits being re-
placed. The Limits of Insurance
shown in Sectian B. Limifs of Insur�
ance, 6. daluntary Properly �am�
age and �are, Custody or Con�ol
�iabi�ity Coverage of this endorse-
ment fix the rnos# we will pay in any
one "occurrence" regardless af the
number of:
(1) Insureds;
(2} Claims made ar "suits" brought;
ar
(3) persons or organizations mak�
ing claims or bringing "suits°.
!ncludes capyrighted materia! of Insurance
GA 233 Q2 07 Services Offic�, Inc., with its permissian. Page 9 of 15
b, Deduc#ible Clause
(1) Dur obligation to pay damages
on your behalf applies on�y to
th� amount of damages for each
°occurrence" which are in ex-
cess of the deductible amount
stated in Section B. Limits of
Insurance, 6. Voluntary Pro�•
erty Damage and Gare, Cus-
#ody or Contro[ Liabiliiy Co��
erage of this endorsement. The
limits of insurance will not be re-
duced by the application of such
dec�uctihle amount.
(2) Condition 2. Duties in the E�ent
of Occurrence, Offens�, Claim
or Suit, applies to each claim or
"suit" irrespecti�e of the amount.
(3) We may pay any part or al[ of
the deductii�le amount to effect
settlement of any claim or "suit"
and, ��on notification of the ao-
iion taken, you shali promptiy
reimburse us for such part of the
deductible amount as has been
paid by us.
7. 180 Day Coderage far Fdewly Formed or
�lcquired Organi,za#ions
S�CTIOfd II -�fhlf-10 15 l�►Id INSUFi��7 is
amended as folfows:
Subparagraph a. of Paragraph �4. is
hereby deleted and replaced by the fol-
lowing:
a. Ensurance under this provision is aF-
ford�d only �ant[1 the 'fSOth day after
yau acquire or #orm the organization
or the end af the policy periad,
whiche�er is earlier;
S. 1Na�ve� �f Ss��rog��or�
SEC�ION Id � CO�iu7{V[�RCIAL C�NERAI.
LIABILIiY GONDiT191�S, 9. iransfier of
Ftigh#s of Reco�ery Against Others to
I�s is hereby amended by the addition of
the following:
We waive any righi of reca�ery we may
ha�e because of payments we maEce for
injury or damage arising ou# of your on�
going operations or "your wark" done un-
der a written coniract requiring such
waiver with that person or organization
and included in #he "products-completed
aperations hazard". Wowever, our rights
may only be waived prior to the "occur-
rence" giving rise to the injury or damage
far whic� we make payment under this
Coverage Part. The insurad must do
nothing after a loss to impair our rights.
At our reques#, the insured will bring "suit"
or transfer those righis ta us and he[p us
enforce those rights.
9. AutomatE� Ac��iti�n�[ ��7aured � �r.�-
f�tl F��lakionsl�ips
a. The fallowing is hereby added to
S�CYIOFd li a {MHO !S �1N I�dSUFt�D:
(1} Any person or organization de-
scribed in Paragraph 9.a.(2]
below �F�ereinafter referred to as
additional insured) wi�om you
are required to add as an addi-
tionaf insured under this Cover�
age Part by reasor� of:
(aj A written contract or
agreement; or
{b) An orai agreement ar con-
�ract where a certificate af
insurance showing that per-
san ar arganization as an
addit�onal insured �as be�n
issued,
is an insured, pro�id�d:
(aj 7he wri�ten or oral contract
or agreement is:
'i) Currently in e#fect ar
becomes effective
during t�e poficy pe�
riod; and
2j Executed prior to an
°occurrenc�" ar affense
to which this insurance
would apply; and
(b) 7hey are not specifical�y
named as an additional in-
sured under any other pro-
�ision of, or endorsement
acEded to, this Coverage
Part,
(2) Only tha fallawing persons or
organizations are additional in-
sureds under this andorsement,
and insurance co�erage pro-
vided to such additional in-
sureds is limited as provided
herein:
(a) The manager or lessor of a
premises leased to you with
whom you ha�e agreed per
Paragraph 9.a.(i] abo�e to
provide insurance, but only
with respect ta liability aris-
ing oui of the owr�ership,
maintenance or use of that
part of a pr�mises leased to
yau, subject to the following
additional exc�usians:
This insurance cfoes not
apply to:
1) Any "nccurrence"
which takes plac� aft�r
includes copyrighted material af fnsurance
GA 23� 42 07 Services Uffice, !nc„ with its permission. Page �[0 of 15
you cease ta be a ten-
ant in that �r�mises.
2] Sfructuraf alterations,
new constrUction or
demolition operations
performecf by or on be-
ha[f of such additional
insured.
(h) Any person or organization
from which ynu lease
equipmenk witt� whom you
have agreed per Paragraph
9.a,(1) above to provide in-
surance. Such person{s) or
organization(s) are insureds
solely with respect to their
liabilfty arising out of the
rnaintenance, operation or
use by you af equipmen#
leased to you by such per-
son(s) or organizations(s).
Nowe�er, this insurance
does not apply to any "oo-
currence" which takes place
after the equipment lease
e�cpires.
(cj Any person or organization
(referred to below as ven-
dor) with whom you have
agresd per Paragraph
9.a.(1) abo�e to pravide in-
surance, but onfy with re-
spect to "bodily injury" or
°pro�erty damage" arising
out of "your products" which
are distrii�uted or solci in the
regular course of #he ven-
dor's business, subject to
the fnllnwing additional ex-
clusions:
1) The insurance afforded
the vendor does not
apply to:
aj "Bodily injury° or
"property damage"
for which the ven-
dor is abligated to
pay damages by
reason of the as-
sumption of liabil-�
ity in a contract or
agreement. This
excEusion does not
apply #o liability for
damages that the
v�ndor waUld
have in the a�-
sence of th� con-
tract ar agree-
rnent;
b) Any ex�aress war-
ranty unauthorized
by you;
cj Any physical or
chemical change
in the product
made i�tentionally
by the vendor;
d) R�packaging, un-
fess unpacked
solely far the pur-
pose of inspectian,
demonstration,
testing, or tite
substitu#ion of
parts under in-
structions from the
manufacturer, and
then repackaged
in the original
container;
e) Any failure to
make such in-
spections, adjust
ments, tests or
ser�icing as the
vendor has
agreed to make or
normally under-
takes to make in
the �s�aal course
of E�usiness, in
connection with
the distribution or
sale of the prod-
ucts;
f) Demons#ra#ion, in-
stallation, servio-
ing ar repair op-
erati�ns, except
such operations
performed at the
vendor's premises
in connection wiih
the safe of the
product;
g) F'roducts which,
after distribution ar
sale by you, have
been fabeled or
relabeled ar used
as a container,
part or ingredient
of any other thing
or substance by or
for the vendor,
2) This insurance does
not apply to any in-
sured p�rsan or ar-
ganization:
a) From whom you
have acquired
such products, or
any ingredient,
part or container,
entering inia, ao-
Includes copyrighted material of lns�arance
GA 233 U2 U7 Servic�s Office, Inc., with its permEssion. Page 11 of 15
campanying or
containing such
praducts; or
b) When liability in-
cluded within the
"products-
completed opera-
tions hazard" has
been �xcluded
under this Cover-
age Part with re-
spect to such
praducts.
(d) Any state or palitical subdi-
vision with which you have
agreed per Paragraph
9.a.(1) abo�e ta prawide in-
surance, subject to the fo!-
lowing additional provision:
This insurance applies only
with respect to the following
hazards for which the state
or political subdiv�sion has
issued a permi# in cannea-
tion w[th premises you own,
rent or control and to which
this insurance applies:
1) The existence, mainte-
nartce, repair, con-
structian, erectian, or
removal of advertising
signs, awnings, cano-
pies, cellar entrances,
caa[ holes, dr�veways,
manholes, marquees,
haist away openings,
sidewalk �aults, street
banners, nr decara-
tions and simiiar expo-
sures; or
2) The construction, erea
tion, or remaval of ele-
�ators; or
3) The ownersh[p, main-
tenance, or use of any
ele�ators co�ered by
this insurance.
(ej Any state or politica! subdi�
vision wi#h wl�ich you have
agreed per Paragraph
9,a.(�1) above to pra�ide in-
surance, subject to the fol-
lowing pro�isions:
�) This insurance applies
only with respec� to op-
erafions performed by
you ar on your behaif
for which the state ar
political subcfi�ision has
issued a permit.
2) This insurance daes
not apply to "bodily ir�-
jury", "praperty dam-
age" or "personal and
advertising injury" aris-
ing out of operations
performed fior the state
or political subdivision.
(i) Any person or organizatian
with which you have agreed
per Paragraph 9.a.(1)
above to �ro��de insurance,
but oniy with respect to li-
abiEity arising aut of "your
worfc" performed far that
additiona[ insured by yo�a or
on your �ehalf. A persan or
organization`s status as an
insured under this provisian
af this endorsement contin-
ues for anly the period of
time required by the writt�n
contract or agreement, but
in no event beyond the ex
piration date of this Cover-
age Part. If there is na
written cantract or agree-
ment, or if no periad of time
is required by the written
contract or agreement, a
person or organization's
status as an insured under
this endarsemenk ends
when your o�aerations for
that insured are completed.
(3) Any insurance �rowided to an
additional insured designated
under Paragraph 9.a.(2):
(a) Subparagraphs (e} and (f}
dQes nat apply #o "bodily
injury" ar "property damage"
included within the "prod-
ucts-completed opera#ions
hazard";
(h) Sub�aaragraphs (aj, (bj, (dj,
(e) and (f] does not apply to
"badily injury", "property
damage" or "personaE and
ad�ertising injury" arising
out af the sole negligence
ar wffifuf misconduct of th�
additional Ensured or their
agents, "em�loyees" or any
other representati�e of the
_ additional insured; or
{c) Subparagraph (f) do�s not
apply to "badily injury",
"proper#y darnage" or "per-
sonal and ad�ertising injury"
arising out of:
1) Defects in d�sign fur�
nished iay or on behalf
lncludes copyrighted material of [nsurance
GA 233 02 D� Se��ices Office, Inc., with its permission. F'age f2 of 15
of the additional in-
sured; or
2) The rendering of, or
failure to render, any
�rofessiona! architeo-
tural, engineering or
surveying services, in-
cluding:
a) Th� preparing,
appro�ing or fail-
ing to prepare or
a��ro�e maps,
shop drawings,
opinions, r�ports,
surveys, field or-
ders, change or-
ders or drawings
and specifications;
and
b) Supervisory, in�
spection, arc�t[�
tectural ar engi-
neering acti�ities.
3j "Your work" for which a
consolidated (wrap-up)
insurance program has
been provided by the
primecontractar-pra ject
rnanager or owner of
the construction project
in which you are in-
vol�ed.
b, Only with r�gard to insurance pro-
�ided to an ac[di#ional insurecf desi�
nated under Paragraph 9.a.(2) Sub-
paragraph (f) abo�e, SEGTIO�! Ili -
l.I�dlliS OF 1�lSCIRANCIE is amended
to include:
The limits applicable to the additional
insured are those sp�cifiad in ihe
written contrac# ar agreement or in
t�e Declarations of this Ca�erag�
part, whicheve� are iess. If no limits
are specified in the writEen contract
or agreement, or if there is no written
contract or agreemeni, the limits ap-
�alicable to the additional insured are
those specified in the Declarations of
this Coverage par#. The limits of in-
surance are inclusi�e af and nat in
additian #o the limi#s o# insurance
shown in the Declaratians,
c. S�C 1 ION IV �- COMRPf�FiCIAL GEI�-
ERAL LIABII.ITY C4hl�I'iiORlS is
hereby amended as fo[laws:
(1) Condition 5. Other Insurance is
am�nded to include:
(a) Where requir�d by a written
contract ar agreement, this
insurance is primary and /
or non cvn�^ibutory as re-
sp�css �ny �Iher ir�sura.rsce
�o�+cy I�su�d ta ;h� gd�i-
iior�al knsured, An�i suct�
�ti�ar Ins�+r��t�� pollcy shalf
h� ex�es� and f or n�r�con-
trli�u�i�g� �+Eal�fte�ror s��ties,
�ra�#f� Rl1�a ir�au�ance�
(bj Any insurance provided by
this endorsement shall be
primary to a#her insurance
available to the aclditional
insured excepf:
1) As otherwise pro�ided
in SECTIOI� �!�!' �
C�YV11lr'��RCIAL G�fd�
�RA�, lIABILIiY
COi�DIT1A�S, 5. Other
Insurance, b. I�xcess
Ifl5ilt'�IiCS; OY
2j For any other �alid and
collectible insurance
available to #he addi-
tional insured as an
additional insured by
attachment of an en-
darsement to another
insurance policy thai is
written on an excess
basis. !n such case,
the co�erage pro�ided
under this encEorse-
men# shall also pe ex
cess.
(2) Condition 11. Conformance to
Specific llVritten Contr�ci or
Agreemenf is hereby added:
17. Cor�fiarmance to Specific
Vllritten Can�act or
Agreement
With respect to additional
insureds described in Para-
graph 9.a.(2j[fj abave anly:
If a written contract or
agre�ment between you
and the additional insured
specifies that cove�rage for
#he additional fnsured:
a. Be provide�t[ by the ]n�
surance Services Of-
fice additional insured
form numb�r �G �D 10
�r CG �0 37 fwh�re
edl#ion specii�e�j; or
h, �e�ciu[irt� coverage. fior
complet�d a��ratlans�
❑r
a. Enc�ude cov�reqe- fof
��y�ur vt+ork"; —
and wY�ere khe limi#s or cov-
erage provided to the addi-
Includes copyrighted material of Insura�ce
GA 233 02 07 Services Office, Inc., with its permission. page 13 of 15
tianal insured is more re-
strictive than was specifi-
cally required in that vwrit�en
contract or agreement, the
terms of Paragraphs
9.a.(3]{a), 9.a.(3)(bj or 9.b.
abo�e, or any combination
thereaf, shall be interpreted
as providing the limits or
coverage requir�d by #he
ferms of the written contract
or agreement, but oniy to
the ext�nt that such limits or
coverage is included within
the terms of the Coverage
Part to which this endorse-
ment is attached. lf, how
e�er, the written contract ar
agreement specifies the In-
sura�ce Services Office
additinna! insured farm
number CG 20 10 but does
not specify which edition, or
SpL-'Clff@S ar� edition that
does not exist, Paragraphs
9.a.(3j(a) and 9.a.{3)(b] of
this endarserr�ent shafl not
apply and Paragraph 9.b. of
this endorsement shafl ap-
�ly.
10. Braadened Can#ractua! Liability � Work
Wi#hin 50' of Railraad �roperty
If is hereby agreed that Paragraph t.(1] of
Definition 12. "Insured contract" (SEG
TlOid V s DEFINIiIONS} is deleted.
11. Properly �amage ta Borrowed Fquip-
ment
a. The following is hereby adc�ed ta �x
clusion j, Damage to Property of
Paragraph 2., �xclusions of S�G
TION 1 �• COV�RAGES, C�!l�RAC�
A. B�I�I�.Y INJURY A�A PROPe
ER'['Y DAiiflAGE LfABILITY:
Paragraphs (3) and (�) of this exclu-
sion do not appfy fa tools or equip-
mant ioaned ta you, provided they
are not being used to perfarm op�ra-
tions at the time of (oss.
b. Wi#h respect to the insurance pra
vided by this section of the en-
dorsement, the following additianaf
�rovisions apply:
(1j 7he Limits of insurance shown
in the Declarations are rep�aced
by the limi#s designated in Sec-
tion B. �imfts of Insurance, 7'1.
of this enciorsement with respect
to ca�erage provided by this
endorsement. These limits are
inclusi�� of and not in acldition to
the lirni#s being re�laced. The
Limits of ]nsurance shown in
Section B. L�m[#s of Insurance,
11, of this endorsement fix the
most we will pay in any one "oo-
currence" regardless of the
number of:
(aj Insurects;
[b) Claims made or "suits"
brought; ar
(c) Persons or organizations
making claims or bring
"suits".
(2) �eductib[e Clause
(a) O�r obligation to pay dam-
ages on your E�e�alf appliss
o�tly #o the amount of darn-
ages for each "occurrenc�°
which are in axcess of the
Deductible amount stated i�
Section B. Limits of Insur-
ar�ce, 11. of this endorse-
ment, The limits of insur-
ance will nat be reduced fay
the applica#ion of such De-
ductible amount.
(b) Conditian 2. �u#ies in #he
�vent of Occurrence, Of-
fense, Claim or Suifi, ap-
plies to each claim or "suit"
irrespective of the amount.
(cj We may pay any part or all
of th� deductible amount to
ef#ect settlement of any
claim or "suit" and, upan
notificatian of the action
taken, you shall promptly
reimburse us for such part
of the deduc#ible amount as
has been paid by us.
'12, �mployees as Ins�reds � Specified
�ealth Care Ser�ices
It is hereby agreed thai Paragraph
2.a.(1)[d] of S�GiION 11 - W�-10 IS .�N
INSLJFt�D, does nat apply to yo�r "em-
pfayees" who provide professional health
care services on your bahalf as duiy li-
censed:
a, Nurses;
h. Err�ergency Medical Technicians; or
c. Paramedics,
in th� jurisdiction where an "occurrence"
or of#ense to which this insurance applies
takes place.
'i3, Broadened Notice of Occurrence
Paragraph a. of Condition 2. Duties in
the �dent of Occurrence, �ffense,
Claim nr Suit (S�CTIOId Id - C4�'+�1M�RM
GIAL G�IM�RAL LIABI�.IY1( COFdDl�
Includes copyrighted material of Insurance
GA 233 Q2 �7 Services Office, Inc., with its permission. Page 14 of 1�
TIOidS) is hereby deleted and replaced
by the fo�lowing:
a. Yau must see to it that we are r�oti-
fied as soon as practicable of an
"occurrence° ar an offer�se which
may result in a c[aim. To the extent
possible, notice should include:
(�I] Wow, when and where the "aa
currence" or o�fense toak place;
(2) The names and addresses of
any injured persons and wit
nesses; and
(3) The nature and location of any
injury ar damage arising out of
the "occurrence" or ofFense.
This requirement applies only when
t�� "occurrence" or offense is knawn
to an "authorized re�resentative".
Inc�udes capyrigl�ted material af Insurance
GA 233 Q2 07 Services Office, lnc., with its permiss�on. Page 15 of i5
l. I:�1� ��rL1���
f
� ��������� 1 ������� �� ���� ������ �� �1 d„��������
�O�1TI��i�TO�i� �����[�YV�� 1�VSUREI� -141J'T�QVI�,�I� S i ATUS
�iV� AUT��io4T1� �t"�IAl1/ER C�� �IJ��OGo4Tl��l
ill�ll��� ����1��� 1� �f41f�����la! 1��/1�11 �P11�r�� %'►������� � 7
i��lYl� 1 �� /'1����R������1�
This endorsement madifies insurance provided under the following:
COM�VI�ZCIAL CENERAL LI,��IL1TY COV��AG� �A�i
A. Additiona) Insuretl - dwners, �essees Or
Contractors � Automatic Status �oe Other
F'a�ties �illhen �equired � �!lritter� Contract
Or Agreement !Ni#h You
1. Section II- l�Jho � An insured is
amended to include as an additional in-
sured any person or organiaation you
have agreed i� writing h a contract or
agreement to add as an additionai in-
sured on this Coverage Part, Such per
son(s) or organization(s) is an additional
insured on[y with respect to liability fi�r:
a. "Bodify injury", "property damage" or
"personal and advertising injury"
caused, s� whole or ia part, by the
performance of yaur ongoing op�ra-
tions by you or on your behalf, under
that written contract or written
agreement. Ongoing operations does
not apply to "bodify injury" or "proper-
ty damage" occurring after:
{1) All wark, includir�g materials,
parts or equipment furnished n
connectian with such work, on
the project (other than service,
maintenance or r�pairs) to be
per�ormed by or an behalf of the
additional insured(s) at the loca-
tion of the cavered operations
has been completed; or
{�) That portion of "your work" out of
which the injury ar damage aris-
es has been put to i�s inter�ded
use by any person or organiza-
tian other than another contrac-
tor or subcontractor engaged in
pertorming operations for a prin-
cipaf as a pa�t of the same pro-
jeet; and
6. "Bodi[y injury" or "property damage"
caused, in whole ar ea pari, 6y "your
work" perforrr�ed under that written
contract ar written agreement and in
eluded 'n the "products-completed
operations hazard", but only �
{'i) The Coverage Part to which this
endorsement is attached pro-
vides coverage for "bodily injury"
or "property damage" includ�:d
within the "producks-com�ieted
aperations hazard"; and
(2) The written contract or written
agreement requires you to pro-
vide additional insured coverage
i�cluded within the "produc�s-
cornpleted operations hazard"
for that person or organization.
� the writ�en contract or written
agreemer�t requires you ta provide
additional insured coverage includ�d
within the "products-campleted oper-
ations hazard" fnr a specified length
of time for that person or organiza-
tion, t�e "bodily injury" or "properry
damage" must occur prior to the ex-
piration of that period of time n arder
for this insurance fp apply.
�F the written contract or written
agreement requires you 1� provide
additional insured caverage for a
person or orga�izafiion per only ISO
additionaf insured endorsement form
number CG 20 10, w�thout 5pecifying
an edition date, and without specifi-
ca[ly requiring additionai insured
coverage included within the "prad-
ucts-completed operations hazard",
thls Paragraph b. does not appfy to
that person or organization.
2, ff the written contract or written agree-
ment described 'n Paragraph 1. above
specifically r�quires you to provide addi-
tionaf insured coverage to that p�rson or
organization:
a. Arising out of yaur angoing opera-
tions or arising out of"your work"; or
Includes copyrighted materEal of Insurance
GA4i'2 0918 Services OfFice, Inc., wiii� its permissian. �age 1 of 3
b. By way of an edition af an ISO addi-
tianal insured endorsement that in-
cludes arising ouf of your ongoing
operatians or arrsirrg ouf of "your
work";
then the phrase caused, in vvhole or s�
part, by h Paragraph A.7..a. and/or Para-
graph �.i.b. above. whichever applies. is
replaced by ti�e phrase arising out of.
�. With respect to the insurance afford�d to
the additianal insureds described n Para-
graph 4.� � the folfowing additional exclu-
sion applies:
This insurance does not apply to "bfldily
injury". "property damage" or "personal
and advertising injury" arising aut of the
rendering of, or the faifure to render, any
professional architecturaL engineering or
surveying services, including:
a. The preparing, approving or failing to
prepare or approve, maps, shop
drawings, opinians. reports. surveys,
fie[d orders, change orders or draw-
ings and specifications; or
b. Supenrisory, inspection, architectura!
or engineering activities.
7his exclusion applies �ven if the claims
against any insured allege neglig�:nce or
other wrongdoing n the supervision, hir-
ing, employment. training or monitoring of
others by that insured, if the "occurrence"
which cau5ed the °badily injury" or "prop-
erty damage", or the offense which
caused the "persanal and advertising inju-
ry', involved the rendering af, or the fail-
ur� bo render, any professianal architec-
tural, engineering or surveying services.
�. This Paragraph �. daes noY apply to addi-
tional insureds described n Paragraph �3.
�. Bldditional Insured - State Or Governmental
�gency Or Subdivision Or Political Subdi-
vision � Auto.matic Siatus �Ihen Required
� !�lritten �ermits Or Auiharizations
1. Section II- a41ho �s An insured is
amended to include as an additiona! in-
sured a�ty state or go�ernmental agency
or subdi�isifln or politica! subdi�ision you
have agreed "n writing in a contract,
agreement, perrriit or autharizatian to add
as an additiona[ insured on thfs Coverage
Part. Such state ar gov�rnmental agency
or subdivision ar political subdi�ision is an
additional insured only with respeCt to op-
erations performed by you or on your he-
half far whlch the state or gavernmental
agency or subdivision or palitica[ subdivi-
sion issued, h writing, a contract, agree-
ment. permit or authorizat9on.
2. With respect to the insurance afforded to
the additional insureds described h Para-
graph B.i., #�e falfowing additional exclu-
sions appfy:
T�is €nsurance does nat apply to:
a. "Bodily injury", "property damage" or
"personal and ad�ertising injury" aris-
ing aut of operations perFormed for
the federal government, state or mu-
nicipaliry; or
b. "Bodily injury" or "property damage"
included within the "products-
completed operations hazard."
C ihe insurance affQrded to additional insureds
described n Paragraphs A. and B.s
1. Only applies to the extent permitted by
law; and
2. Will not 6e broader than that which you
are required by the writ�en contract, writ
ten agreement. writ�en permit or written
authorization to provide for such addition-
aj insured; and
3. Does not apply tfl any person, organiza-
tion. �ate. governmental agency ar sub-
division or political subdivision specifically
named as an additional insured for the
same project n the schedule of an en�
dorsement added to this Coverage Par�.
D. With respect to the insurance afforded ta the
additional insureds described 'n Paragraphs
A. and B, the following is added to S�ction III
- �irn�ts Of %nsuranc�:
The rnost we will pay on behalf of the addi-
tional insured is �he amount of insurance:
°I. Required by the written contract, written
agreement. written permit or writ�en au-
thorization described 'n Paragraphs A.
and �.; or
2. A�ailable �nder the applicabEe Limits of
Insurance shown n the Declaratians;
whichever is less.
This endorsement shall not Incr�ase the appli-
cable Limits of Insurance shown � the Decla-
ratiar�s.
�. Section 3V �- Co�nmercial General �.iability
Con�litions is amended to add the following:
Automatic,0,dditianal %nsured Pro�is�on
This insurance applies only if the "bodily inju-
r�1` or "property damage" occurs, or the "per-
sonal and adver�ising injury" ofPense is com-
rr�itted:
�i, buring the policy period; and
Includes copyrighted material of Insurance
GA�472 091� Services Offce, Inc., wit}� its permission. L�age 2 of 3
2. SubSequent to your execution of the writ-
ten contract or writtert agreement, or the
issuance of a written permit or written a�-
thorization, described 'n Paragraphs �.
arid �.
F. Except when G. below applies, the following is
adcl�d to Section IV - Commercial Geneeal
Liability Conditions, 5. Other [nsurance,
and supersedes any provision to the contrary:
Mlhen Other AcEditional [nsuped Coverage
Applies On An IExcess Basis
This insurance i� primary ta other insurance
available io the additional insured d�scribed �
Faragraphs A. a�nd �. except:
1, As otherwise provided 'n Section IV -
Co�nmerciaf Genera[ Liability Condi-
tions, 5. Other Insurance, li Excess In-
surance; or
2. For any other vafid and collectihle insur-
ance a�ailable to t�e additional insured as
zn additianal insured by attachment of ai
endorsement to another insuranee poficy
that is written m� excess basis. h such
case, this insu�-ance �s also excess.
K
G. The following is added to Section I!/ - Com-
meecia! Geneeal Liability Conditions, �.
Other Insurance, and supersedes any provi-
sion to the contrary:
P�mary lnsurance 1Nhen ReqaiPed By Writ-
ten Contract, AgPeernent, Permit O� A�-
thorizafion
Except when wrap-up insurance applies to the
dairn or "suit` cn be�alf of the additional in-
sured, this insurance is primary to any other
insurance availabie to the additional insured
described 'n Paragraphs A. and �. provided
t�at:
9. The additiona! insured is a Narned I�
s�red under sud-i other insurance; and
2, You have agreed n writing n a contract,
agreement, permit or auihorization' de-
scribed ir� Para�raph A. or �. ihak this in-
surance would be primary to any other ir�r
surance availabfe to the additional in-
sured.
As used 'n this endorsement, wrap-up insur
ance means any insurance provided by a con-
sofidated (wrap-up) insurance program.
PPimar�r Ared �loncontributoFy Insurance
1�Hhen Reauired By 4'ilrit�en ContPaat,
Agreement, Perr�tit Or AuthoPization
Except wi�en wrap-up insurance applies to the
daim or "suiY' cn behalf of the additional in-
sured, this insurar�ce is prlmary to a�d will not
seek contribution from any other insurance
availab[e to the additional insured described 'n
Paragraphs A. and �3. pro�ided that:
1. The additional insured is a Named ln-
sured under such other insurance; a�d
2. You have agreed in writing n a contract,
agreement, permit or authorization de-
scribed � Paragraph A. or �3. ihai this in-
surance wouid be primary and would not
see}c contrfbution from any other in5ur-
ance available to the additional insured.
As used 'n this endorsemer�t, wrap-up insur-
ance mear�s any insurance pro�ided by a con-
solidated (w+-ap-up) insurance program.
Section 1V - Corttmercial Gener�f Li�bility
Condiiions, 9. Transfer Of Rights Of �3e-
covery Against Othefs 7o Us �S amended by
the addition ofthe following:
We waive any right of recovery +n� may ha�e
against any addikional insured �nder this en-
dorsemeni agair�st vuhom you ha�e agreed ta
waive suc� right of reco�ery n a wriiten con-
tract, written agreement, written p�rm �t or writ-
ten authorization because of payments w�
make for injury or datnage arising out of your
ongoing operations or "your work" dane under
a written cantract, written agreement, written
permit or written authorization. Howe�er, our
rights may only be waived prior to the "occur-
rence" giving rise to the injury or damage for
which we make payment under this Coverage
Part. The insur�d must do nothing after a loss
to impair our rigF�ts. At our request, the insured
wil! bring "suit" or transfer thase rights ta us
arxl help us enforce those rights.
Indudes capyrighted material of Insurance
GA472 0918 Services Offce, Inc., with its permission. Page 3 of 3
iHIS ��dD��S�I�iEN� CFid�tVC�S 7H� PO�I�Y. P�EAS� AEA� IT CAR��I�LI.I(.
���������� ������� �� ��������
This endorsement modifies insurance pro�ided under the following:
BUSIMESS AlJ�O C4d�RAG� FORM
CARAG� CO�I�RAC,�E FORYMlI
T�is endorsement changes the policy effec#ive on the inception date af the policy unless another date is indi-
cated befow.
�ndarsement Effecti�e:
p7-31-2020
Named Insured:
Palicy Number:
EBA 04�4 87 12
NORTH TEXAS CONTRACTING INC
Gountersigned �y:
With respect ta coverage provided by this endorsement, the provisions of the Goverage Form apply ur�less
modified by the endorsemen#.
SEC�ION ll -�IABI�IiY C�VERAG�, A. Co�er�
age, l. {Mho is an Insured is arnended to include
as an insured any persan or organization with
which you ha�e agreed in a �alid written contract
to provide insurance as is affarded by this policy.
T�is provision is limited to the scope of the valid
written contract,
This provis9an c�oes no# apply unless the �alid
written cantract has been executed prior to the
"bodily injury" or "property damage".
AA 4y71 11 05
iHIS ��l�t]RSEflfii��Ji CH�NC�S �'FI� ���ICY. �L�AS� R��D [i CAR�FUL��Y.
��Si�i��1�'��] [�I�U��D
This endorsement moc[ifies insuranoe provided under the �ollowin�:
BU5INESS AUTO COVERAGE L�ORM
GARAC� COVERA(9E FORM
MOTOR CARRI�R COVERAG� FORM
TRUCKERS COVERAC�E FORihA
With respect to ooverage provided by this endorsement, the �rovisions of the Coverage Form apply unlass
modified E�y this endorsement.
This endorsement identifies person(s) or organ�zation�s) who are "insureds" under the Wha is an Insured Pro-
vision of the Coverage Form. This endorsement do�s not alter caverage pro�ided in the Coverage Farm.
This enciorsement changes the policy efifective an fhe inception date of the policy unless anoth�r date is indi-
cated below.
Endorsemen# Effective Policy No.
07-31-2020 E8A 044 $7 12
Narr�ed Insured
NORTH TEXAS CON7RACTING I�C
Countersigned by
{Authorized Representative)
SCHI�Dl3�E
Name of �erson(s) or Organi�ation(s):
"fhis endorsement is blanket for all persons or entities required by the Prime Agreament.
Applies to all projects performed by �larth Texas Contracting, Inc.
{lf no en#ry appears above, information required to compl�te this endorsement will be shown in the Declara-
tians as applicable to the endarsement.)
Each person or organization shown in the Schedule is an "insured" far Liability Ca�erage, but onlyta the e�ctent
that person or arganization qualifies as an "insured" under the Who is an Insured Provision contained in Sec-
tion {f ofthe Coverage Form.
CA 20 �38 02 99 Copyright, Insu�ance Services O�ce, Inc., 1998
TblS �NDORS�iVI�NT CHA�lG�S TI-IE PO�[CY. P�,EAS� READ IT CAR�FU��Y.
�L,�,�I�C�i VV�l1/�R O� ��J�����i I�YV a o�►l1iC�
This endorsement modifies insurance provided under the foliowing:
BUSWESS AUTO COVERAGE FORM
This endorsement cha�ges the policy efFective on th� inception date of the policy unless anothar date is incfi-
cated belaw.
Endorsement Ef�ective:
07-31-2420
Policy Number:
EBA 044 8712
Named lnsured:
NOR7H TEXAS CONTRACTING INC
Countersigned by:
With respect to coverage provided by this endorsement, the provisions of the Coverage Fo�m apply unless
modified by the endorsement.
1. Blanfcet Waiver of Subrogation
SECTION N- BUSINESS AU70 CONDI-
TIONS, A. Loss Conditions, S. Transfer of
Rights of Recovery Against Others ta Us is
amer�ded by the addition of the fallowing:
We waive any right of recovery we may have
againsi any person or organization because af
payments we make for "bodily injury" or "prop-
erty damage" arising oui o# the operation of a
covered "auto" when you have assumed kiabil-
ity for such "badily injury" or "pro}�erty damage"
under an "insured contract", pravided the "bad-
ily injury" or "praperty damage" occurs subse-
quent to the execution of the "insured con-
tract".
AA 4"�72 09 09
TWIS €fd�O�S�Y�I�NT CH,�NC�S 7H1� �OL1CY. F'L�AS� R��+� I`T' CAR��'IJL�Y.
P�.1�'�I�1�Y ��+1� �V�iV�O�V�RI��ITO�Y ��I�I�RA�C�
This endorsement modifies insurance pro�ided under the foilowing:
BUSfNESS AUTO COVERAGE �OR�hlI
T��s endorsement cha�ges the palicy effectiv� on the inceptian date of the policy unless another date is indi-
cated below.
Endorsement �fFecti�e:
07-31-202q
Policy Number:
EBA 04�4 $7 12
Named [nsured:
NOR71-I TEXAS CONTRACTIIVG INC
Countersigned by:
With respect to coverage pravided by fhis endorsement, the provisions of the Co�erage Form appiy unless
modified by the endarsement.
1. Noncontribuiory Insurance
SECTION IV - BIJSIN�SS AUTO COf�DI-
TIONS, B. General Conditions, 5. Other in-
surance is replaced by the follawing:
c. Regardless of the pro�isians af Para-
graph a. above, t1�is Coverage Forrr�'s l.i-
ability Co�erage is primary and we will
not seek contribution from any other in-
surance for any 1iaf�i[ity assumed under
an "insured contract" that requires liabi�ity
to be assumed on a primary noncon-
tributory basis.
AA 4474 'i1 05
Policy Number: EPPD448712
�'iilS �IN�A�3S�iW�N� CHAMG�S TH� P�LICY. R°���� R�� IT CAR��ULLY'.
AUT��A'TIC i��N-C�� i R1�U���tY ��V��G�
EN�����IVI�N� � V'VHE�� R�QL�IR�D �Y iAl�l� 1��V ��t�i�C�
This endorsement madifies insurance pro�ided under the following:
COMMERCIAL UM�R�LL� LI�ILI�1' COVERAGE P�3i
SCH�DULE
�.I�'fITS O� iPdSlIFiANC�:
$ 5,000,000 Each Occurrenc� Limit
$ S,QOO,OQO Aggregate Limit
CO[Nl1PI��CIA� UM66t�L,�A �IABILI I Y CAV�RA�� FOFti1M, US 101 and US 10'! UPIPI, is amended as follows:
A S�C��OId III s L[Il�lli� O� INSU�C� is
amencfecf to add the f�llawing=
�, For the purposes of this endorsement on-
ly, fhe Limits of Insuranoe stated in the
Schedu[e of this endorsement and de�
scribed below will apply on a"no�n-
co�tributory bas�s within the parameters
set farth in S�C�ION III � LIi19111�S AF IPIs
SU�CE of the Coverage Part to which
this endorsement is attached:
We will no# pay more on behalf of a"non-
contributory additional insured" than the
lesser of:
It is agreed that this condition does not
apply to the "non�ontributory addifional
insured's" awn insuranoe program.
This exception to the Other lnsuranoe
Conciition shall only apply if the applicab[e
"underlying insurance" applies on a "nor}
contributory basis" for such "non-
contributory addiiional insured" and only
to the e�ctent of the specific limits af insur-
anoe required in a written contract or
agreement on a "non�ontributory basis"
that is in exc�ss af the "underlying insur-
anoE".
2. The fo[[owing condition is added:
a, `fhe Limits ofi fns�ranoe stated in the
Schedule of t�is endorsement; or
b. The limit5 of insuranoe required in a
written oontract on a "non-
contributary basis" far such "nan-
contributory additional insured", but
only to the ex�ent the required limits
of insurance are in axoess of the
"underiying insuranoe'; or
c. 7he �imits of Insuranoe available a#�
ter the payme�t flf "uEtimate net loss"
on any insureci's behalf frnm any
claim or "suit".
7his provision is inciuded within and do�s
not act to increase the Limits of Insuranoe
s�ated in the Declarations.
B. S�C710N i!! � COMDITIONS is amended as
#ollows:
1. Condition 9. �`ther lnsurance is amended
to add tf�e following:
1�. As a precedent to the receipt o�' in-
suranc� ooverage hereunder, fhe
"non�ontributory additional insured"
must give written notioe of such daim
or "suit", including a demand for de-
fense and indemni�y, to any other in-
surer who had co�erage %r the claim
or "suit" under its polides. 5uch no-
tioe must demand the full coverage
available and the "non-contributory
additional insured" shall not wai�e or
limit such other a�ailabfe co�erage.
'This condition does not apply to the
"non�ontributory additional insured's"
own �nsuranoe program.
C. S�CTIi]N I!! - D��INITIONS is amended to
add the foilawing:
30. "Non-conir�butory additional insured"
means any person or organizatian:
a. Qualifying as an additional insured
under S�CTIOId II � lNHO IS /�V I�ln
SUEtED, Paragra�h 3, of the Cover-
Includes copyrighted material of ISO
L�S 4096 'i1 16 Prop�rties, Inc., with its permission. Page 1 of 2
age Part to whid't this endorsement is
at�ached; and
b. Being granted additiona! insured s#a-
tus on a"non�on#nbutory basis" in
t}�� "underEying insuranoe" as re-
quirad in a written oontract between
an additional insureci and a Named
Insured prav�ded:
(1) ihe written cantract or agree-
ment is executed before the "oc�
currenoe" resul4ng in "bodily in-
jury', "personal and ad�ertising
in�ury" or "properky damage" for
which caverage is being sought
under this endorsement; and
(2) The written contract or agree-
ment requires a speafic limit of
insuranoe on a "non-contributory
basis" that is in excess af "un-
d�rtying insuranoe".
31. "Non-coniri�utory basis" means that the
limits of insuranoe of the Go�erage Par� to
which this �ndorsemer�t is attached apply
to insured loss on behalf of the "non-
contributory additional ins�red" prior to
limits of insurance from other insuranoe in
which #he "non-contributory additional in-
sured" is a r�med insured.
Includes copyngl'�ed material afilSO
US 409611 16 Properties, �nc., with its permission. Page 2 of 2
�"��
���� g�r�+��
�i� 4l'!['v
�xSUAAdCE GAOur
Adminislrativa DHices �'CM 60 01 (Ed. 08 15)
303 E.4'" Street Policy Number: PCM�235470 03
Cincinnali, Dhio A52P2
Fel: 9-5i3-86g6000
����� �������� � � � �������� ��`�����
PRO���SIAN�L AND CON � RA��If�C 5��.111�ES
L NVIFtANI�I��I'fAL l�ld�►��LliY IIVSI�Ii�NC� ��LICI(
THIS POLlCY CORITA1�iS SOIYtE CLAI�S �riA�k A�dD REI�ORTED CO!l�RAGES. RE�►D IT CAREFULLY.
SDAII� O� TH� COV�RAG�S CONiAl�1�0 �IITHiid THIS �O�ICY R�QUIR� 7HAT A C�AI�'IA �� iNADE AGAI�'dS�
TH� I�lStJRIED DURIidG �'�IE �'OLICY �'EL310� AND R�I�O�t��D i0 Tb� COIIAPANY DUltl�dG 7b� POLICY �'ERIOD
OR, IF APPLiCA�BL�, THE EXT�idDED REPOFtTIidG �ERIOD.
SOiI►'1� OF THE �RO!lIS10MS CONTAIN�❑ Ifd 7HIS POLICY RFSTRICT CO!!ER/1GE, SPECIFY b61HAT iS AND IS
INOT COV�R�D ANCI DESIG�dAT� R[GWTS AtdD DU�'iES. �.�GAL EXPEY�iS� !S SUBJECT i0 AND �lEIIL.L EROD�
THE L.IM17 O� LIABI�I�Y A�'d� ARlY APPLICABLE S@L,F�IMSUR�D R�7`E�1TI0�l.
In this Poficy, "the Company" ref�rs to the company pro�iding this insurance. Some other words and phrases that appear
in capital letters have special meaning. Refer to Section �I — DEFWITIONS.
In consideration of the payment of the Policy Premium and in relfanee upon the statements contained in the Applicatio�
and any other supplernental materials and information submifted in cannection with the Application, and subject to all the
terms, conditians, exclusions and limitations of this Policy, the Company agrees to pro�ide insurance coverage to the
INSURED as desc�'ibed herein:
S�C�'ION I, 1�dSlJRING AGE��EV�'l��d�S
�ACFi OF TH� �OLLO�IdIiNCC C01/�RAG�S IS IN EFFECT ONLY fF LlfIPI�iS OF �.IABlLITY ARE I�lDICAT�C] FOR
SUCH COVERAG� I�i iH� D�C�A�ATIOI�S. �ACH CO!/�RAG� iHA`� IS 1� �FF�CT 15 SUBJECT TO SEC710R! VI.
�,IMI� OF L.IA�ILITY AR1D S��FaItdSLIR�D �t�i�N710N.
A. ,COl/ERAG� A �— PROFESS101VAL LIABILITY
7he Company wilf pay on behalf of the WSURED for LOSS and related LEGAL EXPENS� because of an actual or
alleged act, error or omissinn in PROFESSIO�IAL SERVICES, which the INSl1RED becomes legally obligated to pay
as a result nf a CLAIM first made againsf the INSUR�D during the PDLICY PER10�, but only if the INSUR�D reparts
tF�e CLAIM #o the Company, in writing, during the P�LICY PERIOD ar, if applicable, the �XTENQ�D REPORTING
P�RIOD.
B. COVERAC� B— OCCLJRRENCE CO�l7RACTITIG S�RV{CES IPOLLlJTlO�'+i LIABiLliY
The Company will pay on behalf of the {NSURED for LOSS, Cl.EAN-UP COSTS, and related LEGAL EXPENSE
becaus� of a POLLUTION COND1710N at, or migrat9ng from, a JO� SITE that arises from CONTRACiING
SERVICES ar COMPL�TED OPERATIONS:
1. which the INSUREQ becomes legally obligated to pay as a result af a CLAIM because of BODILY IMJURY,
�'RO�EF2TY DAMAGE ar �NVIRONMENTAL DAMAGE that occurs during th� POLICY P�RIOD; or
2. if, during the POLICY P�RIOD;
(a) the PO�.LUTiON CONDITiON first begins;
(b) t�e INSUR�D first discovers the POLLU'�iON COND1TkON; and
(c) th� INSURED first repn�ts the POLLUTION CONQI�iON to the Company, in writing.
(Page 1 of 21)
PeM �o 01 ��d. os � ��
C. COVERAGE C— POL�UTION LEGAL LIABfLITY �R1SIN�G FRONI A� OVNNED LOCATI�Pd
The Company will pay an behalf af the INSURED for LOSS, CL�AN-UP C05TS, and related LEGAL �XPENSE
because of a POLLUTION C�NDITION migrating from a COVERED LOCATION:
1, which the INSURED becomes legally abligate;d to pay as a resuli af a CLAIM first made against the INSUR��
during the POLICY PERIOD; nr
2, if, during the PDL.ICY PERIOD, the INSURED first discovers the POLLUTION C�NDITION,
but only if:
(i) the INSURED noiifies the Company of the CLAIM or POLLUTI�N COiVpITION, in writing, during fihe P�LICY
PERIOD or, if applicable, the EXTEN�ED REPORTIIVG PERlOQ; and
(iiy the POLLLITION CONI]ITfON originates at a COVERED LOCA710N and subsequenfly migrates from that
loca#ion; and
(iii) the POLLUTIOIV CONDITION first foegins and ends within a periad of seven {7) consecufi�e days.
D. COVERA.GE D� OCCURREMC� FdOE!-0lNMED DIS�OSAL SfTE
The Company will pay on behalf of the 1NSURED for LOSS, CL�AIV-UP COSTS, and refated LEGAL EXPENS�
because of a POLLUTION CONC]ITEON on, at, under, or migrating from a NON-OWNED DISi'OSAL SITE, which the
INSURED becornes legally obligated to pay as a result of a CLAfM because of BODlLY INJURY, PROP�.RTY
DAMAGE or ENVIRONMENTAL DAMAGE �hat occurs during the POLICY PERfQD.
�. COl/�RAGE �— OCCUR��PlC� I�d-BOUidD APdD OU�'�BOL1f�U CONTI�dG�Rl7 TRAMSPORiA�IO�d CO�/E1�AC�
The Company will pay on behalf of the IIVSURED for LO5S, CLEAN-UP COS`fS, and related L�GAL EXF'ENSE
because of a POLLUTION CONQ1710N arising from the INSUR�D's goods, prnducts, or waste, during the course of
transportation by a CARRIERto orfram:
1. a JOB SI7E; nr
�. a COVERED LOCATI�N,
including any loadjng or unloading of such gaods, products, or waste, which the INSURE.D becor�es legally obligated
to pay as a result of a CLAIM because of BODI�Y INJURY, PRO�ERTY DAMAGE, or ENVIFtONMEN7AL DAMAGE
t�at occurs during the POLiCY PERIOD.
F. COl/�R�+GE F— YIAI�ICATION COS7S COVERAGE
The Company will pay the INSURED's MiTEGATION COSTS because of an actual act, error or orr�ission in
PROFESSIONAL SERVICES, buf only if:
1. the PRO�ESSIONAL SERVICE.S were rendered su�sequent to the applicabfe Retroactive Date, but prior to
the end of the POLICY PERIDD;
2, during the POL.ICY PERIDD and priar ta incurring any MITIGATION COSTS, the INSLfREQ provides the
Campany with:
(a) written notice of such aci, �rror flr omissian in PRO�ESSIOIVAL SERVICEB; and
(b) a prnposed writfen plan for correcting such act, error or omission, along with documentation
supporting the reasonableness and n�cessity of such proposed pfan;
(Page 2 of 21)
�cM sa o� ��d, os ���
3, all MITIGATION COSTS are appraved by the Company, in writing, prior to being incurred by th� WSURED;
and
�4, the MITIGATION COSTS are not covered under any other Ca�erage afforded under this Policy.
SECTION ll. DEFIFVITIOk�S
A. ADDITIOk�AL FdA➢UI�D IidSURED means any person, organiza#ion, or �ntity identified as an A[]DITIONAL NAMED
INSURED in an endorsement issued by the Company.
B, AUTOMO�I�� means a land motor vehicle, trailer, se�ni trailer, mobile equEprr�ent, or off-road motor �ehicle, including
a�y machinery or apparatus attached #f�ereto.
C. BODILY INJLJ�3Y means:
1, physical injury, sickness, disease, ar building-related illness sustained by any person, including death
resulting therefrom and, solely with regard to khis I#em C.1., any accompanying medical or environmental
manitaring;
2. court-ordered medical monitoring; or
3. mental anguish, emotional distress, or shock,
caused by a POLLUT�ON CONClIT14N.
D. CARRIER �neans a person or entity, other than an INSUREQ or any subsidiary or affiliate company of an INSURED,
engaged by or on behaif of the INSUR�� to transport material by AUTOMOBILE, aircraf�, watercraft, or rolling stock,
but only if such p�rsan or entity is praper�y licensed to transport such material and in the business of iransporti�g such
materiai.
IE. Cl..AI�r7 means a demand, notice, or assertion af a legal right alleging liability or responsibility on the part of f�e
INSURED because of: (i) a POLLUTION CONDITION; or (ji) an aetual or alleged act, error or omission in
PROFESSIONAL SERVICES, incfuding but not be limited to lawsuits, orders, petitions or governmental or regulatory
actions filed against the INSURED.
F. C�EAfd-CIP COSTS mean ihe reasonable and necessary expenses incurred ko in�estigate, remo�e, disposa af,
abate, contain, treat, or neutralize a POL.LUTION CONDITION, incluciing any associated monitoring and testing costs:
9. to the �xten� required by federal, state, local or provincial laws, including but not limited to statutes, rules,
ordinances, guidance dacuments, regulations and all amendrr�ents thereto, including siate voluntary cleanup
or risk based corrective action guidance, governing the lia�ility or responsibilities of the WSURED; or
2. in the al�sence of items in 1. above, to the extant recammend�d by an ENVIRONME�fTAL PROF�SSiONAL.
CLEAN�UP COSTS inc�ude:
(a) REI'LACEME�VT COSTS;
tb) EMERGENCY RESPONSE COSTS;
(c) any assaciated puniti�e, exemplary, or multiplied damages where insurable by {aw; and
(d) ci�il �nes, penalties and assessments, but o�ly to the extent #f�ey: (i) arise solely from the investigation,
remo�al, disposal of, abatement, containrt�ent, trea#ment or neutralization 4f a POLLli710N CONDITION; (ii)
are imposed by a government entity acting under authority of applicalole federal, stake, locai or pro�incial laws;
and (ii9) are insurable by Iaw.
(Page 3 of 21)
PCM 60 01 (Ed. 08 15}
C. COM�L��'�D O�ERA'ilOidS mean CO�TRACTING SERVIC�S that are completed. COMPLETEQ OPERATIONS
do not include any C�NTRACTING SERVICES that ha�e not been completed or ha�e otherwise been abandonecf.
CONTRACT{NG SERVICES will be cansidered comple#ed at the eari3est of the follow�ng iimes:
1. w�en all CONTRACTING SERV[CES to be performed under the contract ha�e been completed; or
2. wf�en a{I CONTF�ACTING SERVECES to be performed at the JOB S17E have been completed; ar
3, when thai portion of the CONTRACTING S�RVICES has b�en put to its intended use by any person or entity
other than another contractor or subcontractar working on the sart'te projecf.
CONTRACTING S�RVIC�S that may require further maintenance, ser+rice, correction, repair or replacement, but are
otherwise complet�, shall be deerned comple#ed.
H. COPdTk�AC�'iPdC S�RV�CES mean any contrac#ing ser�ices stated in the C]eclarations, or scheduled as such onfo this
Falicy by an endorserr�ent issued by the Campany, performed by or on be�alf of the INSURED at a JOB SITE.
�. COV�R�D �OCATIQN means any location stated in th� Declarafions or any location scheduled as such onto this
Policy by an endorsement issued 6y �he Company. COVERE� LOCATIDN does not include a JOB SITE.
J, �€IAERG�NCY RESPOPdSE COSTS mean costs, charges or expens�s i�curred by the INSUREC] on an emergency
basis, where delay on the part of the INSUR�.D would cause injury to persons, damage to property, or increase
significantly the cost of responding fo a POLLUTION GOiVDl7'[ON. The INSUREC] shal! notify t�e Campany af afl
such expenses immediately afier the emergency �nds.
X. �INVIRDIdfVlEfdiA�. �AY1r'rAGE means physical injury to the atmosphere, structures, soil, su�face wat�r or grounc{wa#er
arising from a POLLUTION CONDITION and resulting in CLEAIV-UP COSTS. ENVIRONMENTAL �AMAGE cioes not
include PROPEf�TY DAMAG�.
L.
�f.
�V�VIRO�IMEN'�AL PI�OF�SSI4NAL means an indi�idua[ designated by the Company who is du[y certified or
licensed in a recagniz�d field of environmental science as required by a state 6oard, a professianal associatian, or
both. 7he Company shall consult with the FIRST NAM�D 1NSURED in conjunction with the seiection of the
ENVIRONMENTAL PROFESSI�NAL, The Company may require that such profiessional meet certain minimum
qualifications and maintain errors and omissions insurance.
�X�I�R�D�D R�PORTI4�G �'ERIOC] means the Automatic E�ctended Report�ng Period or, if applicable, ths Optional
Extended Reporting P�riod described in Section V. of tf�is Po[icy.
N. FIRSi PdAM�� INSUFt�D means the person or enf:ty stated in Item 1, of the Declarations.
O. GREEP! Bl!lLDING MATERIALS m�an any building producis or consfruction materials that are recognized by The
Leadership in �nergy and En�ironmental Design (LEED�) or Energy Star as: (i} being en�ironmentaliy preferable or
sus�ainable; or (ii) providing enha�ced energy efficiency.
P. lNSURED means:
1. the FlRS7 NAMED INSURED;
2, any AD�ITIONAL NAMED INSURED; and
3, any present or former director, officer, parfner, member, er►�playee, leasecf or femporary worker of the FIRST
NAMED INSUR�D or a�y ADDITIOIVAL NAMED iNSUREQ, while acting within the scope of hislher dutjes as
such; and
4. any organization or entiiy, in existence at any time prior to the POLICY P�RIOQ, in which the FiRST NAMED
INSURED has: (i) an ownership i�terest of ffty percent �50%) ar more; or (ii) control o�er the management
tF�ereof; and
(Pag� 4 af 21)
PCM SQ 01 (�d. OS 15)
5, any joint venture in which the FIRST NAMED lNSURED or any A�DITIONAL NAMED IIVSURED is named as a ca
venturer, but solely to the e�ctent such FlRST NAMEb INSURED or A�D�TIONAL NAMED WSIJRED is liable
because of its perFormance CONTRACTlNG SERVICES pro�ided under such joint �enture; and
6. salely wifh regard ta Coverage B under this Policy and on�y when �equired by writien contract, !NSlJREQ also
includes:
A. ihe client for whom the INSURED per�orr�s CONTRACTING SE.RVICES provided that such contrack was
signed by the INSURED and such cli�nt prior to the date the POLE.UTION CONDITION first commenced.
However, the client is induded as an INSIJR�D under fhis Pa[icy sol�ly to the extent that the client is found
fia6le hased upon CONTRACTING SERVICES negligently p��formed by an INSLlRE� other tf�an tE�e client.
No co�erage will be pro�ided far such �ntity's own n�gligence or stricf liabil�ty; and
B. any entity unrelated fo t�e FIRST �AM�D fNSURED or any ADDITIONAL NAMED IIVSURED, pro�ided tha#
such cantract was signed by the [NSUREQ and the client far wham the INSURED performs C�NTRAC`iING
SERVICES prior to the date the POL.LUTION CONDI710N first commenced. Hawe�er, such entity is included
as an INSUREi] uncier this PoGcy solely to the extent that it is found liable based updn CONTRACTlNG
SERV�CES negligently performed by an INSURED other than such entity, No coverage wilf be provided far
such entity's own negligence or strict liability.
Coverage for s�ch client ar entity under this Poficy shail not �xceed the lesser af the following amounts;
(i) tF�e �imit of Liability required under such written contract; or
(ii) the applicable Coverage B Limit of L.iability �f this Policy.
Notwithstanding Section lX. CONDiiIONS, ltem N. OiMER INSURANCE, and only when required by such
written contrac#, the coverage afFarded under this Policy for any person or entity who �s an INSUREo solely by
reason of subparagra�h 6. of fhe Definifion of lNSURED will apply as primary as to any other �alid and
collectible insurance a�ailable to such IlVSUR�D.
Q. JOB S1TE means a location ai which CONTRACTING SERVICES are perFormed. JOB SITE also includes real
praperty ren�ed or leased by the INSURED during the caurse of perfarming CONTRACTIIVG SERVICES, bufi only if
such real proper�y is utilizeci in direct support ofi such CONTRACTING S�RVICES. Nowe�er, JOB S17E does not
inc�ude any:
1. COVERED L�CATION; or
2, other location that is martaged, operated, owned, or leased by an 1NSURED or any subsidiary or affiliat� of an
lNSURED, except for any such locatian that is rnanaged, operated, awned, or leased sole{y by any person or
organizafion that is an INSURED onfy by reason of subparagraph 6. of the definition of INSUR�D.
R. LEGAL EXPENSE mear�s attflrneys' fees and other charges and expenses incurred in the investigatian, adjustment,
defense, or settlement of any CLAIM for LOSS or CLEAN�UP COSTS, or in connection wiih the �ayment of any
CLEAN-UP COSTS. L.EGAL EXPENSE �ncludes the fees and expenses of consulta�ts, expert witnesses,
accountants, court reporters, and other vendors, for goods ar services in connectian with such investigation,
adjustment, defense, or settlement, whether incurred by the INSUR�D, defense counsel, or the Company.
LEGAL �XPENSE also ir�cludes costs of appeal bonds, and pre judgment and post judgment int�:rest.
LEGAL EXPENSE does not include salary charges of regular ernploy�es or officials of the Company, fees and
expenses of su}�ervisory caunsel retainc�d by the Company, or th� time and expense incurred by the INSURED in
assisting in ihe investigation or resalution af a CLAiM or in connection w[th CLEAN-UP COSI"S, including but not
lirnited to fhe casts of fh� INSUREa's in-ho�se counsel.
(Page 5 of 21)
PCM 60 01 (Ed. O8 95)
5. LOSS means:
�i. solely wifh regard to Coverage A, a monetary j�dgment, award, or setkEement of:
{a) compensatory damages; or
(b} punitive, exemplary or multiplied damages, ci�il fines, penalties and assessm�nis, where i�surable by law;
�. with regard #o any co�erage(s} other than Co�erage A, a monetary judgmeni, award, or settlement of:
(a) eompensatary damages; or
(b) punitive, exemplary or multiplied dama�es, civil fines, penalties and assessments, where insurabEs by
law,
because of BObILY INJLJRY or PROPERTY DAMAGE.
Nowe�er, L05S does not include any:
(i) return, refund, or disgorgement of any INSUR�D's fee or ather sum, whether or nai the WSURED receiv�d it
for PROF�SSIONAL SERVICES, �xpenses, or otherwise;
�iij cost of r.�mp�ying with any injunctive or other equitable relief; or
tiii) liquidafed damages, whether sueh liquidafed damages are pursuant to contract or otherwise.
i. iIA��I�TIO�V means the process by which a neutral third party evaluates a C�AIM and provides non-binding
recommendations in an effort to facil�tate a resolution of such CLAIM.
lf. MITIGAiiOCd COS75 mean the reasonable cos#s and expenses that are necessary to:
1, pre�er�tfurther harm, injury �r damage ta pe�-sons or tangibfe property; or
2. reduce the fiVSURED's liability to any person or organization that is not an INSURED, but only if the
INSURE� expec#s to incur such IiabifEty as a direct result of an act, error or omission in the PRO�'ESSIONAL
SERVIC�S.
However, MITIGATIOIV COSTS do not include: (i) any af the 1NSURED's o�erhead, mark-up, profit or labor-costs; {if)
any consequential damages or cas#s, including but not limited to delay damages, cost over�runs, lost prof[ts,
liquidated damages, or foss af use; or {iii) any work that is a betterment or exceeds #he scope of the original project.
V, MOLD MATT�R rneans rriold, mildew, or any ty{�e or form of fungus, including any mycotoxins, spores, or loyproducts
produeed or released by fungi.
!N. NON�06NN�D DISPOSAL. Sl�� ("�10DS") means a location used for the trea#ment, storage, or disposal of waste, but
anly if:
1. the waste is generated by CONTRACTING S�RVIC�S or at a COVERED LOCATION; and
2. the NODS is not rnanaged, aperated, owned, or leased by fhe INSURED ar any subsidiary or afFiliate of t�e
INSURED; and
3. tE�e NODS is permitted andlor licensed 6y any federal, state, local or provincial authorities to accept sucF�
material as of the date of th� treatrnent, storage, or disposal; and
4. the NODS is not listed on a proposed or final Federal National Pria�ifies i.ist ("NP�."} and any State or
Provincial equivalent NPL, Superfund, or Hazarcfous Was#e list prior to the trea�rnent, storage, or disposal.
(Pag� 6 of 29 }
PCM 60 01 (�d. 08 15)
X. POLICY P�RfO� means the period staied in Item 2. of the D�clarations. Hflwever, if this Poiicy is cancelfed by eif�er
tF�e FIf25T NAMED IIVSURED or the Company, the policy period ends at th�: e�Fecti�e date and tirne of the
cancellation.
Y. POL�,UTAI�TS mear� any soEid, liquid, gaseous or thermal pollutant, irritant or contaminant, including but not limited to
smoke, vapors, odOrs, soot, fumes, acids, alkalis, toxic chemicals, hazardous suhstances, petroleum hydrocarbons,
waste, incfuding rnedical, infectiaus, red bag, and pathological wastes, legionella, efectramagnetic fields, MOLD
MA7T�R and low-le�e! radioactive waste and rrtaterial.
Z. POLLUTIOiV CORlDtiION rneans:
�f. the discharge, dispersaL release, seepage, migratiaR, or escape of POLLUTANTS into nr upon land or str�ctures
tE�ereupon, the atmosphere, or any watercourse or 6ody of water includir�g groundwater;
2. the illicit abandonment o# contained or uncontained POLLUTANTS at a J�B SIT� ar COVERED LOCATION, but
onfy if such abandonment was committed by a persa�(s} or entity{ies) otF�er than an INSUR�D and without fhe
knowiedge of any RESPONSIBLE PERSON;
3, the existence of MOLD MATTER, on, at, or within a building or structure;
4. tF�e discharge, dis��rsal, release, ar escape of inetharr3phetamines �r other chemicals associated with
methamphetam�ne laborataries wft�[n a building or structure, and
�. solely with regard to Coverag� E, the ilficit abandonment of any waste beyond the lega! boundarias af a COVERED
�.00ATION by a CARRIER, but only if such abandonment was committed by a CARRIER that is not an INSUR�D
ancE wifhouf the knowledge of any RESPONSIBL� PERSON.
AA. PROF�SSlOPd�,L SERl/iCES mean:
1. solely wit� regard to Coverage A, any �Orafessional services stated in fhe Declarations, or scheduled as such onto
this Poiicy by endorsement issued by #he Campany, perFarmed by or on behalf of the iNSURED, and
�. sole�y wifh regarcf to Coverage F, design, design assist, engineering, dr �alue engineering performed by the
INSkJR�D.
B�.PROPERYI' C]A�IAAG� rrieans:
1. physical injury ta, or des#ruction af, the real pro�erty or tangibl� p�rsonal properly of any: (a) persor� or
organization that is not an INSIlREa; or (b) any person or organization tF�at is an INSURED onfy by reason af
subparagraph 6. af the definifion of WSURED, including the resulting loss of use of such property; or
2. loss of use of such property tha# has nni be�n physically injured or desfroyed;
3. dimir�ution in the �alue of such properEy; or
4, natural resource darnage which rneans the physical injury to, or destruction of, as w�ll as the assessment of such
injury or destruction, including ihe resulfing loss of �alue of land, fish, wildlife, biota, air, water, groundwater,
drinking wat�r suppfies, and other such reso�rces belanging to, managed by, held in trust by, appertaining to, or
atherwise con#rolled by t�e United States (including the resources of the fshery conservafion zone established by
the Magnuson-Ste�ens Fishery Conservation and Mar�agement Act(96 U.S,C. 1801 et. seq.j), any 5fate, Local or
Provinciaf go�ernrnent, any foreign go�ernment, any iVati�e American tribe, or, if such resources are subject to a
trust restriction or alienatior�, any member of a Native American tribe.
caused t�y a POLLl1TION CONDITlON. Hawever, PROP�RTY DAMAGE do�s not include CLEAEV-UP C45T5 or
ENVIR�NM�NTAL DAMAGE.
(Page 7 ofi 21 }
PCM 60 01 (�d. OS 1 b)
CC.F2�PI_ACEMEMT COSTS mean reasonable and necessary costs incurred by th� iNSURED, with the Company's
written consent, to repair, restore or replace damaged real property or tar�gible personaf praperty in order to restore
the property to the condition it was in prior to it being damaged, bui only if the damage to such real proAerty or
tangihle personal property occurred in the course of incurring CLEAN-UP C05TS. REPLACEM�N7 COS7S includes
the use of GREEN BUIL.I]fNG MATERIALS,
REPLACEMENT COSiS shall no# exceed the actual cash �afue of such real pro�erty or tangible �ersonal property
p�-ior to incurring the Cl�EAN-UP COSiS, plus the increased costs, if any, for GREEN Bi11LDING MA�fERIALS. For
the purposes of this definition, actual cash �alue mea�s replacement cost reduced by physical depreciation and
absolescence.
DD.RI�SPONSIBLE ��R50N rneans:
1. any ofFcer, director, or partner ot the INSURED;
2. the manager, foreman, or sup�rvisar of the 1N5URED responsihle for en�ironmental or heafth and safety afFairs,
control or compliance; or
3. ar�y mar�ager af a COVERED LOCATfON.
EE.UPdD��G�Ot1N� STORA,G� TA�K rneans any container or �essel, iRcluding the associa#ed piping connec#ed
thereto, which is ten percenf (10%) or more beneakh the surFaca of the ground.
UN�ERGROUNb STORAGE TANK does not include any oillwater separators, storrn wafer collection systems, ar any
tank cantained in a subferranean roam of a COVERED LOCA710N.
S�CTIOR! IfL i�R�17QRY
This Policy appfies only to a CLAIM first made or braught in, or a POLLUTiON CON�ITION located within, the United
States, its territflries or possessians, Puerto Rico or Canada, but only if the WSUR�[]'s responsibility to pay for LOSS is
deterrrtined in:
A. a proceeding an the merits conducted in the United States, its territories or possessions, Puerto Rico �r Car�ada;
or
B. a settlement agreed to by the Company.
S�CTIOPd 1V. EXCLU$lO�IS
This Insurance does not apply to any �OSS, CL�A�IAUP COSTS, MITIGATIOR! COSTS, LEGA� EXPEPlSE ar athe�r
coverage afforded under this Policy fhat is:
1, Asbestos
based upon or arising out of th� existence of, required removal of, or abatement af, asbestas in any farm, inciuding,
bu# not limited to, products containing asbestos, asbestas fibers, asbestos dust, and asbestos containing materials.
This exclusion does not apply to:
(a) Go�erages A and F;
{h) Coverag� B; or
(c) asbestos in any farm,
(i} with respect to Coverages C and D, in soil or in any watercourse or body of water incfuding groundwater;
or
(ii) with respect fa Co�erage E, wh�re the exposure occurs during the caurse of transportation as a resuft of
a POLLUTION CONDITION that frst commenced during the POLICY PERIOD.
{Page 8 of 21)
PCM 60 01 (Ed. 08 15)
2. Cammunicable Diseases
based upon or arising out of any exposure to infected humans or animals, or contact with bodily fluids of infecied
humans or animals.
3. Cantractual Liabifity
foased upon or arising from the INSURED`s assump#ion, under any contract or agreement, nf the liability of another.
This exclusion do�:s not apply to:
(a) liability the INSkJRED would have had in the absence of the contract or agreernent; or
(b) solely with regard to Coverage s, to liahility for LOSS or CLEAN-UP COSTS assurried in a written cnntract
that was signed by the WSkJRED and #he WSUR�D's clie�t prior to the date #F�e POLLLliION CONDITION first
commenced, buf only if such liability arises dir�ctfy from a POLLU'iION CONDITIQN arising from
CONTRACTING SERVIC�S ar COMPLETEE7 OP�RATlONS and does nof arise from the sole negligence of
the client.
4, Criminal Fines, Penalties and Assessments
6ased upon or arising out ofi any criminal fine, criminaf penalfy, or criminal assessrrient.
�. Disc�imination
based upon or arising out of discriminatian 6y any INSURED nn th� basis of age, creed, disabiEity, marital status,
national origin, race, sex, sexual oriantatEon, ar any other unlawful or illegal basis, This exclusion claes nat apply to a
CLA1M under Coverage A alleging that fhe 1NSUR�D's provisian of, or failure to pro�ide, PROFESSIONAL
S�RVICES resulted in the faifure #o make a reasonable accommadation under the Arnericans With DfsabiEities Act, or
amendments thereto.
6. �mployer's LiabilityN!lorkers' Compensation
based upon or arising out of:
(a} BODI�Y ItVJL1RY to any lNSURED, or a�ty employee of its parent, subsidiary or affiliate:
(i) arising out o# and incurred in tF�e course of emp�oyment by such INSURED or its parent or subsidiary or
affEiate; or
(ii) who is perForming duties related ta the canduct of the INSURED's business; or
(b) BODILY INJURY or pecuniary loss to the spouse, child, parent, brather or sister of such INS�iRED or employee of
its parent, subsidiary or affifiafe, as a cansequence of Item (a) abo�e.
This exclusion applies whether an INSUFiED may be liable as an em�loyer or in any ofher capacity, and to a�y obligation to
share damages wi#h or repay ar�other who must pay damages as a result of the eODiLY INJURY or pecuniary �oss. Nnwever, fhis
exclusion does not apply to liability for LOSS assumed by the 1NSURED in a written contract that was signed by the INSURED and the
ff�SURED's client prior fo ihe date the POLLUTEON CQNDITiON first commenced, pro�ided that the LOSS is onfy due to a i'OL�LlTIOiV
CONDITION arising frorn COIVTRACT[NG S�RVICES and daes not arise from the sole negiigence of the alient.
7. �'aulty Workmansf�iplOwn �lork
based upon or arising out of #he costs to repair or rEplace fauliy workmanship, construction, fabrication, installation,
assembly or remediation, if such faul#y workmansF�ip, construction, fa�rication, installation, assembfy or re�nedEation
was pErFormed, in whole or in part, by ar� INSUR�D or an entity for whom an INSURED is IegafEy responsible. This
exclusion does not ap�ly ta:
(a) LOSS under Co�erage A which arises fi'rom an actual or alleged act, error or omission in PROFESSIONAL
SERVICES; or
(�j CLEAN-UP COSTS under Coverage B.
8. Hostile Acts
based upon or arising out af any consequence, whether direct or indirect, of declared or undeclar�d war, invasion, act
of foreign enemy, hostifities, civil war, rebelfion, revolution, insurrection, ar mil€tary or usur{�ed pawer, or in defending
against any o�e or more o� t�ose.
(Page 9 of 2'i }
PCM 60 01 (Ed. fl8 15)
9. lnsured vs. insured
based upo� or arising out of any C�AIM by one WSUR�D against any ather INSURED. This exclusian does nat apply
to a CLAIM:
(a) made by a person or organization that is an INSUR�D oniy by reason of subparagraph 6. af the Definition of
INSURED; ar
(b) that arises out of an indemnification given loy one INSURED to another INSURED as specified in a contract
tnat was submitted to and approved by #he Company and added to fhis Policy by endorsement.
10. Insured's Property
based upon or arising out of damage to:
(a) real or personal property owned by, leased by, operated by, or loaned to a� IfVSi1REa; or
(b) personal property in the care, custody, or cantrof af an WSURED,
even if such cEamage is incurred to avoid or mitigate LOSS or CL�AN-l3P COSTS which may be covered under #his
Policy.
This exclusion does no# apply to:
(ij REPLACEMENT COSTS;
(ii) damage to praperfy owned, leased or operated by, or in the care, cusfody or can#rol of, a person or
organization that is ar� WSURED onfy by reason of subparagraph 6. ofi the Definition of INSUREI]; or
{iii) damage ta real property rented or leased by #he INSURED during the course of perForming CONTRAC7ING
SERViCES, but only if such real property is utilized in direct suppart of such CONTRACTI�VG SERVICES.
'!'I, Ir�tentiQr�al Rcts
based upon or arising out of:
(a) a��L.L.UTION CONDIT�ON thaf results frvm any RESPONSfBL� P�RSON's intentional disregard of, or
deliberate, willful, or dishonest non-complianee with, any statute, regulation, ordinanca, aciministrative
complaint, notice letter, ar instruction issued by or on behalf of any gavernmentai agency or representati�e; or
(b) any dishonest, criminal, fraudulent, intentional misrepresentat�an, knowingly wrongful conduct, or negligent
misrepresentation, on the part af, ar at the direction of, any INSURED, in the performance of, or failure to
perform, PROFESSIONAL SERVICES,
12. �Cnown Conditions
bas�d upon or arising out of any POLLUTION CONDI710N, or out af any actuai or alleged acf, �rror or omission in
PROFESSIONAL SERVIC�S, that was known by, or reportecf to, any RESPONSIBLE PERSON and not specifically
reported, in writing, to the Campany prior to:
(a) the beginning of the POLICY P�RIOD; or
{b) the effecti�e date of any sndorsement issued by the Company adding to this Policy any:
(i) COVERED LoCATiON not sched�fed anto #his Policy as of fhe first day of the POLICY PERIOD; or
{ii) CONTRACTING SERVICES not covered by this Policy as of the frs# day af the P�LfCY PE.RI�D; or
(iii) PROFESSI�NAI� S�RVICES not co��r�d by this Policy as o� the first day of the POLICY PERlOD,
(Page 10 of 21)
PCM 60 01 (Ed. 08 1�)
Any such POLLL1TlON CONDiT10N, ar actual or alleged act, error or omission in I'ROFESSIONAI. SERVICES,
specifically reported, in writing, to #he Company, which is not otherwise excluded und�r this Poficy by endorsemer�t, is
deemed #o be first discauerecf on the date the COVERE� LOCAT[ON, CONTRACTING SERVICES or
PRO�ESSIDNAL SERVIGES, as applicable, were added t4 this Policy_
13. L�adABased Paint
based upnn or arising out of lead-based paint in, on, or applied to, any building or other structure. This exclusion
does not appfy #o:
(aj Coverages A, B, D, E or F; or
(b) with respect to Coverage C, lead-based paint in soil or in any watercourse or body of water including
groundwater.
'14. Material Change in Use
based upon or arising aut of a c�ange in the use of, ar aperations at, a COVERED LOCATIDN from the use or
operatians as of the date the COVERED LOCATION became insured by this Policy, if that change materially
increases the likelihood or severity of a POLLUTION CONDfT[ON or CLAIM.
75. PVaturatly Occurring ilAaterial(s]
6ased upQn or arising out of the existence, required removai, nr abateme�t, of any naturally occurring ma#eriai(s). This
exclusion does nat apply: �
(a) where sucn suhstances are present at, or migrate from, a J08 SITE due to CONTRACiING SERVICES;
{b) where such su6stances are presenf at a COVER�D LOCATIDN only because of F�uman activitfes
or prncesses;
(c) to silt and sediment that migrate frorr� a JOB SITE because of CONTRACTIEVG S�RVICES;
(d) to MOLD MATTER; or
(e) to LOSS and related L�GAL EXPENS� because of radon.
'16. New Pollutinn Conditions at �ivested �ropee'fy
hased upon or arising out of a POLLl1TION CON�IiION o�, at, under or migrating from a COVERED LOCATION, if
fhe discharge, dispersal, release, seepage, migration or escape of thnse POLLU�'ANTS associated with such
F'OLLUTfON CONDITION first commenceci after such COV�RED L4CA710N is sold, gi�en away, or abandnned by
the 1NSU�t�D, or condemned.
17. Other Businesses
based upon or arising out of any INSl1RED's status, dut�es, or invol�emeni as an ofFicer, director, partner, member,
participant, sfockhalder, employer or employee of any business ar organ9zation #hat is no# stated in the De�laraiions or
atherwise desig�ated as or added ta this Policy as an INSURED.
18. Priar Claims
based upon or arising out of any CLAIM reported under any ir�surance policy that was both: (i} in effect before ihe
beginning vf the POLICY PER10D; and (ii} issued by an �ntity other than the Company.
19. Prnducts Liability
based upon or arising out of goods or products:
(a) designed, manufactured, sold, handled, distributed, altered or repaired by the INSIiRED or by others trading
und�r the INSUR�D's nam�, including any contain�r thereof, any failure fo warn, or any reliance upon a
representation ar warranty made at any tirne with respect theretn; or
(b) fabricated or instalfed by the IN5URE1�, unless a POLLUTION CON�ITIOEV aris�s from the fabrication or
installation of such goods or produc#s as part of COfVTRACTING SE.RVIGES.
(Page 11 of 21)
PCM 60 01 {Ed. OS 15)
This exclusion does nof apply to such goods or products while they remain within the legal boundaries of a
COV�RED LOCATION.
20. Property Held for Ott�ers
based upon or arising out of damage to personal praperty that is warehoused or stored for a fee, by any person,
organization or entEty that is not an INSURED, in or about any building or structure at a COVERED LOCATION. This
exclusion daes not apply to REPLACEMEN7 COSTS.
21. Retroactive Date
based upan or arising out of:
(a) any POLLUFION CONDITION that first commenced prior to ihe Retroactive Date set forth in the Declarations
or as otherwise applicable, including any further dispersal, migration or movement of that POLLUTION
CONDITIOIV on or after that date; or
(�) an actuai ar alleged act, errar or omission in �RO�ESSIONAL S�RV[CES that first commenced prior io the
Retroactive Date set forth in the Dedarations or as otherwise applicable, including any continuous or re[ated
actual or alleged act(s), error(s) or omission(s) on or after that date.
22. Rela#ed �ntities andlor Individ�aals
based upon or arising out af a CLA1M made by any person or entity:
(a) �hat wholly or part�ally owns an INSURED;
(b) in which an INSllRE� owns an inferest in excess of twenty percent (20%};
(cj that is rnanaged, operated or otherwise controlled by an INSUREb; or
(d) in which an INSURE.D is a principai, officer or direct�r.
23. Surety, Ins�rance or Banding
based upon or arising ouk of obtaining, requiring, acquiring, or maintaining any form of surefy, insurance or band, or any
failure to do any of those.
�4. Llnderground Storage Tank(s)
based upon or arising out of the existence of any UNDERGROUND STOI�AGE TANK at a COVERED LOCATION.
This exclusian does not apply to an UNDERGROUNC7 STORAGE iANK:
(a) that is either closed, al�andoned in place, or removed, in accordance with all applica�le federal, state, or
provincial regulations, prior to the inception date of this Policy; or
(b) #hat is endorsed to this Poficy in the Underground Storage Tank Schedule, if any; or
(c) the existence of which is �nknown by each and e�ery RESPONSIBLE PERSON as of the inception daie of
this Policy.
2�. Vehicles
based upon or arising auf of the ownership, maintenance, use, operation, loading or unfoading of any AUTOMOBILE,
aircraft, watercraft, rolling st�ck or any other form of iranspor#ation, including any cargo carried fihereby, beyond the
lega[ bounda�'ies of a.lOB SITE or a COVERED LOCATION. This exclusion does not appiy to Co�erage �.
26. Wage and Wage Related Payments
based upon or arising aut of the ackual or alleged failure ta pay, afford, or cause to 6e paici or afforded, to any persan or
entity, in whole or in part, any wages, earnings, compensation, merit pay, o�erEime pay, commissians, benefiks or other
remuneration, including but not limiteci to any such wages or benefits act[aally or allegedly due under ar�y contract ar
pursuant ta the Fair Labor Standards Act, the Da�is-Bacon and Related Acts, Service Contract Act, Cantract Work
Hours and Safety Standards Act, Family Medical Lea�e Act, or any jurisdiction's pre�ailing wage act, labor laws or
similar statutes.
�Page 12 of 21)
PCM 60 D1 (Ed. 08 15)
27. Warranties
based upon or arising aut of any express warranty or guarantee. This exclusian does not apply to a warranty or
guarantee by the INSUR�D that i#s CON�RAGTWG SERVICES or F'ROFESSIOIVAL S�RVICES conform to
generally accepied standards.
S��l'lOid V. EXT�ND�D R�PO�TItdG PERIOD
T�e provisians of Section V. apply to any and all coverag�: provided by this Poficy, or by any endarsement issued by the
Company, that appiies on a Claims Made and Reported basis. This Section V. does nat apply to Coverage F.
A. Automatic Extended Reporting Period
In the e�ent of the #errnination of this insurance before the expiratian date shown in Item 2. of the Deelarations, the
INSURED shall be entitled to a nine#y (90} day Automatic Extended Reparting Periad for no additianal premium. The
Automatic Exter�ded Reporting Period will only apply #o:
1. a CLAIM first made against the INSURED during the POLICY PERIOD and repor�ed ta the Company, in
writing, during fhe ninety (9�) days immediately fallowing the ef�ecti�e date of such termination will be
deemecf fio ha�e been made on fhe lasf day of the PO�.ICY PERIOD, pro�ided sueh CLAIM is o�herwise
covered by this Policy; and
2. a CLAIM f[rst made against the INSURED and reported to the Company, in writing, during the ninety (90)
cfays immediately fa!lowing the effective date of such terrninativn wiEl be deemed to ha�e been made or� the
last day af the POLICY P�RIOD, pra�ided such CLAIM arises'from:
(a) a POLLUTION CONQITION that is first discovered and repo�ted to the Company, in writing, prior to
such terminatian, and atherwise co�ered by t�is Policy; or
(b) an actuaf or alleged act, errnr or omission in PRD�ESSIONAL S�RVICES per€or�ed prior to the end
ofthe POLICY P�RIOD, and tt�at is ofherwise covered by this Palicy.
The Automatic Extended Reporting �eriad does not app[y where: (1 } the Policy is terminated for fraud or nan�
payment of premium; or (2) the INSURED f�as purchased other insurance ta replace th� insurance prouided under
this Policy.
For the p�rposes of Section V.A. — Automatic �xtended Repo�ting Period, under this Policy:
1, either cancellation or non-renewal shall loe deemed fo be a termination of this insurance; and
�. in fhe e�ent of non-renewal, the expiration date shown �n the Declarations shail be deemed the effecti�e date
af th� termination.
B. Optional Extended Reporting Period
The FIRST NAMED INSUR�D sh�ll be entitled to purchas� an Optional Extended Reparting Period upon cance�latian
or non�renewaf ofthe Policy, subject ta the following terms and conditions:
The �'IRST NAMED [NSUR�D shall be entitled ta purchase an Optiona! Extended Reporting Period upon payment of
an additional pr�mium of not mare than 200% of the fufl Policy Premium. �
The Optional Extended Reparting Period shall be effecti�e for three {3} consecuti�e thr�e-hundred and s3xty-fi�e (365)
day periods commencing 9mmediately folfowing the effec#i�e dafe of cancellatfnn ar non-r�newal. 7he �IRS�F NAMED
INSURE� must elect to purchase this Op�ional Extended Reporting Period, in wri�ing, not [ater than ihirty {30) days
after expiration in ihe cas� of non-renewal or prior tn cancellation in the case of canceflation. The Automatic �.xtended
Reporting Period of ninety (90) days will b� merged into this Optional �xtended Reporking and is not in additian to it.
The Optior�al �xtencied Reporting Period will only apply ta each CLAIM first made against the INSURED during the
Optional �xtended Reporting Period, b�t oniy by reason of:
{Page 13 of 21 }
PCM 60 01 (Ed. 08 15)
a POLLUTION CONC]fTfOf� that is first discavered and reported ta the Company, in writing, during the
POLICY PERI�D and otherwise co�ered by this Policy; or
2. an actual or alleged act, error or arnission in PROFESSIOIVAL SERVIGES performed prior to the end of the
POL[CY PERIOC3, anci that is otherwise covered by this Policy.
The Op�ionaf �xtended Repariing Period does not ap�ly where: (1) the Policy is ferminated for fraud or non-payme�t
of premium; or (2) the WSkJRED has p�rchasecf other ir�surance to replace the insurance pro�ided under this Policy.
For the purposes of Section V.B. — Optional �xtended Reporting Period under this Policy:
1. either cancellation ar nor�-r�newal shall be deerned to b� a termination of this insurance, and
2. in the e�ent of non-renewal, the expiratian date shawn in the Declarations s�all be deemed the effecti�e date
of the termination.
It is a condition precedent to the operation of the rights grant�d under Section V.B. khat payment of the appropriate
premium shall be marJe not later than thirty (30) days after expiration in the case of non-renewal or prior to
cancellation in the case af cancellation.
For purposes of Section V., the Company's quotation of different Limits of Liability, Self-Insured Retentions, ferms or
conditions shall not b� construed as either a termination of, or a decision not to renew, this Policy.
SECTION 1!L �li'kl�IT OF �IA�ILITY J��D SELFeIFdSURED R�T�k��ION
A. TF�e Limifs of Liability and Self-Insured Reiention shown in the Dec#arations and the rules below fix the most the
Company wilE pay regardless of the number of INSIJREQs, COVERED LOCAT10Ns, CONTRACTlNG SERVIC�S,
PROFFSSIONAL SERVICES, POLLU7101� CONDiTIONs, CLAIMs made, ar persons or organizations making a
CLAIM.
�. For purposes of this Palicy: {1) the same o� related POLLUTI�N CONDITIONs at any one JOB SITE, or at any one
COV�RED LOCATION, shali be de�med a single P01.L.U7�ON CONDIiION; and (2} all of a group or seri�s of related
ar connectecf actual or alleged aets, errors and omissions in PRO�'ESSIONAL SERVICE5 shall bE deemed a single
actual or alleged act, error or omission in PROFESSIONAL SERVICES.
C. This Policy wil[ pay co�ered LOSS, CLEAN-UF' COSTS, MITIGATIOlV COSTS, LEGAL EXPENSE or any other
co�erages afforded under this Policy or any endarsements attached hereto only: (1 } in excess of the appi[cable Self-
lnsured Retentian Arnount set forEh in fhe Declarations; and (2) subject to the appficable Limit of Liability stated in the
Declarations and the other terms and concEition� of this Palicy.
Howe�er, if a CLAIM is rr�ade against the fNSURED by an entity with whom the INSUR�D has, prior ta such CLAfM,
entered into a written contract that requires a Se1f-Insured Retention that is less ihan the Self-Insured Retention
Amount specifed in the Qeclarations of this Policy, then the Self-Insured Retention applicable fo such CLAIM shal[ be
such lesser arnount (hereinafter referred to as "the lesser 5elf-Insured Retention"}. Under af[ such circumstances, the
INSURED hereby agrees to prvmpily reimburse the Company far the difference betwe�n the iesser Self-Insured
Retention amount specifi�d on the evidence af insurance docurr�ent anci #he Self-Insured Retention Amount specified
in the Declarations to #he ex#ent the Co�npany pays an amount on behalf af the INSLIREQ in excess oF the lesser Self
Insured Retentian.
, t
D. 7he Self-ins�red Retention Amount is to be borne by the INSURE.D and is noi to be insured unless t�e Company has
expressed its prior consent, in writing, ta the FIRST NAMED 1NSUR�D. If the same or related POLLUTION
CONQ1TIOfVs or any one actual or alleged ack, error nr ornission, or aut of any one graup or series of related or
connected actual ar alleged acts, errors and omissions, in PROFESSiONAL SERVICES, cauld resulf in co�erage
under r►�ore than orre co�erage section for wl�ich a lirnit is stated in the Declarations, or under any other c�verage
afforded under this Paliey, only the single highest Self-]nsured Reter�tior� amongst such applicable coverages shall
apply to that POLLUTION CONDITION or actual or alleged acf, error or omission in PROFESSIONAL SERViCE5, as
appficable.
{Page 14 of 21)
PCM 60 0� (Ed. a8 15)
If, as a resu[t of MEDIA710N, a CLAIM made under Coverage A is successfully resalved, the Self-Insured Retention
Amount applica6ie to such CLAIM will be reduced by 50%, subject to a maximum reduction of $201000. This reduced
Self-Insured Retentian Amount will only app[y to the resol�ed CLAIM.
�. 5ubj�ct to �tems H. and I. belaw, the Each POLLU710N COIVDITiDN Limit set for�h in the D�clarations is fhe mast the
Com�any will pay for the sum of all LOSS, CLEAN-UP COSTS, and L�GAL EXPENSE under each ca�erage section
stated in ihe Declarations, or under any other coverages affarded under this Policy, arising out of the same or related
POLLUTI�N CONDITIONs.
F. Subject #o Items H. and I. below, fhe Each Act, Error or Omission Limit sef forth in the �aclarations is the mast the
Company will pay for the sum of all LOSS and L�GAL EXPENSE under Co�erages A arising out of any one actual or
alleged act, error or omission, or out of any or�e group or series of related or conn�cted actual ar alleged acts, errors
and arr�issions, in PROFESSIONAL SERVICES.
C. Subjec# to Items H. and I. below, the E.ach Acf, Error or Omission Limit stated in the Daclarations is the mos# th�
Company wil! pay for all MITIGATIO�V COSTS under Co�erage F arising out of any one actual act, error or amission,
or out of any one group or series af related or connecfed actual acts, errors and omissions, in PROF�SSiONAL
SERVICES.
Further, in the e�en# there is a CL.AIM made against the INSUREE] under Coverage A:
(a) that arises out of the same or relatec{ PRO�E5510NAL. SERVICES for which the INSURED has pr�viously
underEa[cen correcti�e m�asures in accordance with Co�erage F; and
(b} for which coverag� is thareafter affarded under Coverage A of this Policy,
th�n the INSURED's Self-Insured Retention abligation for such CLAIM shall be reduced to the e�ent of eosts paid by
the fNSIJRED pursuant ta its Self-Insured Retention obligation far Co�erage F.
H. Subject ta [tem I. b�low, the Coverage Section Aggregate I�imit set for�h in the Declarations is the most the Company
will pay for the sum of all LOSS, CLEAN-UP COSTS, MITIGATION C05TS and LEGAL EXPENSE under each
coverage sectibn stated in the Declarations, or under any ofher co��rages afforded uncler this Policy.
I. 7he Company's total liabili#y for the sum of all LOSS, CLEAN-lJP COS7S, MITIGATIO�1 COSTS, LEGAL EXPENSE
and any other coverage afForded under this Palicy, shall not exceed the Policy P�ggregate Limit of Liability as stated in
tE�e Declarations_ .
J. With regard to Co��rages afforded under this Policy:
1, on a c[aims-made and re�orted basis, any �.OSS, CLEAN-UP COSTS, L�GAL EXPENS� or any other coverages
afforded under this Palicy or any endorsements attached hereto, incurred and r�ported to the Company, in
writing, over more ihan one policy periad, and resulfing frarn the same or related POLLUTION CON�ITIONs,
shall be cansicfered a single POI.LUTION CONDITION. The associated LQSS, CLEAN-UP C05TS, L�GAL
EXPENS� or any other coverage afforded under this Policy or any endorsements attacf�ed thereto will be subjeet
to the same l.imit of Liability and Self-Insured Retention Amaunt(s) as indicafed in the Policy in �ffect at the time
f�e POLLUTION COf�DI"iION was first reported to the Compar�y, in writing.
2, on an occurrence i�asis, progressive, indivisible BOOfLY INJURY, PRO!'ERTY DAMAG� or ENVIRONMEN7AL
DAMAGE tE�at occurs a�er more fhan one policy period and results from the same or related POLLUTiON
CONDITIONs, shall be considered #o ha�� occurred on{y in ihe policy period in which the first exposure to the
POL.LUTION CONDITION iak�s place. lf the date of thaf first exposure: (i) is prior to the beginning of the Policy
Period of the firs# palicy issued to the WSURED by the Company that contains co�erage that is tF�e same or
subsfantially similar to that cantained in Coverages affortled under this Policy on an occurrence basis; or (ii)
cannot be determined, t�en such progressive, indivisible BODIL.Y INJURY, PROPERTY DAMAGE, or
ENVIRONM�NTAL DAMAGE shall loe considered to ha�e occurred only an the frst day of the Policy F'eriod of
the first policy issued to that INSUR�.I� by the Company thaf contains co�erag� that is the same or substanfial[y
similar to that contained in Coverages afforded under this Policy on an occurrenee basis,
(Page 15 of 21)
PCM 60 01 {Ed. 08 1a)
�C. A�ty LOSS, CLEAN-UI' COSTS, MI7IGATION COSTS, �.EGAL EXPENSE or any other coverages afforded under this
Policy, incurred and reported fo the Company, in writing, over more than tine POLICY PERIOD, and resulting from the
same or related POLLUTIOI� CONf]ETION, or out of any one group or series of related or connected actual or alleged
acts, errors and omissions in PROF�SSIONA�. S�RVICES, shail be cons[dered a sir�gle POLLUTION CONDlTlON or
a single actual or alleged aet, errar or omission in PROF'�SSIONAL SERVIC�S, respectiveiy, ihe LOSS, CLEAN-UP
COSTS, LEGAL EXPENSE or any oth�r coverage afForded under thEs F'olicy w�lf be subject to the same Limit of
Liabiliky and Se[f-Insured Retentinn Amounf�s) in effect at the time the POLLU710N CONDI�'ION, or actual or alleged
ac#, error nr amission ir� PROF�SS[ONAL SERVICES, as applicable, was first reparted to the Company, in writing.
�. �he Lir�its of Liability set forth in iterri 3. of the DecEarations are inclusive af L�GAL EXPENS�. An additional Limit far
LEGAL EXPE�iS� will apply to all Co�erages. How�ver, this addifional Limit is:
1. subject to the Self-Insured Retention set forth in Itern 3. of the �eclarations;
2. exclusiveEy far LEGAL EXP�NSE; and
3, limi�ed to the lesser of: (a} 25% of the applicable Limits of Liability set for�h in Item 3. of the Declarations; or
{b) $2,OOOs00fl.
!n the e�ent a CLAIM is made against th� INSUI�ED for L.OSS or CLEAN-UP COSTS, or a POLLUTION COND1710N
is first discovered that results in L.OSS or CLEAN-UP COSTS, tl�e additiona[ Limit for L�GAL EXP�NSE will be
app[ied firs#. After th� additional Lirnit far LEGAL. EXPENSE has been fully eroded, any ather covered LEGAL
EXPENSE will erode the applicable Limits nf Liabifity shnwn in ltem 3. of the Declarations.
Furthermore, the �'olicy Aggregate Limit of Liability set #orth in {tern 4. af th� Declarations shal� be increased by the
lesser of 25% or $21000�000. Howe�er, this increase ko the Policy Aggregate Limit of Liability will only be available for
the payment of LEGA�. EXPEEVSE.
3�CTIOid VIN. R�PORTING, D�F�fdS�, S�TTLEY�!!l�P1T A9dD COOP�Ro4TION
A. As a condition precedent to the coverage hereunder, in the e�ent a CLAIM is made against an INSURED far I.OSS or
CLEAN-UP COSTS, or a POLLUTION CONDITION is first disco�ered that resuiis in a LOSS or�CLEAN-UP COSTS,
written or oral notic� containing particulars sufficieni to identify #he 1NSURED and all reasonably ohtainahle
information with respect to the time, place and c�rcumstances thereof, and the names and addresses of fhe injured
and of available witnesses, sha11 be gi�en by or for the !NSlJRED to the Corr�pany or any of its authorized agents as
soon as practicable. fn the event af oral notice, the [NSLIRED agrees to furnish a written report as soon as
practicable. The INSURED shal! also farward to the Campany e�ery demand, natice, summons, order or other
process recei�ed by the INSURED or the {NSURED's representati�e as soon as practicabie.
B. No costs, charges or expenses shail he incurred, nor payments made, ob{igations assumed or remec�iation
commenced, without the Company's consent which shall not be unreasonably w�thheld. �'his provisior� does not
apply to:
1. EMERGENCY R�SPQNSE C05TS. The INSURED shall nn#ify the Company of all EMERGENCY
RESPONSE COSTS immediately after the emergency ends; and
2. Pubfic Relations �xpenses - The reasonable and nec�ssary costs and fees incurred by the FiRST NAMED
I�SUR�D (up to a rnaximum of $250100� and subject to applicable Co�erage B Seff-lnsured Re#ention
Amount {for each POLLUTION CONDITION) for t�e hiring of a public relations firm to minimize potential harm
to the FIRST NAM�D INS.UREQ and to maintain and restare pubiic confidence in the FIRST NAMED
INSURED, including amounts for printing, advertising, and mai�ing of materiafs, and fra�eF expenses by the
FIRS7 IVAMEQ INSIlR�D's directors, officers, employees or agEnfs or by employees of the public relations
frm, but only if:
(a) such costs and fees arise directly fr4m a�'OLLUTION CONDITION:
(i) that arises from covered CONTRACTING SERVICES;
(ii) that first carr�mences at a JOB SiTE during the POLiCY P�RIOD; and
(Pag�; 9 6 of 21)
PGM 60 01 (�d. OS 15)
{iii) for which coverage #or L05S or CLEAN-UP COS7S is sought under this Palicy; and
(b) in the good-faith, reasonable opinion of the FIRST NAMED INSUR�D sueh POLLUTiON
CONDITION:
(ij poses an imminent, significant, and ma#erial health risk to the public ar will rest�lt in imminent,
significant, and material property darnage to th�: JOS SITE; and
{ii) will result in significant and material adverse pukalicify tn the FIRST NAMED INSURED.
Subject to: (a) the Cnmpany's pre-approvaf; (b) khe S�If-Insured Retention and maximum amount indicated
above; and (c) the Company's agreement that both conditions 2(a) anc{ (b} abo�e ha�e been fulfy satis�ied, tE�e
Campany may also consider paying other rela�ed reasonable and necessary expenses that are: {i) incurred by
any person or entity that is not an INSURED, except fior canfractor or subcontractor engaged by the FIRST
NAM�D INSURED or othervuise perForming co�ered CON7RACTING SERVIC�S; and (ii) r�ot otherwise covered
as EM�RGENCY RES�ONSE COSTS, inclvding: psychological counseling, temporary li�i�g expenses, tra�el
costs, and expenses �o secure areas impacted by the POLLUTfON CONDITION. Notwithstanding Section VI.
LIMIT OF L[ABILITY AND SELF-INSURE[] RETENTION, Itern G., the costs and fees indicated i� Item 2. aba�e,
as well as the o#her related expenses indicated in this paragraph, wiil not erode t�e applicable l.imits of L9ability.
It is a condition precedent to co�erage for all costs and fees ou#lined �n Item 2. ahove that tF�e FIRST NAM�D
lNSURED notify the Cnrnpany of the POLLLITION CONDITION assnciated with such costs and fees no later than
forty-eight {48) hours after the FIRST NAMED INSUREQ firs� becomes aware of such POLL.Il�'ION CONDITION.
7he payment of cos#s and fees outlined abo�e by the Company w�ll nof be det�rminati�e af the Company's
obligations under this Policy, nor wiif it create any inf�rence with regard ta �he Company's duty to defend or duty
to 9ndemn9fy any lNSUR�D with regard ta any CLAlM or POLLUTION CONDI710N.
Under no circumstances will the Company pay for the hiring of a public relatians firm to minimize the potential
F�arm to, ar to res�ore public canfidence in, any contractor or sui�contractor engaged by the �IRS7 NAMED
INSURED or ntherwise performing co�ered C�NTRACTING S�RVIC�S.
C, The Campany shall ha�E ihe righf to ciesigna�e legal counsel for the in�es�igation, adjustment and defense of any
CLAIM. The Gompany s�all consult with the INSUR�D in conjunctEon with the selection of cnunsel. The Campany has
the right and duty to defend an lNSlJRED agai�st any C1�AIM for L05S or for CLEAN-UP COSTS. Howe�er, the
Corripany will ha�e no duty #o def�:nd the INSURED for �.05S or for CI..EAN-UP C05TS to which this P�licy does nat
a�ply.
D. Once th� appiicable Limit of Liability has b�en exhausted, fhe Company shall not be obligated to defend nr continue
ta de#end any CLAIM or pay for any L05S, CLEAN-UP COSTS or any other coverage afForded under this Policy.
�. The Company may, where allowable by law, appoint one counsef to de#end a�l of the lNSUR�Ds under this Palicy on
a joink ciefense basis.
F. In the event that the INSURED is �;r�titled by law to select independ�nt counsel {Cumis Counsel) #o defend the
INSURED at khe Company's expense, that cou�sel's fees ar�d all ofher litigation expenses charged to ar paid by the
Company shall be (imited to the same rates that the Campany would pay to counsel selectecf by the Company tn
defend a similar CLAfM in the location where fhe CLAIM arose or is heing defended. The Company may require that
such counsel meet certain minirnum quafifications and maintain adequa�e errors and omissians insurance. The
1NSUR�D agrees that such counsel wi11 timely respond to the Company's request for information.
G. The INSURE� shall not admit liability or settle any CLAIM withc�ut th� Company's consent. if �he Company
recommends a monetary settlement of a CLAIM acceptabls to a clairnant:
1. for an amount wikhin the Self Insured Retention Amnunt and the 1NSUR�D refuses such setflement, the
Company shall not be lisble far any LOSS, CLEAN-UP COSTS, LEGAL EXP�NSE, or any other co�erage
afforded uncier this Folicy or any endorsements attached hereto, in excess of the Self-Insured Retention
Arnount; or
(Page 17 of 21)
PCM 60 01 (Ed. fl8 15}
2. for a total amount in exeess of the Self-lnsured Retentian Amount and within the applicable Limits of L.iability
and the INSUR�D refuses such settlement, the Campany's IiabiEity for LOSS, CLEAN-UP COSTS, LE.GAL
�XPENS�, or any other caverage afforded under this Policy, shail be Eimited to that portion af the sum of: (a)
the recommended settlement; and (b) the cosfs, chaFges and exp�nses already incurred as of the date of fhe
INSUR�n's refusal, which exceeds the S�If-[nsured Retention Amount and is within the �.imit of Liability.
H. Ail INSUREI]s shal� coop�rate with the Company and, upon the Company's request, shall sUbmit to examination by a
representati�e of the Cam}�any, under oath, and shall attend hearings, depositions, and trials and shall assis# in
effecting settlement, securing and gi�ing e�idence, obtaining tE�e aftendance of witnesses and in the conducf af suits,
as well as in the investigation and defense, all without charge to the Company. All INSUR��s shall further coaperate
with the Campany and do whatever is necessary ta secure and enfiarce any rights of indemrrity, co�tribution or
appartionmentwhich the INSURED may ha�e.
I. If, during the POLICY PERIOD, the {NSUR�D first becomes aware nf an actual or alleged act, error or omission �n
PROFESSlONAL S�RVlCES that first commenced on or after the Retroactive Date set for�h in the Declarations,
which the I�ISURED reasonably belie�es may result in a CLAfM (�erein ref�rred to as a"Circumstance"), then the
INSURED may provide written notice ta #h� Compar�y, during the POLICY P�RkOD, containing all of the information
stated below. Any such Circurr�stance that subsequently becomes a CLAIM made against the INSUREQ and reparted
ta the Company, in writing, shall be considered to ha�e been frst made and reported d�ring the POLICY PERIOD and
shall be subject ta all of the terms and conditions af this Policy. li is a condition preeedent to the coverage under this
pro�ision that s�ch written notice to the Company af a Circurnstance eontain all of #he fiollowing information:
1. details of the actual or alleged act, error or omission in PROFESSIONAL S�RVICES, including fhe specific
PROFESSIONAL SERVICES in�olved; and
2, the injury ar damage that has taken place ar may result; and
3. the date the actual or alleged act, error or omiss9on in PROFESSlONAL SERVICES took place; and
�. the identity of the INSUR�D(s) who may be the subject of any subs�quent CLAIM; and
5. the {ikefy lacation of any suhsequent CLAIM; and
6. fhe names and address�s of afl known pote�tial witnesses and claimants; and
7. details of how the INSUR�D b�came aware ofi the Circumstance.
The Cornpany shall de�errr�ine, in its sole discret�on, whether an fNSURED's written notice adequately supplies fihe
information descrbed in •items 1. through 7. and satisfies the condition precedent. This pro�ision I. applies onfy to
Coverage A.
SECTIOid !llll. TRAMSFER OF LEGAL C]EFEi�SE Dl1Tk�S
A. If the Company believes that any of the applicable Limits of Liabifity stated in khe Declaratians has been or soon will
be exhausted in defending a CLAIM, nr that the Corr�pany has paid out or wil! soon pay out ihe Policy Aggregata Limi�
of Liability stated in the Decfarations, the Company will so notifiy the FIRST NAMED INSLIRE�, in writing, as soon as
passible. The Company will advise that its duty to defend any CLAIM seeking damages subject ta those iimits has
#erminated, subject ta payment af the limits, and that it will no ionger handle the defens� of any CLAIM #or w}�ich
notice 9s given after the date it sends out such notice. 7he Company will take prorript and appropriate steps to transfec
� control of any existing defense prior �o exhaustion of the limifs #o the FIRSi NAMED WSURED. The �fRST NAM�D
INSURED agrees to reimburse th� Company for any costs wF�ich the Company bears in connection wifh the transfer
of fihe defense.
B. The Company wilf take appropriate steps nec�ssary to defend the CLAIM during the transfer of the def�nse and avoid
any unfavorable fegal action pro�ided that the INSURED coo�erates in the transfer of the duties ofi #he defense.
(Page 18 of 21 }
PCM 60 01 {Ed. OS 15}
C. The Company's failure to comply with any of the provisions of Section VIlI. sF�ail in na way obligate the Company #o
defend or cantinue to defend any CLAEM, or to pay any LUSS, CLEAN-UP COSTS or other sum co�ered under this
Policy, after exhaustion of an applicable Limit of LFabilify.
SLCTIOi� IX. COfdD1TIONS
A. AC71APd AGAI�I�� CON1PAMY - No actian brought by an organization or entity, other ihan ar� INSUR�D, shall {ie
against the Corr��a�y unl�ss, as a conditior� precedent #hereto, the INSURED has fully complied with all of the terms
af this Policy and, the arriount of the IlVSURED's abligafion to pay shall have been finally defermined either by
judgment against the {NSUR�� after actual trial or by written agreement of the INSURED, the claimant and fhe
Company.
Any person, organization, e�►tity, or the legal representative thereof, who has secured such judgment or written
agreement shall fhereafter be entitied ta recov�r under this Policy fo the extent af the insurance afforded by this
Poliey. No person or organization shall ha�e any right under this Policy to join the Company as a party ta any action
against the 1NSURED to de#ermina the iNSkJRE.D's liability, nor shall the Company be impleaded by the INSUR�D or
its lega! representafive.
B. ASSIGk�M�Pdi - 7his Policy shall be �oid as to the assignee or transferee, if assigned or transferred without written
consent of the Company.
C. BANKFtl1�7CY - Bankruptcy or insol�ency of the INSURE.b or ofi the INSUR��'s estate shal[ not refieve the
Company of any of its obligations hereunder.
D. CAPdCEL.LATIOPd - 7his Policy may be cancefled by the FIRST NAM�D IIVSURED by surrender thereof to the
Campany or any of its authorized agents or hy mailing, deli�ering, emailing, or faxing to the Company written notice
stating when thereafter the cancellation shall be effective. In the e�ent of cancellation hy the FIRST NAMEQ
INSURED, the return premium sha!! be campufed in accordance with the cus#omary short rate table and prncedure
after applying the minimum earned pr�mium percentage stafied in the Decfarations. If a CLAfM is made, a
POL.LII`fION CONDITION is disco�ered or coverage is otherwise afforded under this Policy, then the premium shall
be considered fully earned by the Company anc{ the IIVSl1RED is not entitled �o a ret►�rn premium upon cancellation.
This Pol9cy may be canceiled by the Compa�y by mailing, delivering, emailing, or faxing ta the FIRST IVAME�
INSUREQ at �he address shown in the Qeclarations, writ�en natice stating when not less than ninety (90) days (ten
(1fl) days for non-payment of prem9um) thereafter such cancellation shall be effecti�e. The mailing of not�ce as
aforesaid shall be suffici�nt proof nf natice. The time of surrender or the effectiue date and hour of cancellation stated
in the nntice shall become the end of the POLICY PERIOD. If the Company cancels, earned premium shall be
cnmpu�ed pro ra�a. Premium adjustment may be made either at the #Ime cancellation is affected or as soon as
practicable after cancellation becomes eifective, but payment or tender of unea�ned premium is not a condition of
cancellation.
7his Poficy may be cancelled hy �he Company for the following reasons: (1) Non-payment of premium, or (2) Fraud or
material misrepresentation on the part of the INSLIREQ, such as can 6e prove� in a court of [aw,
E. CH.4NGE� - Notice to any agent or knowledge possessed by any agent or by any other person shall not e�Fect a
wai�er or a change in any part of this Pokicy or estop the Company €�om asserting any right under the t�rms of this
f'olicy. The terms of this Policy canno# 6e waived or changed, except by an �ndarsement issued by the Gompany #o
forrn a part o# this Policy.
F. CHOICE OF LAW - All mat#ers arising hereunder, including questions related to the validity, interpretatinn,
periormar�ce and enforcement of this Policy, shall be determined in accardance with the law anc� practice nf the State
of New York {not including New Ynrk's choica of {aw rules).
G. GONSLNT - Where fhe consent of the Company or the INSURED is required under this Poficy, sueh cons�nf shall not
be unreasonabfy withheld, delayed, conditionect, or denied.
(Page 19 of 21)
PCM 6Q 01 (Ed_ 08 15)
H. �ECLARATIOIdS AND REPFt�SENTAiIOPIS - By acceptance of this Policy, the INSURED agrees that the
statements cantained in the Declarations, the applicafion and any other supp�emental materials and information
suhmitted in connection with the application or any amEndments fo the Pa{icy during the POLICY PERIOD are the
INSUR�D's declarafions and representations, that they shalf be cieemed rr�aterial, that this Po[icy is issued in reliance
upon the trufh af such declarations and representations and that this Policy embodi�s a!� agreements existing
between the INSURED and the Company or any of its ager�ts relating ta this insurance.
I. C�EADINGS - The descripfions ir� fhe headings of this Policy are solely for canvenience and farm no part of the Policy
terms and canditions.
J. I�15F'ECT[O[d ARlD AIIDIT - The Campany shaU be permitted, but not ohl�gated, ta inspect and monitor an a
continuing basis the INSURED`s prop�:rty or operations and any .lOB SITE and COVERED LOCATION, at any time.
Neither the Company's right to make inspections and monitor, nar the actual undertak�ng thereofi, nor any repor�
thereon, shall const�#�te an undertaking, on behalf af the INSURED ar others, to determine or warrant fhat property or
operations are safe, heaithful or eanform to aceeptab[e engineering practice or are in campliance with any law, r�le or
regulatian. Access for th�: inspection and audit will be coordinated tF�rough the broker or agent of th� FIRST NAM�D
INSURED.
K. JUL3ISDICi101V AidD VE�dU� - lt is agreed that in the e�ent of the failure of �he Cornpany to pay any amouni claimed
fa be du�: hereunder, the Company and the INSUR�� will submit to the jurisdiction of the Sta#e o# New York and will
comply witF� ail the requirements necessary to gi�e such court jurisdiction. Nothing in this clause cons�itutes or should
be �nderstood to constitute a wai�er of tF�e Cornpany's right to remove an action ko a United States District Court,
L. Q4'1lFV14VIU4VI �AR�f�D PREMIIIM - Upon cancellatian of this Poiicy, earned premium will be calculated using the
apprapriate pro-rata or short-rate method as outiined in Section IX. CONDITI�NS, I#em �. CANCELLATION. 7he
amount of premium earned uncker this Pniicy will be #he greater of:
1. the calculated pro-rata or short rate pr�mium; or
2. the Minim�m Earned Pr�rr�ium percentage set �orth in ftem 10. of the Declarations.
M. 44'rITIGATlON PLAN - lt is a cc�ndi#ion precedenf ta any coverage bei�g afforded under Co�erage A of this �'olicy for
any CLAIM b�cause of an act, Error or omissian in PROF�ESIONAL SERVICES for which the Cnmpany has
pre�ioUsly afForded co�erage to an 1NSUR�D under Ca�erage F, that the INSUR�D ful[y implement the written plan
for carrecting the purparted acf, error or omission as appro�ed by the Company.
N. OTH�R iNSU1�FdCE - Subject to Section VI. �imit of Liability and Seif-I�sured Retentian, this insurance shall apply
only in excess Qfi the sum of the Self-lnsured Ref�ntion amaun# stated in the Declarations and th� applica�le limits of
any other valid and collectible insurance a�ailable to the IiVSURED, whether such ather insurance is �#ated to be
pri�nary, pro rata, contributory, excess, contingent or otherwise, unless such other insurance is writ#en only as specific
excess insurance o�er the app{icable Lim�ts of Liabiliky of this Policy.
O. SE!lER.4B1LlTY - Except with respect ta the Limits of Liability, Self-Ins�red Retention, �xclusion 9. {"lnsured vs.
Insur�c!") and any rights and duties assigned in thfs Policy �o the FIRST NAM�D WSURED, this insurance applies as
if each INSURED were the only INSIJRED and separately to each lNSURED agaEnst whom a CLAIM is made. Any
misrepresentatian, acf or omission that is in �iolation of a terrn, duty or condition under this Poficy by one INSU�tED
snall not by itseff af€ec� coverage for another INSURED under this Pvlicy. This Condition O. shall not apply #o an
INSURED who is a parenf, subsidiary or affiliate af ihe WSUR�D which committed the misrepreser�tation, act or
omission refer�;nced above,
P, SOLE AGEFdT � 1'he FlRS7' NAME� IIVSIIR�D sfated in ihe Declarations shall act on behalf of a!I INSIlREDs for the
payment or re#urn of premium, receipt and acceptance of any endorsement issued to forrn a�aar� of this Policy, gi�Eng
and receiving notice ofi cancellation or non-renewal, and the exercise af the rights pro�ided und�r Section V.,
EXT�NDED R�PORTING �'ERIOD. �
(Page 20 of 21 j
PGM 60 01 (Ed. OS 15)
Q. SUBRO(�AT10N - If the INSUR�D has rights to recover, from another persan or flrganizakion, all ar any part of a
payment the Company makes under this Policy, those rights are transferred ta the Company. The INSURED shall
ex�cute and deli�er instruments and papers and do whate�er else is necessary to secure such rights. The 1NSURED
shall do nothing to prejudice such rights. Any monies reco�ered as a result of subrogation proceedings shakl accrue
#irst to ihe INSURED to the extent af any payments it made in excess of the limits af lia�il�#y, tf�en to tF�e Company to
the extent of its payment under the Palicy, and then ta the IIVSURED to the extent of its payment of the self-insured
retention. �xpenses incurred in such suhrogation proceedings shail be apportioned amongst the INSURED and
Company in the propartion that each interested party's share in th� reeovery bears to the total recovery.
How�ver, tE�e Company specif�cally wai�es any rights of recovery against any person or organization as required in a
written con#ract #hat was fully executed prior to the comrr�encement of the applicabi� C4NTRACTING SERVICES or
PROFESSIONAL SERVIC�S.
(Page 21 of 21)
i�OLICY NUMBER: EPP0448712
THE ��1Q1��II�IIA.7'I lC1�SLT1�Ali1��+ ���1��1�'
C��Ii�iiil�RCIAL �1������ LI��ILI� ���l��d�►��
���T ����,��o4TlO�l�
Previous Polic Number �EPP0�448712 _
Attachedto and formin art of pOLICY NUMB�R EPP D44 87 12 Effecii� Date: 07-31-2020 '
NAI�IIE� IPdSUREO is the same as it appears ir� the Common Policy Declarations unlsss anoth�r entry is made here.
LI�IAIiS �F IE�SUF�NC�
$ 5 000 000 Each Occurrence Limit S 5 000 000 A re ate Limit .
ADdANC� PRF�'�{I1i0411 $
Ap licabie ko Premium, if box is checked;
� Subject to Annual Adjustment
C� Subject to Audit (see Premium Camp�tation Endorsement for Rating Basis� _ __ —
-- ����17�lL� �F k�NC3ERLY�JI�i�#IN�.I�!��1�� w _ -- —��_ - - --
lnsurer, Po[icy Nurnber & Periad: � Underlying Insurance: Ur�tierl�ng �.imits:
(a � T�XA3 1�Ii3TUAL
000�120()S�4
07-31�2U20 TO D7-31-2Q21
(b) CTNICYNNATI I14S . CO .
EPP 044 87 12
07-31-2020 TO 07-31-2�22
Employers �iability Bodiiy Injury byAccid�nt:
$ 1, 000, {i00 Each Accident
Bodily injury by Diseas�:
� 1, 4�fl, 040 Ea� Empioyee
Bodily Injury by Dis�ase:
$ 1.00O,flaO POIicyLimlt
�Commercial General Liability
Including:
� Products-Compfeted Opera-
tions Cover�ge
❑ Cemetery Professional
❑ pruggisi Professional
❑ Funera� Service Provider
❑ Pedorthists Professianal
Bodiiy Injury and Prop�rty Damage Liabiiify:
$ 1, 000, 000 �ach Occurrence Limit
$ 2, 000, 040 G��eral Aggregate Limit
$ 2, OOD,OflO Products-Compl�ted
Op�rations Aggregate
Limit
or Fersonal and Adve�tising Injury �imit:
$ 1, OflO, 000 Any One Person or
❑ Business Liability Including: Organizafion
❑ Funeral Service Provider
❑ Druggist Professional y
(Cj CINCxNTIATI TNS. CO.
EBA 044 87 12
Q7-31-202Q TO 07-31-2022
USC�13 0510
Automobile Liability Bodily Injury Liability iimit:
lncluding: $ Each Person
❑ Owned Autos $ Each Occurrence
❑ Non-Owned Autos Property Damage l.iabiliry Limit:
❑ Hired Autos $ Each Occurrence
�Any Auto oF
Bodily Injury Liabiliry and 1 or Praperty flamage
Liability or Both Combined Limit:
$ 1, 000 , a 00 Each Occurrence
EPP 044 87 Z2
page 9 of 2
_ _ �._ _ .. . _ ��r���—.���—�- — - -
_� _ � -��
__ _- _ -- — _-_ ,--�
,� -- .4-r -. — � —_...- --..
POLICY NUMBEF2: EPP0448712
�
(e) CT1�C�NN�i°�T INS. C0.
�PP 0�4� �7 12
07-31-�020 �0 07-�31-20��
�� +
Professianat
�mployee 8enefit Lia�r'tliiy
Liquor i.iability
$
$
Aggregate
Q�MEP
1, 040 , 0�f 0 Each Employee I.imit
3, 000, �00 Aggregate Limit
Each CaYsmon Cause Limit
Aggregate Limit
�oa�+s a�a� � o� ��ano�s����rs A���acs�� °ro ��is c�v���� ����r:
U�101�5 12/4"� C4�i8�C2�iL t7i�Ft�LY,A -'�AB�� OP' GON��N'�S
II���35 R9%ly N'OTIC� 'r'1fl �OLIC7tIiOS�D�RS — CO1��CTAL LTI�'ffifi�iLA, CO'V�RA(3B -�
PgiOFES�IO�IAL LI.�TT�IT7i �7{CLU�i�OI�iS 8DX'�TpNi 03 17
U�3010 49/�7 CON%3`i�iC�'ORS �+�M�TA��4N'S -�NCL[�i.INC� �XCEaS WRA�'-IIP CQV�Rd�GI�
US30�3 09/�7 :�}[CLUSxOI� �- ��C��RTOR IN3ULATi�N AND FIN�ST�T 3YS'iE�S i°1�x�'SP'1 AND
D��li3Cll -A�PI.�.I.�I7 EX`E'1�kZ�bR �INISH SXSTk�B6S ( �'D��'S" } - �ROAU 1�ORtS P7ITii
S��CIk���A i�XCBPTS�Oxia�
US304g �.2/0� FY1NaI OR 3B]3CxR�iTA �XCLUSIDI+i
US3093 Ei5/1� k�XCI�i7S�ON �,����SS U� k7�,SGLO�UR� OP CONF]�Ak,'N�IAIL 4R P�R�ONAL
�NFORbiAb�01� .A1�A bA�,A-R�T.,p,TSD Ia'iABI1��TY - WITIi I�:iYSx��tl �iODTLX T1+icTUR'Y'
SXC�PI�ON
VS352 12/44 ��RSON�T, �ROP���Y CAftl�. CUS�ODY OR CONAFtOL �XCLIIS�OAi
iiS390 12�{74 `101a�+E+ PCileYiU1ANT �`XCLt75�ON - 018L+�14 F� AIITO
U89062 12/05 HCI13��E �Q�JIPi��Pi`JC SUB�?BC� TO 14fOTOft V�iilC�l� YNSURANCl� Iu�WB -
LiMI�P1TI0N
U��1t17 �.2/04 '�M���XE� ��Di�F�� L:CA��L.TiX
US�47'7iX �0/0$ �SX�,S CHd�N�3I�S
iJS�d96 1.1/16 A�TOM�T�C NO�T-CbN'TI���UTO�iY COVE�OE i�NDORS�MBl+� -'ff�1�RF Ii�sQ1CiIR.�A �7t
��RITTSi�I Cb1�1itACT
LTS�U98 04I7.0 OFIFXGE OF �'4�tETGI�i }158STS CONTROF, IOFA,C) COMPLIAI3CE �NDORShi�NT
U���'13 Q5 �0
8PP 094 E'7 I2
Page � of 2
-._�- - -� - - _ _ .._.
_ _- _� _
_.. —_ _ _.. _�_ _ _. � - - --
_ _ _ _._..
� - - - -� -------� - � - - — --...
N
. 1t7
A
�
�
r
U
U
$
�
�
�
�
»
�
�
�
n
a
�
r
m
�
w
�
�
4
u
m
.
�c�
'��
�QL1CY �iUMB�Fi: .�UP-lfiN8i2�7-?0-All�
���������� ��! ������� �� L�3�����
E�CC��aS {OV�� PRIMI�4�Y1
lSSIJ� DAT�: p$/Q5/24
This endarsement madifiies ir�surance provir�ed under th� followang:
Item �. af the Aeclar�tions to include:
���r�� �ir����
t��� o�,�����
POLi�Y IdU. A�,�dD LIMI15 AS PL�R
�F�`I�CTIV� DAi'ES AS PER IJN�I�HLYT�IG INS6�R.�{YCE
UAID�RLY1'NG 1N�I3Rt9.�+TGE SCH�DULE iI� TkiE
SCHE�UL� I�i THE "CONTRQLLING
"COid°TROLI..IL'dG UId�E�LYING IIdS[tRAAiCI��'
LtND�RLYYNG INSU�iANCE"
c�v���►�
POLICIlES AS P�R
UNDLRL.Y IEYG
iNSIJRAT►C�
�CH�DULE IN ?HE
'�COMTRt3Li.�NG
UNUER LY I �!G
INa[IR�4NCE'�
�����
PQL ICY NUMBEfi ON FI L� $5 , p�q E�1CH OCCUAIt�NCE
t�lITH THE COlSPANY 55,0�� AGGR�GATE
U7/3�/�020-07/31/2021 (4��ERE AP�L.TC��LE)
$5,U�0
� �Ranuc�rs-cot���.�T�� a�s
Acc��c,�r�
$5 , fl0� d1I /P I AGGREGATE
PF�OL�UC�F�: BOX INSURAAtC� AG�N�Y
INSUI��RS AS E'ER
[iNT��IR1.Y I I��G
INSUR�4A�Gi
SCH�I]ULE IN T1iE
„CUNTROt,LING
ilND�A LY I t�G
INSURAPiC���
EI?�BR�LLA i,IABILITY CTNCItdNATI
rn�su��c� coxP�Y
OF�! GE:
�G �Q �� 1� �� �ag� i of 1
-- - - _ ___ _
_ _... ..... � _ _.. -�
- -- - . _ _,
_.._ , __ - -....._� - — ---- --- - - - - _- --- �
.� � _ _ .._�- �
�
' o
❑
�
u
U
�
�
�
�
�
�
,
�-
N
�
n
a
�
n
m
z
m
N
O
O
4a
cp
k
k�OLICY NUM'��4�: ZI�E'��16H�724�-2�-._N�'
����������� ������'�� �������� �� ���I��
EXCE�S iF{]I,L�WII��i FURNi}
1SSU� [?ATE: �8/OS/�Q
'This endorsement mndifias insuranc� prnvir�ed under Eh� faikbwing:
Iter� 7 af tMe �eclar�tions to in�lude:
���r�v
U.C��RFLLA 1.IA��I.ITY
POLICY NUAiHER ON FIL�
6ili'H THC� COFIPaINY
o�/��/zn2n-a�/3�/�q��
f�i�i4s #��� l�rniti�d)
Ss,aoo ��c�r o�cu���Nc�
$5 , �Ofl AGGiiEGA'� E
(WIiE�E APE'LIC.4BLE)
SS,000
PdtODUCTS—CqP�P1.ET�D OPS
AGGEiI�GATE
$S.DOQ �.T/PI AGGREGAT�
l��Mb A,�f�'
CI�fCI�fN�kiI INSU�i�.!!C� COMPANY
PFi4�UC�R: �OX r�rsuAnr�c� �c,��cY o��rc�:
�',� j�� '�'] 9� �� � t99$ 7he Travel�rs Indmm�ity Cornpany. All rigltts r�servqd, ��ge � pf �
f—� _ _ _. _ -_ - - - - - �
EP P0448792
TFII� �IVD�i���i��i�li �H.e�►�dda�� TFI� P�LI�Y. �L��� �E� !T ������I�L�•
, , .:: . �. : -. .. � � . ; : ;� � -
, �;
. �'. ; _:... .,i. �. i 7 ,'1.:. � ;,, 4.` ,,, F . ._, � ._ -
This endorsement modifies insuranee provided �€nder th� follo�nring:
�11S1��SS�1fi1�1�Ft� f�.A�ICAG� &�4�.IGY
�LAl�rl�-�1��i� �X��SS L..IABILITY �c�li�R�4�E RART
Co1�71��12.C1� A►U�C} Gd�11��GE F�ARi
G�M���t�ll�l.. ����R�iL i�iA�IL9TY Gt�1ICR�iC� �.�R.T
�d71Vl�V9���IAL. IJIV��F�ELl� l�ll�B1L�ITl' ��V��4G� P�tT
f3�IVl"IS'1"'� PAC4�AGE F�(]L1�Y
�L���R�I�IG I)AT�I �IP,�3IL.ITi' Cc�V�Re4GE R:�T
F.�CCE�� �I�iLITY C[3VEFtAGE PI�7'
LIQ�lt�F2 LIABIL.I"fl° �4V�f�G� R�T
(9i�i1��F2� �iVD �U�1TR��TC?6�.5 �FtOTECTl11� LIABl�I"�l' Cc7�i�I�A�� PART
��L.�.l1TIDh1 L.1�1[31LITi' �[3V�F�AGE F�Ib,RT'
PF�d)DIIGT�I��f�"IPL�T�[� UP�F�Tlf3N5 C(]il�F2,�1G� f�AF�.T
PRQ�U�T alVll"�ID�VV�� ��VER�4G� PA�T
PF��FE�S�i7h1e�L. �Ie4�ILiT1' �aV���E &��RT
P���E��1t3NAL U�ilt3���LA L.IAf31LITl' C411LFt�4GE PAI�T
Pf��F���9Qf�AL U�A��t�LLA LIA�lLITY CCi1l��AG� PART - CL.l�iM�-�+IADE
R�ILR�AI) PF�OT�Gi"lil� LIAf31L1TY �(]1l�R�.C�E 6�AR7
U1�l��I��RCiUNi� �T�R.A�E'T�I�K P�I�ICY
�GH�DiJ�E
Narne and maifing address af person(s) or organization(s):
'I.) FOR WH�M YOU AR� REQUIR�D lN A WRITT�N CONTRACT THAT 1NAS E7CECUTED {aN C3R AFT�R
THE EARLIER �F THE FOLL.OWING QAT��: A. THE EFFECTIVE DATE OF TH1S POLICY, OR B. TME EFF�CiIVE
DATE OF TH� ORIGINIAL PaLICY UF WHICH r1-11S POLICY I� A RENEWAL OR REPLACEMENT, AND 2.) FOR WI IOM
YOU AR� REQUIRED IN THAT SAME WRITTEN CC?NTRACT AS REF�RRED T� IN 'I . ABOVE i"O PROVI��
GAl�10ELLATIC3N NOTIGE.
Number of days notice (ather than nonpayment of premium): �o
�1„ If vue cancel or nonrenew this pnlicy for any statutorily permitted reas�n other thar� nonpayrr3ent of
premium we will mail notic� ta the per�on or organization shown in the Schedul�. lNe will rnail such notice
at leas# th� nur�ber of days shovvn in the Schedule b�fore the effective date of cancellatian ar nonreneuval.
�, If w� canc�l this palicy for nonpaymenk af premium, v�e +nrifl rnail notice to th� persan or organizatian shawn
in the Schedule. We will mail such notice at least 1 Q days before t�e effec#ive dat� of cancellation.
C. If natice is mailed, proaf of mailing to the rnailing address shc�wn in the Schec�ule will be su#�icient proof af
notEce.
Ip. In no event will coverage extend beyand the actuaf expiration, terminatian or cartcellation of the policy.
IA �&Q87 A9 '17
0
� u�u�a
WORKERS' COMPEN5ATION IN5URANCE
WORKERS' C�MP�N5AT10N AND �� �� 03 ��' �
�MPLOYERS L,IABILITY POLlCY Insured copy
�r�xas w�i��� o� ou� �.i��'i �'0 f2�COV�R ��iOAll O i b��S �NDORS�y'�[�NT
This endorsement applies only to the insurance pravided by kh� palicy b�cause Texas is shown in itam 3.A. of the
Information �age.
We have the right to reco�er our payments from anyone liable far an injury covered by this policy. We will nok enfarce our
right agafnst the person or organization named in the Schedule, but this waiver applies only with respect to badily injury
arising out of the aperations described in th� schedule where you are required by a written contract to obtain this waiver
firom us.
This endorsement sha!! not operate directly or indirectly to benefit anyone not named in the Schedule.
The pr�mium for this endorsement is shown in the Schedule.
Schedule
( ) 5pecific Waiver
Name of person ar organization
tX) Blanket Waiver
Any persan or organization for whom the Named Insured has agreed by written contract to furnish this wai�er.
2. Operations: ALL TEXAS OPERATIONS
Premium:
The premium charge for this endo�-sement shall be 2.OQ percen� of the premium devefoped on payrol[ in connectian
witF� work �erfarmed for the abo�e person(s) or organization{s) arising aut of khe operations described.
4. Advance Premium: �ncluded, see Informafion Page
This endorsemenl changes the policy to which it is aftached effective on ihe inception daf� of the policy unless a differenf date is indicated below.
(The following "attaching clause" need be complefed only when this endorsement is issued subsequent to preparation of the policy.)
This endorsement, effective on 7131I20 at 92:01 a.m. standard time, forms a part of:
Policy no. 0001120a54 of Texas Mutual Insurance Company efFecti�e on 7131120
Issued to: NOR�H T�X/aS CONTRACTING INC
NCCI Carrier Code_ 29939
Shis is nat a bill
/ �
'
Authorized re�resentative
7I23I20
PO Bax 12058, Austin, TX 78711-2058
1 of 1 _ iexasmutual.cam j{$00} 859-5995 � Fax {$00) 359-0650 WC 42 03 04 B
�
� t��u
WORK�RS' COMPENSATION INSURANCE
WORK�RS' COMP�I�SATION AND �'dIG �'2 os O�
EMPLOYERS LIABILITY POLECY ]nsured copy
T�XAS I�OiIC� O� �'�PI�►i�RIA� CHANC� �f��ORS�ME�d�
This endorsement applies only to the insurance pravicied by the policy because Texas is shown in Item 3.A. af the
lnformation Page.
[n the �vent of cancellation or other tnaterial change of the policy, we will mail advance notice to the �erson or
organizat�an named in tY�e Schedule. The number of days advance notice is shown in the Schedule.
This endorsement shall not o�erate directly or indirectly ko benefit anyone nat named in the Schedule.
Schedule
1. I�umber of days advance nofice:
2. Notice wil{ be mailed to:
3a
PER LiST ON FIL.E
T�is e�darsemenl changes the policy fo which it is attached e�Fective on the inceplion date of Yhe policy unless a different date is indicated below.
(The following "attaching clause" ne�d be completeci only when lhis endorsement is issued subsequent to preparation af the policy.)
Th9s endorsemenf, effective on 7I31120 at 12:0'[ a.m. standard time, forms a part of:
Policy no. 0001120054 of Texas Mutual Insurance Com�any effective on 7131120
kssued to: NORTH T�XAS CONTRACTING WC
NCCI Carrier Gode: 29935
This is not a bill
�_� �'
Authorized representati�e
7I23I20
PO Box 12058, /austin, TX 78711-2058
'f of 1 texasmutual.com �(80a} 859-5995 � Fax (800} 359-0650 WC 42 06 01
STAIiTI�� GEI�TERAL �01�1I�TTIOliTS
�F THE �Ol�TSTRUCT��l� ��I�TTRA�T
CITYOF FOIZ'I' WORTI{
STANDARDCONST�tUCTION SPECIP[CA710N I?OCUMCN7'S
Itevision: Ivladt 9, �;710
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF COI�TTENTS
Page
ArticIe 1 —Definiiions and Terminology ..........................�•---...........................................................................1
1.01 Definea Tertns ..............................................................•---............................................................. J.
1.a2 Terminology ..................................................................................................................................6
Article 2— PrreIitt�rainary Matters ............................................................................................ ............................. 7
2.01 Copies of Documents .............................................................................................. ............7
2.02 Commencernent of Contraci Time; Notice to Proceed ................................................................ 7
2.03 Startir�g the Work ......................................................•................................................................... 8
2.04 Before Starting Construction ........................................................................................................ S
2.05 �'reconstruction Conference .......................................................................................................... 8
2.06 Public Meeiing .............................................................................................................................. S
2.Q7 Inrtial Acceptance of ScheduIes .................................................................................................... S
Article 3— Cantract Documents: Intent, Amending, Reuse ............................................................................ S
3. 01 Inte nt . . . . . . . . . . . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. .. . .. . .. .. . .. . .. .. . .. . .. . 8
3.02 Reference Standards ......................................................................................................................9
3.03 Reporti�g and Resolving Discrepancies .......................................................................................9
3.04 Amending and Suppleinenting ContractDocuments .................................................................10
3.05 Reuse of Doclunents ...................................................................................................................10
3.06 Electronic Data ............................................................................................................................1 i
Article 4— A�a�lability oiLands; Subsurface and Physical Conditions; Hazardous Environmental
Condrtions; Reference Points ........................................................................................................... 11
4.01 Availability of Lands ..................................................................................................................11
4.02 Subsurface and Physical Cazzdiiions ....-• ....................................................................................12
4.03 Differing Subsurface ar PhysicaI Condztions ..........-• .................................................................12
4.OQ Underground Facilities ...............................................................................................................13
4.05 Reference Points ..................................................................................................... ................14
4.06 Hazardous Environ�ental Candition at Site .............................................................................. 14
Article 5—Bonds and Insurance ..................................................................................................................... l6
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 Performance, Payment, and Maintenance Bonds .......................................................................16
5.03 Certificates of �nsurance ............................................................................................................. l6
5.04 Contractor's Insurrance ...................•--•--.......................................................................................18
5.05 Acceptance ofBonds and Insurance; Option to Replace ...........................................................19
Arrticle 6 — Contractor's Responsibilities .......
6.01 Supervisian and Superintendence
...............................19
..............................19
CITY OF FORT WORTH
STAN]JARDCONS'fR[1CTION SPECIFICAT[ON DOCUivf��I1'S
Revision: Ma�d� 9, 2(�0
6.02
b.03
6.04
6.05
6.06
6. Q7
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.19
6.20
6.21
6.22
6.23
6.24
Labor; Working Hours ................................................................................................................20
Ser�ices, Materials, and Equipment ...........................................................................................20
ProjectSchedule ..........................................................................................................................21
Substitutes and "Or-Cquals" .......................................................................................................21
Concerning Subcontractars, Suppliers, and O�hers ....................................................................24
WageRates .................................................•---............................................................................. 25
Paten� Fees and Royalties ........................................................................................................... 2b
Permiisand Utilities ....................................................................................................................27
Lawsand Regulations .................................................................................................................27
Taxes...........................................................................................................................................28
Use of Site and Other Areas .....................................•.................................................................28
RecordDocurnents ......................................................................................................................29
Safetyand Pratection ..................................................................................................................29
SafetyRepresentatzve ..................................................................................................................30
Hazard Communication Programs .............................................................................................30
Emergencies and/or Rectif"ication ...............................................................................................30
Submittals.................................................................................................................................... 31
Coniinuitag#he Work ...................................................................................................................32
Contractor's General Warrantyand Guarantee ..........................................................................32
Indemnification.........................................................................................................................33
Delegatian of Professional Design Services .............................................................................39�
Rightta Auc�it .............................................................................................................................. 3A
Nondiscrirr►ination . ... ... ... ....... ... ... ... ........ ........ .......... .... ....... ... ........ .. . .. ......... ....... ...... ..... ........ ... .. 35
Article7- Other Work at the Szte ...................................................................................................................35
7.01 Relaied Work at Site ...................................................................................................................35
7.02 Coordination ..............................................•--...............................................................................36
Article $ -City's Responsibilities ...................................................................................................................36
S.Q1 Coz�amunications to Confractor ...................................................................................................36
8.02 Furnish Data ................................................................................................................................36
8.03 Pay WhenDue ............................................................................................................................36
8.Q4 Lands and Easements; Reports and Tests ...................................................................................36
$.4S Change Orders .............................................................................................................................36
8.06 �nspections, Tests, and Approvals ................................................................................... 36
8.07 Limitations on Ci�ty's Responsibilities .......................................................................................37
S.OS Undisclosed Hazardous Environmental Condition ....................................................................37
8.09 Compliance wrth Sa�ety Program ...............................................................................................37
Ar�icle 9- Ci�ty's Observation Status Durin� Construction ........................................................................... 37
9.01 City's Project Manager ............................................................................................................37
9.02 Visrts to Site ................................................................................................................................37
9.�3 Authorized Variations ix� Work ..................................................................................................38
9.0�4 Rejecting Defective VSJork ..........................................................................................................38
9.05 Determinations for Work Performed ..........................................................................................38
9.06 Decisio�s on Requirements of Contraci Documents and Acceptabil�ty oF Work ..................... 3$
CI"f Y OF FORT WORTH
STANDARDCONS'I'RIICTION SPECIPICATION �OCUMENTS
Revisior�: Mad�9,2020
Article 10 - Changes in ihe Work; Claims; Extra Work ................................................................................38
10.01 Authori�ed Changes in the Work ...............................................................................................38
10.02 Unauthorized Changes in the Worrk ..........--• ..............................................................................39
10.03 Execuiion of Change Orders .......................................................................................................39
10.04 E�ra W ork . .... ... ... .............. .... ... ........ ... ........... ... .... ... ........ ..... ... ... ........... ... .... .... .... ........... .......... 39
10.Q5 Noti�cation to Surety ..................................................................•---............................................39
10.06 Contract Claims Process .............................................................................................................40
Ariicle 11 - Cost o� the Work, Aliowances; Unit Price Wark; Plans Quantity Measurenae�t ......................41
11.01 Cost of the Work ......................................................................................................................... 41
ll.02 Al2owa�ces ..................................................................................................................................43
11.03 Unrt Price Work ..........................................................................................................................44
11.OA Plans Quantity Measurement ......................................................................................................45
Artic�e 12 - Change of Contract Price; Change of Contract Time ................................................................. 46
12.01 Change of ContractPrice ............................................................................................................46
12.02 Change of ContractTime ............................................................................................................�7
12.03 Delays ..........................................................................................................................................47
Article 13 - Tests and Inspections; Correction, Rexnoval or Acceptance o�Defective Work ......................48
13.01 Notice of De%cts ........................................................................................................................4$
13.02 Access to Work ...........................................................................................................................48
13.03 T�sts and Inspections ..................................................................................................................48
13.Q4 Uncovering Work ........................................................................................................................49
I3.OS City May Stop the Work .............................................................................................................49
13.06 Correction or Removal of Defective Wark ................................................................................50
�3.47 Correciion Period ........................................................................................................................50
13.0$ Acceptance of Defective Work ................................................................................................... 51
13.09 City May CorrectDe�ective Work .............................................................................................51
Article 14 - Payments to Cantractor and Compietian .................................................................................... 52
14.01 Schedule of Values ......................................................................................................................52
14.02 Progress Payments ...................................................................................................................... 52
14.03 Contractor's Warranty of Trtle ................................................................................................... SA�
14.04 Pariial Utilizatzon ........................................................................................................................55
14.05 Final Inspection ...........................................................................................................................55
14.06 �'inal Acceptance .........................................................................................................................55
14.07 Final Pay�raent .............................................................................................................................. S6
14.08 Final Coinpleiioza Delayed and Partial Retainage Release ........................................................56
1�.09 Waiver of Claims ........................................................................................................................ 57
Ar�icle 15 - S.uspension of Work and Termination ........................................................................................57
I5.01 City May Suspend Work .............................................................................................................57
15.02 City May Terminate t�or Cause ................................................................................................... 58
15.Q3 City May Ternriinate For Convenience .......................................................................................60
ArticleJ 6- Dispute Resolution ...................................................................................................................... 61
16.01 Methods and Procedures .............................................................................................................61
CITY OF FORT WOR`TH
STANDARDCONSTRUCTION SPECIH[C,4TION DOCUMEN"1'S
Kcvision: Mad� 9, 2(Y�0
Artic�e l 7— Miscellaneous .............................................................................................................................. 62
T7.01 Giving Notice .............................................................................................................................. 62
1'7.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17.05 Headings ............................................................... o ...................................................................... 63
CITY OF FORT WO1tT1-I
STANDARDCONSTRUCTION SPGC[fICA'CCON I70CiJIvIGIVTS
Revision: Mad� 9, 2620
00 72 00 - l
GENERALCONDITIONS
Page 1 of 63
ARTICLE 1-- DEFINITIONS AND T�RMINOLOGY
1.01 Defined TeNms
A. Wl�ereverused in these GeneraI Conditians or in afiher Confract DocumenCs, the terrns listed below
have the meanings indicated rx�hich are applicable to both the singular and plural t�ereof, and
words denating gender shaIl include the mascu�ine, fetx�inine and neuter. Said terms are generally
capitalized or wril#en in italics, but not always. When u,sed in a context consistent with the
definrtion of a Iisted-defined terin, the term shall have a meaning as defined below whether
capitalized or rtalicized ar otherwise. In addition to terms speci�ically defu�ed, terrr�,s with initial
capital letters in the Contract Dacuzne�ts include references to identified articles azad paragraphs,
and the titles of o�Yrer documents or forms.
1. Addenda--Wri�tten or �aphic instruments issued prior to ihe opening of Bids which clarify,
carrect, or change the Bidding Requirements or the proposed Contract Documents.
2. 14greernent The vvritten instruzxzent which is evidence af the agreement beiween City and
Coniractor covering ihe Work.
3. Application fo� Payment The farm acceptable to Ci�ty which is fia be used by Contractor
during ihe course of the Work in rec�uesting progress or £'i�t�al payments and which is to be
accompanied by such supporting documentation as is requ�red by ihe Contract Documents.
4. Asbestos Any material that cantains more than one percent asbestos and is friable or is
releasing asbestas fi6ers into the air above cuz7reni action levels established by the United States
Occupational Safety and HeaIth Adrninistration.
5. Awar^d — AUtk�orization by the City CoUncil far Y,he City to �ntez into an Agreement.
6. Bid The offer or propasal of a Bidder submiited on the prescribed for�n setting forth the
prices for the Work to 6e perfozmed.
7. Bidder The individuaI or entity who subz�rts a Bid direcfily to City.
S. 13idding Documents—The Bidding Requirements and the proposed Contract DacumenYs
(includir�g all Addenda).
9. BiddingRequirements The advertisement or Invitation to Bid, tnstructions to Biddet's, Bid
securily of acceptable form, if' any, and the Bid Farrn with any supplemer�ts.
10. Business Day — A business day is de�'ined as a day that the City conducts normal busfness,
genera�ly Mo�day through Friday, except for federal or state holadays observed by th� City.
I 1. Calendar Day —A day consisting oi 24 hours measured from midrught to t�ae next mic(night.
CITY O� FORT '4�'O1ZTH
STAN]7A1237CON5TRUCTION 3PEC[HICATION DOCUMIiNT5
1Levision: Madt 4, 2020
0072oo-i
GENERALCONDITION S
Page 2 of 63
12. Change Order A docuznent, which is prepared and approved by the City, vvhich is signed
by Contractar and City and authorizes an addition, deletion, ar revision ii-� the Work or an
adjust�ment iri the Contraci Price or tk�e Con�ract Time, issued on or after the Effective Dat�
of' ihe Agreernent.
13. City The Ciry of Fort Worth, Texas, a home-ru�e municipal corporation, autharized and
chartered under the Texas State Stai�ates, acting by zts governing body througb its City
Manager, his designee, or agetats authorized under his behaXf, eac� oi which is requi�ed by
Charter to perForm specific duties with responsibility for fmaI ez�faz'cement of ti-►e contracts
in�volving the City o� Fort Worth is by Ch�arter vested in the Ci�y Manager and is the entity
wiih �t�vhom Contractor has entered into the Agreement and for vvhom the Work is to be
performed.
14. City Attarney — The offcially appointed Ciry Attorney of the Cr�4y of Fort Worth, Texas, or
his duly authorized represenYative.
15. Ciry Council - The duly elected and qualifzed governing body of the City of �'ort Worth,
Texas.
16. City Mancager — The officially appointed arid auihorized Czty Manager of the City of Fort
Worth, Te�s, or I�is duly authorized representative.
17. ContYact Claim—A dernand or assertion by Ciry or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other reliefi with respect to the terms oi the
Contract. A demand for money or services by a thvrd party is nat a Contract Claim.
i 8. Contract The ent�re and integrated wr�tten document between the City and Contractor
concerning the Work. The Contract contains the Agreemeni and all Contract Documents and
supersedes prior negotiations, represe�tations, or agreements, whether written or oral.
19. Contraci Docuryrents Those items so designated in the Agreeme�t. All zterr►s Iisied in the
Agreement are Contract Documents. Approved Submittals, other Contractor subrcxaitials, and
the reports and drawings af subsurface and physicaI cond'ztions are not Contract Docunr�ents.
20. Cont�-act Price The moneys payable by City to Contractor for campletion of the Work in
accordance wi�h the Contract Docun�ents as s�ated in the Agreement (subject to the provisions
of Paragraph l 1.03 in the case of Unit Price Work}.
21. Contract Time The nt�ber of days or the dates stated in the Agreement to: (i) achieve
Miiestones, if any and (u7 complete the Work so that i� is ready for �ir�al Acceptance.
22. Cont�actor The individual ar entity wiih whom City has entered into the Agreement.
23. Costof lhe Work�ee Paragraph 11.01 of t�ese General Cond'hions for defit�ztion.
CIT"Y OF FORT WQiZTH
STAN]�ARDCONSTRUCTION SPECTFIC�TION �OCU[vIEIVTS
Revision: M�d� 9,�D
007200-i
GENERALCON�fTION 5
Page 3 of 63
24. Damage Claims — A de�nand for money or services arising from the Project or Szte froin a
third party, City or Contrac�or exclusive of a Contract Claim.
25. Day or day— A day, �nless otherwise defined, shall mean a CaIendar Day.
26. Directo� of Aviation — The officially appointed Director of the Aviation Depat�ment of the
City oi Fort Worth, Te� s, or his du�y appointied representative, assistant, or agenis.
27. Directo� of Par�ks and Comrjzunity Seyvices — The of�cially appointed Director of the Parks
and Cammunity Services Department of the City of Fort Worth, Te�as, or his duly appointed
representative, assistant, or agents.
28. Directo� of Planningand Development— The o�ficially appainted Dir�ctar of ihe Planning
and Developrrzent Department of the City of Fort Worth, Te�as, or his duly appainted
representative, assistatat, or agents.
29. Directo� of 7'Nansportation Publrc Works — Tl�e official[y appointed Director of tk�e
Transportatzon Public Works Department of the Crty of Fort WorEh, Te�as, or his duly
appointed representative, assistant, ar agen�s.
30. Direct�o� of Waiet-Departrnenl — Tl�e affcially appointed Director of the Water Department
of tk�e Ciry of Fort Worth, Texas, or his duly appointed repres�ntative, ass�stant, or agenis.
31. Drativings—That pari of ihe Contract Documents prepared or approved by Engineer r�vhich
graphically shows ihe scope, extent, and charac�er ofthe Workto be perfortnedby Contractox.
SubmittaIs are �ot Drawings as so defined.
32. Effective Date of the Agreemen%The date indicated in the Agreernent on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and del�vered by the last of the two parties to sign and deliver.
33. Engineer The licensed professional engineer or engineering firm r�gistered in the Staie of
Texas perfornning professional services for the City.
34. Extra Work — Additional work znade necessary by changes or alterations of the Cantract
Documents or of quantities or for other reasons for which no prices are provided in the Contract
DocLux�;ents. Extra r�vorl� shaIl be parl of the Work.
35. Field OrdeN—A written arder issued by City which requires changes in the Worrk but whic�
daes not involve a change in the Contract Price, Contract Time, or tk►e intent of the Engineer.
FieId Orders are paid from Field Order Allowances itacorporated into t�e Contract by funded
work .type at the time of award.
36. Final Acceptance — The writfien notice gi�en by #he City to the Contractor that the Worlc
specified in the Coniract Documents has been completed to th� saiisfaction of the City.
CITX OF FORT WOR'TH
STANDARDCDNSTRUCTiON SPrCIF[CATION DOCLiME[d'T'S
ltevision: Mad�9,20'�0
oo�zoo-�
GENERALCONDITEONS
Page 4 of 63
37. Final Inspection — Inspectzon carried out by the City to verify that the Confiractor has
completed �he Work, and each and evezy part ar appurtenance thereaf, fully, ez�tirely, and in
cozaformance with the Contract Documents.
38. Gener^al Requirenzents—Sections of Division 1 of the Contraci Docuinents.
39. Hazardous Envir�anmental Condition—Th� presence at th� Si�e of Asbestos, PCBs,
Petroleum, Hazardous Wasie, Radiaactive Material, or other materials in such quan�iti�s ar
circumstances that may present a substantial danger to persons or property exposed therefio.
40. Hazardous Waste Hazardous �raste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined ic� tlae federal waste regulations,
as amended frorn ti�n�e to time.
41. La�vs and Regulations Any and all applicable laws, rules, regulations, ordinances, coc�es,
and arders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
42. Liens Charges, security interests, or encumbrances upon Prroject funds, real property, or
personal property.
�43. Majo� Itefra-- An Itern of work included in the Contract Dacumenis that has a total cost equal
io or greater than 5% of the original Contract Pzice or $25,000 whichever is Iess.
44. Milestone A principal event specified in the Contract Documents relating to ar� intermediate
Contract Tzrx�e prior to rinal Acceptance of'the Work.
45. llTotice of Award The wrztten notice by Cify to the Successful Bidder stating that upon
timely compliance by the Succe,ssful Bidder with the conditions precedentlisted therein, Cily
will sign ancE deliv�r ihe Agreement.
46. Notice ta Proceed—A written notice given by Czty to Contractor %ing the date on which the
Contract Time wili cammence to run and on ovhich Coniractor shall start to perform the Work
speci�ec� in Contract Documents.
�7. PCBs—PoIychlorinated biphenyls.
48. Petroleuni—Petroleum, including crude oi� or any fraction thereof which is Iiquid at standazd
canditions of teznperature and pressUre {60 degrees Fahrenhezt and 1�4.7 pounds per square
inch absalate), such as oil, petE•oleum, iuel ail, oil sludge, oil refUse, gasoline, kerosene, and
ail m�ed wrth ather non-Hazardous Waste and crude oils.
49. Plans — See defmition of Drawings.
crr� or• ro��r wo�z�
S'I'ANDARDCONSTRUCTION SPECIFICATI4N DOCUNA:NTS
Revision: Mad� 9, �20
007200-1
G�NERALCONDITIOiJ S
Page 5 of 63
SQ. Project Schedule A schedule, prepared and maintained by Cantractor, in accordance with
the General Requirements, d�scrbing the sequence and duration of the activities connprising
the Contractor's plan to accomplish the Work vvilhin the Contract Time.
51. Project The Workto be pexformed under the Contract Documents.
52. Project Manager The authori�ed representafiive af the City who wi�l be assigned ta the
Szte.
53. Public Meeting — An announced meeting conducted by fihe City to facilitate public
participation and to assist the public in gaining an infozmed view of the Project.
5�4. Radioactive Material�ource, special nuclear, or byproduct maierial as defined by the
Atornic Energy Act of 1954 (42 USC Section 20ll ei seq.) as amended firozn time to time.
55. RegulaN Working Hours --- Hours beginning at 7:�0 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays}.
56. Samples Physical exaznples of materials, equipment, or worlflnanship that are
representaiive of sorne portion of the Work and which establ�h the sta�dards by which such
portion of fihe Work will be judged.
57. Schedule of Submittals A scheduie, prepared and maintained by Contractor, of required
submittals and tlae time requirements io support scheduled performance af rela.ted construction
activities.
58. Schedule of Tjalue�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
Cont�ractor's Applications for Payment.
59. Site Lands or areas indicated iri the Contract Docuz�nents as being �urnished by Ciry upon
which the Work is to be performed, mcluding righYs-of-way, permits, and easements far access
thereto, and such other lands furnished by City which are designated for ihe use oiContractor.
60. Specifications—That part of the Contract Documents consisting af written requirements for
materzals, equi�ment, systems, standards and workrnanship as applied to the Work, and certain
admulistrative requirements and procedural matters applicable thereto. Specifications may be
specifically rr�ade a part of tk�e Cantract Documents by attachment or, i�£ not attached, may be
incorporated by reference as ir�dicated in the Table of Contents (Divisaon a0 00 00) of each
Project.
61. Subconlr�actoY—An individ�al or entiiy havmg a diz�ect contract with Contractor or �vith any
other Subcontractor for the per%rmance of a part of the Wor� at the Site.
CITY OF FOIZT' WOR'FH
S'1'ANDARBCONSTRUCT[ON SPECIFICATIaN DOCUMENTS
Revision: March 9, 2020
oo7zaa-�
GEiV�RALCON�1T16iJ 5
Page 6 of G3
62. Submiitals A1� drawings, diagrams, ilIustrations, scheduies, and other data or itiformation
vvhich are specifica�Iy prepared or assembled by or far Contractor a�nd subrnitted by Contractor
to iUusirate sorne portion of tk�e Wark.
63. Successful Bidde�—The Bidder subnnz4ting the lowest and most responsive Bid to whom City
makes an Award.
b4. Superintendent— The representative of the Contractor wk►o is available at al� times and able
to receive instruciions �irarn the Ciry and to act for the Contractor.
65. Supplementary Cors�a'itions—That part oi the Contract Docuixients which amends or
supplements these General Conditians.
66. Supplier A manufacturer, fabricator, suppliez-, distrbutor, materialtnari, or vendor having a
direct contract with Cantractor or with any Subcontractor to furnish materials or equipment
to be incarporated in the Work by Contractor or Subcantractor.
6'7. Underg�ound Facilities All undergraund pipelin�s, canduiYs, ducts, cables, wi�es,
rrtanholes, vauits, tanks, tunnels, or other such facilities or attachments, and any encasemer�s
contaiu�ing such facilities, including but not linaited ta, those that convey electriciry, gases,
steain, liq�id petroIeum products, telephat�e or otherr communications, cable television,
water, �wastewater, storm water, other liquids or chemicals, or traf�c or ather control systems.
68 Unit Price Work See Parragraph 11.03 oi these General Conditions for defmitian.
69. WeekendWo�kingl�ours—Hours beginrn�g at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approrred in advance by the Ci�y.
70. Wor�k The ezatiure canstruction or the various separately zdentifiab�e parts thereof required to
be pravided under the Contract Documents. Work includes and is the result af perfornling or
pro�iding all ]abor, services, and docume�tation necessary to produce such construction
including any Change Order or Field Order, and iurnishing, i�staIling, and incorporati�g alI
zx�aterial� and equipment into such construciion, all as required by the Coniract Documents.
71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or lega 1
holidays authorized by the City %r contract purpases, in which weather or other conditions
na� under the controI of the Contrractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.in. and 6 p.z�n.
1.02 �'erminology
A. The wards and terms discussed in Paragraph T.02.B ihrough E are not defined but, when used in
the Bidd�g Requirements or Contract Documents, have the indicated meaning.
B. Intent of Cerlain Terms orAdjectives:
CITY OF POiZT WO1tTH
STANDATZT7CON5TRUCTION SPECI�1CATi0N DOCUM�NTS
Revision: Matfi9,20Z0
007200-1
GEi�ERAL CONQ IT ION S
Page 7 of 63
1. The Confract Documents include the terms "as aIlowed," "as approvec�," "as ordered," "as
diurecied" or terms of like effect or import to authorize an exercise of judgrnent by City. In
additian, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determinaiion of Czty as to
the Worlc. It is intended that such exercise of professional judgrnent, actian, or determinatio�
will be solely to evaluate, in gen�ral, the Work �or compliance vvith the infarmation in the
Contract Docu�nentis and with the design concept of the 1'roject as a fiuictianing whale as
shawn ar indicated in the Coni�ract 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
unsatisiactory, faulry, or deftcient in that it:
a. does not conform to tne Coniract Documents; or
b. daes not xx�eet the requ�emenYs of any applicable inspection, reference standard, test, or
approval referx�ed to in tlze Contract Docurzients; or
c. has been damaged przor to City's written acceptance.
D. Furnish, .Instcrll, Perforfn, Provfde:
1. The ward "k'urnish" or the ward "InstalI" or the word "Perform" or fihe word "Provide" or
the word "SuppIy," or any combination or sirnilar directive or usage thereof, shall mean
furnishing and incozporating in the Work incIuding all necessary labor, naaterials, equipment,
and everything necessazy to per%rm the Worlc im�dicated, unless specif'ically limi�ed m the
context used.
E. UnIess stated atherwise in ihe Cont�ract Docum�nts, words or phrases fihat have a well�known
technical or co�struction industry ar trade meaning are used in the Contract Documents in
accordance vvith such recognizsd meaning.
ARTICLE 2 — PRELYNIINARY MATTERS
2.a1 Copies af Documents
City shall furn�sh to Contractor one {1} original executed copy and one (l) electronic copy of the
Contract Documenis, and four {4} additional copzes of the Drawings. Addztioz�al copies wi�l be
furnished upon request at tl�e cost af reproduciion.
2.Q2 Cornmencementof ContNactTime; Notice to PNoceed
The Contract Tinae will commence to run o� the day indicated it� the Notice to Proceed. A Notice to
Proceed may be given no earlier than 14 days afier the Effective Date of the Agreement,
unIess agreed to by boih parties in writing.
CITY OF FORT WORTH
5�'ANDAILDCOiJSTRUCTION SPGCIFICATION 1�OCL3MENT5
ltevision: Mard� 9, 2020
ao72oo-�
G�N�RaLCONoITIONs
Page S of b3
2.03 Starting the Work
Contractor shall start to perform the Work on the date vvhen ihe Contract Time commences to run.
No Work shall be done at the Site prior �:o the date on which the Contract Time camrnences ta run.
2.04 Before StartingConstruction
Baseline Schedules: Submii in accordance wr�h tl�e Cantract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Si�e is started, the Cantractor shalI attend a Preconstruction Conference as
spec�ied in the Contract Dacuments.
2.06 Public Meeting
Contraciorr may nat mobilize any equipment, materials or resou�rces to the Site prior to Contractor
atiending the Public Meeting as scheduled by th� City.
2.07 Initial Acceptance ofSchedules
No progress �ayment shall be made to Contz-actor until acceptable schedules are submitted to Czty in
accordance withth� Schedule Specification as provided in the ContractDocuments.
ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Cantract Documents are coz�aplementary; what is required by one �s as binding as if required
by all.
B. �t is ihe intent of the Contract Documents to descrbe a functionally complete projecti (or part
ihereo� to be constructed in accordance with the Contract Documents. Any labor, documentation,
services, materrial,s, or equipment that reasonably may be infeired frozx� the Cantract DocLunents
or frorn prevailing cnstonr� or t�racie usage as bemg required to produce the indicated result wili be
provided whether or not specif'ically called for, at no additional cost to Ci�y.
G Clarifications and interpretations af the Cont��act Documents shall be issued by City.
D. The Specifications inay vary in t�orm, format and style. Som� Specifzcation sections inay be written
in varying degrees of strreanaJ'vned or declarative styIe and some sections inay be relative�y
narrative by camparison. Omission of such words and phrases as "the Contraciar s�all," "in
conformity with," "as shawn," or "as specafed" are intentional in sirearrzlined sectiions.
Omitted wards and phrases shall be supplied by inference. Similar iypes of provisions may appear
in various parts of a section or articles within a part depending on ihe for,nrzat of the
CTTi' OF FORT WORTH
STAIVDARDCONS'fRUCT[ON SPECIPICAT[ON DOCCJM�,[�TTS
IZcvision: Ma�9,�'10
ao�zno-�
GENERALCONDITIONS
Page 9 of 63
section. The Cont�actor sha�l not take advantage of any variation of form, format or style En
making Contract Claims.
E. The cross referencing of speci�cation sections under t�e subparagraph heacling "Related
Sections include but are r�ot necessarily limited to" a�d elsewhere within eacH Specif'zcation
section is provided as an aid and conver�ience ta the Contractor. The Contractor shall not rely on
the cross referencix�g provided and shall be responsible to coordinate the eniire Work under Y,he
Contract Docuinents and provide a complete Project whether or not the cross referencing is
pravided in each section or whether or not the cross referencing is complete.
3.02 Reference 5iandards
A. Standards, Specificatians, Codes, Laws, and Regulations
1. Reference to standarrds, specifications, manuals, or codes oi any technical society, organization,
or association, or to Laws or Regulations, whether such zeference be specific or by itnplication,
shaIl mean the standard, specifcation, manuaI, code, or Laws or Regulations in effect at tl�e
tune of opening of Bids (or on the Effective Dat� of Y,he Agreement �f there were no Bids),
e�cept as naay be otherwise specif"ically ,stated in the Contract Docume�ts.
2. No provision of any such standard, specificatzan, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Coni�ractor, or any
of their subcontractors, consultan#s, agents, ar employees, from those set forth in the Cantract
Documen�s. No such provision or instruction shaIl be effecti�ve to assign to City, or any of i�s
officers, directors, members, partners, employees, agents, consuItants, or sui�contractors, any
duty ar aut�ority to supervise or d�rect the performance of the Work or any duty ar authoriiy
to undertake responsibzl�ty inconsistent wi�h the provisions of the Contract Docurnents.
3.03 Repo�ting and ResolvingDiscrepancies
A. Reporting Discrepancies:
Cont�actor's Revietiv of Cont3-act Documents Before Starting Wo�k: Before underiaking each
part of tl�e Work, Contractor shalI carefully study and compare the Contract Doc�.unents and
check and verify pertinent figures therein agair�st all applicabI� field measurennents and
conditions. Contracior shall pramptly repor� in writin�g to City any confl�ct, error, ambzguity,
orr discrepancy which Contractor discovers, or has actual l�nowledge of, ar�d shall obtain a
vvrilten izaterpretation or clarification from Ciry 6efore proceeding with any Work affected
thereby.
2. Contractor's Review of Cantract Documents Du�-ing Performance of Wo�k: If, during the
performance of the Work, Coniractar discavers any conflict, errar, ambiguity, or discrepancy
within the Contract Documents, orr between the Contract Documents and (a) any applicable
Law ar Regulation ,(b} any standard, specification, manual, ar code, or {c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractox shall not
proceed with the Work affected thereby (except in an ennergency as required 1�y Paragraph
CTTX OF F'pRT WORTH
STANDARDCONSTRUC'1'ION SPEC3PICATION DOCLTM�NTS
�tevision: Ma�ii9,�G20
007200-1
GENERALCOKQITI4N S
Page LOof63
6.17.A) until an arr�endment or supplement to the Contract Doc�nents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not Iae Iiable to City �or failure to report any conflict, error, az�nbiguity, or
ciiscrepancy in the Contract Docuznents �nless Contractor had actual lrnowledge thereof.
B. ResolvingDiscrepancies:
1. Exce�t as may be otherwise specifically stated in the Contract Docuix�ents, the provisions of
the Contract Documents shall take prec�dence in resolving any conflict, error, aznbiguity, or
discrepancy between the provistons of the Contract Documents and ihe provisions of any
standard, specification, manual, or the �nstruction of any Suppliez' (whether or not specifically
incorporated by reference in the Contract Documents}.
2. In case of discrepancies, fgured dimensions shall govern ov�r scaled dimensions, Plans sha11
govern over Specifications, Supplementary Conditions shall govern over GeneraJ Condi�ions
and Speci�'icatians, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Cont�actDocurrrents
A. The Contract Docume�ts may be amended io provide for additions, deletiozas, and revisions in
the Work or to modify the texms and conditions thereof by a Change Order.
B. The requirements af Yhe Contx�act Dacuments may be supplemented, and minor vaziatians and
deviations in #he Work not involvit�g a change in Contract �'rice or Contract Time, may be
autl�orized, by one or more of the follo�wing ways:
l. A Field Order;
2. City's review of a Subnai�tal {subject to ihe �rov�siozas ofParagraph 6.18.C); or
3. Ci�iy's written interpretation or clarificatian.
3.05 Reuse af Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any t�tle to or awnership rights in a�y of the Drawings, Specif'zcations, or
other documents (or copies of any thereot} prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, otk►er documents, or copies thereof on ext�nsions af
the Project or any otk�er project without written cansent: oiCity and specific written veritication
or adaptation by Engineerr.
CITYOF CORT WORTH
STANDARDCONSTRUCTION SPECI�ICATION DOCUMENTS
Revision: Madi9,2UZ0
oo�zoo-�
GENERALCOMOITION S
['age 11 of 63
B. The proh�itions oi this Paragraph 3.05 wi�l survive iulal payment, or terzir�ination o� the
Contract. Nothing herein shall preclude Contractor frarr� retaining copies of the Contract
Documents for record purposes.
3.OG Electronic Data
A. Unless otherwis� stated in the Suppleznentary Conditions, the data furn�s�ed by City or Engineer
to Contractor, or 6y Contractor to City or Er�gineer, that may be relied upon are lirnited to th�
printed copies included ir� th� Cantract Documents {also l�own as hard copies) and other
,Specifications referenced and located on the Ci�y's on-line electronic document management and
col�aboration system site. Files in electronic media format of text, data, graphics, or other types
are furnished only for the convenience of the receiving party. Any cotacIusion or information
obiai�rzed or derived from such eIectronic files wilJ be atthe user's sole risk. Ifthere is a discrepar�cy
between the electronic %les and the hard copies, the k►ard copies govern.
B. When transferring docutnents in electronic media format, the transferring party makes no
representations as to long term coznpatibility, usabiIity, or readability of documents r�sulting from
ik�e use of software application packages, operating systems, or computer hardware difFer�g from
those used by the data's creator.
ARTICLE 4— AVAILABIL�TY OF LANDS; SUBSURFACE AND PHYSYCAL CONDITIONS;
HAZARDOUS ENVIR�NMENTAL CONDITIONS; REFERENCE P�YNTS
4.01 Availability of Lands
A. City shall fun�ish the Site. Ci�y shall noti�£y Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor zxiust comply
in performing the Worl�. City wiIl obtain in a timely manner and pay for �asements far permanent
structures or permanent changes in existing facili�ies.
1. Th� City has obtamed ox anticipates acquisitian of and/or access ta right-of-way, and/ar
easements. Any outsYanding rigk�t-of-way and/or easemenis are anticipated to be acquired in
accordance with the schedule set forth iz� ihe Supplementary Condi�ions. The Project Schedule
subrr�iited by the Contractar in accordance with the Contract Documents must consider any
outstanding right-of-way, and/or easements.
2. The Ciiy has or anticipates removing and/or relocating utilities, a�d obstructions to the Sit�.
Any outstandirig removal or relocation of utilities or obstructions �s anticipaied ir� accordance
witla the schedule s�t forth in the Supplemer�tary Conditions. The Praject Schedule submhted
by the Contractor in accordance with the Cont�•act Docu�nnents �nust consider any outstanding
utilities or obstruciions to be removed, ad�usted, and/or relocated by oihers.
B. Upon reasonable written request, Ci�4y shall fi�nish Contractor vvith a cuz7rent statement of record
legal title and legal description of i�e lands upon which ihe Work is to be performed.
CTTY OF FOi2T WORTH
STAlVT7A1tDCONSTRUCTf6N SPECIF[CATIOi� DOCUMENTS
Itevision: Madt 9, �D2P
00 �z ao - �
GENERALCONI3ITION S
Page 12 of G3
C. Coniractor shall provide for aIl addztional lands and access thereio that may be required for
construction faciliti�s or storage of materials and equipment.
4.02 Subsur^face andPhysical Conditions
A. Repo�ts and D�awings: The Supplementary Conditions identify:
1. those repoYts Irnow� to City of ea�plorations and tests of subsurface conditions al ar
contiguous to the Si�e; and
2. those drawings lrnawn io City of pk�ysicaI conditions relatin� to existing surface or
subsurface structures at the Site (except Underrground Facilities).
B. �imited Reliance by ContractoY an Technicral Data Autho�ized: Contractor may reIy upon the
accuracy of the "technical data" contained in such reports and drawi�ngs, but s�ch reports and
drawings are nat Contract Documents. Such "teclulical data" is identif"ied in the Supplementa ry
Condi�ions. Con�ractor may noi make any Contxaci Claim against Ciiy, or any of their afficers,
directors, rnembers, partners, employees, agents, consultaz�ts, or subcantractors with respect to:
I. the completeness o� such reports and drawings for Cont7ractor's purposes, a�cluding, but not
Iimited to, any aspects o� the means, methods, techniques, sequences, and pracedures of
construction ta be employed by Contractor, and safety precautions and programs incident
there#o; or
2. other daia, interpretations, npinions, and infor�ation contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation af or conclusion drawn from any "tec�nical data" or any sUch
other data, inierpretations, opinians, or information.
4.03 �iffering Subsurface or Physical Conditians
A. Notice: I� Contractor believes ihat any subsUrface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish fhat any "technical data" on whic� Contraclor i� entitled to
reIy as provided iri Paragraph 4.02 is materially inaccurate; or
2, is af such a nature as to requ�re a change in the Contract Documents; or .
3. differs �naterially from ihat shown or ir�dicated in the Coniract Documents; or
4. is of an unusual natu�re, and differs materially fram conditions ordiz�arily encountered and
generally recognized as inhere�nt in work ai the character provided for in the Contract
Documents;
CITY OF PORT WOIt'I'H
STANDARDCDNSTRUCTIDN SPECIFICATION DOCUMCNTS
Revision: Mad� 9, 2a20
007200-1
GENERAL CONDI710N S
Page 13 of 63
then Contracior sk�all, �romptly after becoming aware thereof and before iurther disturbfng the
subsurface or physical co�dz�ions or performing any War1� in connectzon tllerewith {excepi in an
emergency as required by Parag�raph 6. I7.A), notiiy City in writing about such condition.
B. Possible Price and Time Adjustnaents
Contractor shall nat be entitled to any adjustmeni frz tk�e Contract 1'rice or Contract Time if:
1. Contractor knew of the e�tence of such conditions at tk�e time Contractor made a fmal
commitment to Ciry wzth respect to Contract Price and Contract Traxze by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence oi such condiiiori co�ld reasonabiy have been discover�d or revealed as a resuit
of the examination af the Cantract Documents or t�e Site; or
3. Coniractar failed to give the written notice as requieed by Paragiraph Q�.03.A.
�.04 UndergroundFacilities
A. Slzawn or Indicated.� The inf'ortnai�on and data shown or indicated in the Contract Dac�nents
wzth respectto ex�stmg Underground Facilities at or contiguous to the Srte is based on inforrznation
and data furnished to City or Engineer by the owc�ers of such Und�rground Facilit�es,
including City, or by others. Unless it is otherwise e�ressly provided in fihe SupplemenYary
Condi�ions:
1. Ciry and Engineer shall not be responszble for the accuracy or completeness of any such
information or data provided by others; and.
2. the cost of all af the %llowing will be included iti the Contract Price, and Contractor shall
have #'ull responsibiIity for:
a. reviewing and ch�c�ing all such infar�nation and data;
b. locating all Underground Faci�itzes shown or indicated in ihe Contract Docun�aenis;
c. coordination and adjustment of the Wark with the owners of such Underground
Facilities, including City, during construction; and
d. tl�e safety and protectioz� of aIl such Underground Facilities and r.epairzng any damage
thereto resuliing from the Work.
B. NotShawn orindicated.�
l. If an Underground Facility which conf�icts with the Work is uncovered or revealed at or
contiguous to the Srte which was not shown ar indicated, or taot shown or indicated wrth
reasonable accuracy in the Cantract Dacuments, Coniractor shall, promptly after becoming
aware thereof and before further disturbi�g conditions affected thereby or perfor�xaing any
CTI'Y OF PORT WOTZ'i'H
STANDARDCOlVSTRIICTIOM SPECIF[CA'1']ON DOCUMrNT5
Revision: Ma�i9,20Z0
00 '12 QO - l
G�NERAL. CONDITION S
Page 14 of 63
Work in connectian there�tvith (except in an emergency as requi�red by Paragraph 6.17.A),
identify the owner of such Underground Facility and give noiice to that owner and to City.
City will review the discover�d Underground Facility and deiermrne the extent, if any, to
which a change rriay be requi�ed m the Contract Documents ta reflect and document the
consequences of the existence or location of the Undergiround �'acility. Cnntraci:or sha�I be
responsible %r th� safety and proiection of such discovered Undergro�uzd Facility.
2. If City co�cludes that a change in the Contract Dacuments is required, a Change Order may
be issued to reflect and document such conseque�ces.
3. Verificaiion of exist�g utilities, sfruciures, and servzce lines shall include notification of all
utility companies a minitnum of 48 hours in advance of construction includirig exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish refez-ence points for construction, which �
City's judgment are necessary to enable Contractor to proceed with �he Work. City will provide
cazastruction stakes or other custornary method of markin� to esiablish line and grades for roadway
anc� utili�y construction, centerlines and be�chmarks for bridgevvark. Coniractor shall protect and
prese�re the established reference points and property monuments, and shall rnake no changes or
r�locations. Coniiractor shall report ta Ci�y vvhenever any reference point or property monument is
lost or desirayed or requires relocation because o� necessary changes in grades or locations. The
City shall be responsible for ihe replacement ar relocatzon af reference points or property
zx�otauments not carelessly ar wil�ully des�royed by the Contractor. The Contractor shall notify
City in advance and with sufficient time to avaid delays.
B. Whenever, iza the opiriion of ihe City, any reference point or monument has been carelessty or
wiilfully destroyed, disturbed, or removed by ihe Cantractor or any of his employees, the f�ll cost
for replacing such points plus 25°/v will be charged against the Cor�tractor, and the full amount will
be deducted from paytnent due the Coniractor.
4.Q6 HazcardousEnvironmentcal Condition atSiie
A. Reports and Drawings: The Supplementary Conditzons identify those reports and drawings known
#o City rel�ting io Hazardous Environmental Conditions that have been identifed at the Site.
B. Li�tited Reliance by Cant�actoN on Technical Data Autho�ized: Contractor may reIy upon the
acctaracy of the "technical data" contained i� such reports and drarvings, but such reports and
drawings are not Contract Documents. Such "�echnical data" is ideni:ified i�n tk�e Supplernenta ry
Conditions. Contractorr may not make any Contract Clai�m against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. �e campleteness of such reports and drawings for Contracior's purpases, including, but not
iimited to, any aspects of the ineans, zneihods, techniques, sequences and procedures of
crrY or roR�r woxTx
STANDAR]7COM3TRUCTIpN SPECIEICAT[ON I]OCUMENTS
aevision: Madt 9, Z(n4
007200-1
GENERAL CONCl1T IQN S
Page I S of 63
construction to be employed by Contractor and safety precautions and programs it�cident
thereio; or
2. other data, iz�terpxetations, opinions and informaiion contained iva such reports or shown or
rndicaied in such drawi�gs; or
any Contractor interpretation of or conclusion drawn irom any "technical data" or any such
other data, mterpretations, opinions or informatzota.
C. Contractor shal� not be responsible for any Hazardous Environmenta� Condition uncovered or
revealec! atthe Site which was not shown or indicated in Drawings ox Speciiications or identified
in the Contract Documents to be withini the scope of the Work. Cor�tractor shall be responsible for
a Hazardous Environmental Condition created with any materia�s brought to the Szte by
Contx�actor, Subconiractors, Suppliers, or anyone else forr wk�om Contractor is res�ansible.
D. If Contractor encounters a I�azardous Enviranmental Condition or if Contractar or anyone for
whorn Coniractor is responsible creates a Hazardous Envi�onmental Condi�ion, Contractor shall
iminediataly: (i} secure or otherwise isolate such condition; (ii) stop all Work in coz�rtection with
such condition and in any area affectedthereby (except in an emergency as required by Paragrapk�
6.17.A); and (vi} notify City {and promptly thereaftez confirm such notice in writing). Ciry may
consider the necessity to retam a qualifed e�pert to evaluate such candition or take corrective
action, if any.
E. Con#ractor shall not be required to resume Wark in conn�ction wi�h such conditzon or in any
ai%cted area uniil after City has obtained any required peirnits re�ated �hereto and delzvered writfen
notice to Contractor: (i} specifying that such condition and any affecied area is or ha,s been
rendered suitable for the res�.unption of Work; or (u} specifying any special conditions under which
such Work xnay be resumed.
F. If after receipt of such written notice Contractor da�s not agree to resume such Work based on a
reasonable belief it is unsafe, or does zaot agree to resume such Wark under such special condi�zor�s,
then City may ord�r the portion of the Worl� t�at is in the area aifected by such condition to be
deleied f�om the Work. City may have such deleted portion of the Work per%rmed by City's own
forces or otherrs.
G. �'o the fullest exteni permitted by Lativs and Regulations, Cont�actor shall indemn � and hold
hcrrmless City, f�om and against all claim,s, costs, losses, and darnages (including but notlinaited
to all fees and charges of engineer�s, archilects, attopneys, and other professionals and all court
ot� arbitration or other dispute resolution costsj arising out of or relating to a Hazardous
�nvironmental Conditian created by Contractoror byanyonefo��homContractar is�espon,sible.
Nothing in this Par^agraph 4. 06.G shall obligale Contractor to indemn� any individual or entity
fNom and against the cansequences of thrxt individual's or entity's own negligence.
H. The pravisions of Paragraphs 4.02, 4.03, and 4.0� do not apply fio a Haza.rdous Environmental
Cond'ztioza uncovered or revealed at the Site.
Cl'f'Y OF FORT WORTH
STANDAIU�CONSTRUCT[ON SPECIP{CAT[ON DOCYJMENTS
Revision: Iv&� 9, 2020
007200-1
G�N�RAL OONDITION 5
Page 16 of 63
ARTICLE 5 — BONDS AND �NSURANCE
S.al �icensed Sureties andlnsurers
All bonds and insurance requiured by the Conbract Docurnents to be purchased and maintained by
Cantractor sha�l be obtain�d from s�rety ar insurance companies that are duly licensed or authorized
in the State of Texas to issue bands or insurance poiicies %r the limzts and coverages so req�ired.
Such surety and insurance companies shall also meet such. additionai requirements and quali�'ications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payfnent, andMaintenAnce Bonds
A. Contractor shall furnish perfortnance and payment bonds, in accordance wiih Te�as Governmezat
Code Chapter 2253 or successor ,statute, each ir� an amoUnt equal ta the Contract Price as
secu�rzty for the faithful perforrnance and payment of all of Contractor's obligations under the
Contract Documents.
B. Contractor shall iurnish ma�tenance boncl,s iz� an amount equal to the Contract Price as security
to protect the Crty against any defects in any portion of the Work described in the Contract
Documents. Maiu�tenance bands shall remain it� effect for two (2) years after the date of Final
Acceptance by the Ci�ty.
C. All bonds shall be in the farm prescribed by tl�e Contract Documents e�cept as provided otk�erwise
by Laws or Regulaiions, and shall be executed by such sureties as are named in the list oi
"Companies Holding Certif'icates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 {amended) by tk►e Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
a� agent or at�orney-in-faci must be accompanied by a sealed and dated power of attorney which
shall show that it is efFective an the date the agent or attorney-in-fact signed each bond.
D. Ifthe surety on any bond furn�shed by Contracior is declared bankrupt or becomes insolveni or its
right to do business is terminated in the State of Texas or it ceases to meet the reyuirements of
Parragraph 5.02.C, Contractor shall pramptly notify Ci�y and shalt, wztk�in 30 days aftex the eveni
giving rise to such notification, provide another bond and sur'ety, both of which shaI1 conr�ply with
the requirements of Paragraphs S.O1 and 5.02.C.
5.03 Certificates af Insurc�nce
Contractar shall deliver to City, with copies to each add'ztional insured azad loss payee identif'ied � the
Supplementary Condi�ions, certificates of insurance (otiler evidence af insurance requested by Crty or
any other addztionaI ,insured) in at least the �ninimum amouni as specified ini, the SUpplemeniary
Conditions which Coniractor �s required to purchase and maintain.
1. The certificaie of insurance shall document the City, ar�d all identi�'ied ent�ties named in the
Supplementary Conditions as "�ldditional Insured" on alI liability policies.
CITYOFFOR7' WOR'�Ii
STANDART3CON5TRUCT[ON SPECIFICATIflN DOCUMENTS
Revision: Macti9,�020
oo�zoo-i
G�NERAL CON�fTfON S
Yage 17 of 63
2. The Cantractor's general liabi�ity insurance shall include a, "per project" oz� `�er location",
endorsement, which shall be identif'z�d i� the certificate oi insurance provided to the City.
3. The certificate shall be signed by an agentauthorized to bind coverage on behalf ofthe insured,
be cozxaplete in i�s entirety, and show complete insurance caz�t�ier names as listed in the current
A.M. Sest Prroperty & Casualiy Guide
4. The insurers for all policzes must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensatian, all insurers must have a minimum ratvng of A-:
VII in the current A. M. Best Key Rating Guide ar have reasonably equivalent financ�a l
strength and solver�cy to the satisfaction of Risk Managenaent. lf the rating is betaw that
required, wrztten approval of City is required.
5. AlI applicabie policies shall it�clude a Waiver of Subragation (Rights of Recovery) in favor
of the City. In addition, the Contractar agrees to waive all rights af subrogation against the
Engineer {if applicabl�), and each additional insuz-ed identified in the Supplementary
Condztions
6. Failure of the Cr�y ta demand s�ch certificat�s or other evidence of fuIl cozx�pliance with the
insurance requirements or failure of the Ciry to identify a deficiency from evidence that is
provided shaIl not be construed as a waiver of Contractor's obligation to maintain such iivaes
of insurance coverage.
7. If insu�rance policies are not written far specified coverage litxiiits, an Umbrella or Exc�ss
Liability itasurance for any clii%rences is required. Excess Liabili�y sk�all fallaw form of the
primary coverage.
8. Unless ot�erwise stated, all required iuxsurance shall be writfien 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 oi the effective date of the agreement and the certifcafe of insurance shall
state that the coverage is clauns-made and the retraactive date. The insurance coverage shall
be rnaintained for the duration of the Contract and for ihree {3) years following Final
Acceptance provided under the Co�traci Dacumenis or for the warranty period, whichever is
Ionger. An annual cet-tificate of insurance submitted to the City shall evidence such
iu�surance coverage.
9. Poiicies shall have no exciusians by endorsements, which, neither nullify or azx�end, the
required lines of coverrage, nor decrease the limits of said coverage unless such endorse�ments
are approved in writing by the City. In the event a Contract has been 6id or executed and ihe
e�clusions are dete�nined to be unacceptable or the City ciesires add'►tional insurance coverage,
and the Ci�y desires the coniractor/engineer io obtain such coverage, ihe contract price shall
be adjusted by the cost of the premiiun %r such additional coverage plus 10%.
10. Any se�f insured retention (SIR), in excess of $25,00a.00, affecting required insurance
coverage shalI' be approved by lhe City in regards to asset value and stackholders' equity. In
CITY OF FORT WORTI�I
STANDARDCaNSTRUC'fION SPECIFICAT[ON DOCUMEI�'1'S
Kcvision: Nlad19,20�0
007200-1
G�N�RALCQiJ�fTION S
Page I 8 of 63
I�eu of traditiona� inswrance, al�ernative coverage maintained through insurance pools or risk
r�tention groups, rnust also be approved by Ci�ty.
11. Any deductible in excess of $5,000.00, for any po�Zcy that does not provide coverage on a
first-dollar basis, must be acceptable to and appraved by the City.
12. City, at its sole discretion, reserves the right to revievv the insurance requirernents and to
make reasonable adjustz�ents ta insurance coverage's and their lifni�s �when deemed necessary
and prudent by the Ciry based upon changes in statutary law, court decision or the claixzas
history of the industry as well as of the contracti�ng pazty ta the Ciry. The City shaIl be required
to provide prior notice af 90 days, and the insurance adjusix�nenis shal] be incorporated into the
Work by Change Order.
I3. City shaIl be entit�ed, upon wrziten request and without expense, io receive copies of policies
and endorsernents ihereto and may mal�e any reasonable requests for deIetian or revision or
modifications of particular policy terms, canditions, liva�:i�ations, or exclusions necessary to
cot�form the policy and endorsements to the requirements of the Contract. Deietions, revisions,
or modif'zcation,s shall not be requ�ec! where policy provisions are esiabIished by law or
regulations binding upon eztk�er party or the underwri�er on any such policies.
14. City shall no� be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
5.04 Contrac%r's.Insu�ance
A. Workers Compensaiian and Ernployers' Liabiiity. Contractar shal� purchase and maitatain such
insurance coverage with Iimits consistent with statutory benefrts outlined in ihe Texas Workers'
Compensation Act (Te�as La6or Code, Ch. 406, as amended), and minimum lunits for E�nployers'
Liability as is appropriate far the Work bemg perfortned and as will provide �rofiection from claims
set forth below which may arise oui of or result from Contractor's pe�rformance of the Work and
Contractor's other obligations under the Contract Documents, whether it is to be performed by
Contractor, any Subcontracior or Suppfier, or by anyone directIy or indirectly employed by any of
them to perform any of the Worl�, or by anyone for whose acts any of them rr�ay be liable:
1. claims under workers' compensation, d�sabili�y be�efrts, and other similar employee benef�t
acts;
2. claims for damages because of bodily injury, occupational sicicness or disease, or death of
Coniractor's empIoyees.
B. Commercial GeneNal Liability. Coverage shall include but not be limited to . covering lia.bility
(bodidy injury or pr,operty damage) arising from: premises/operrations, independent con�ractors,
products/completed operations, personal injury, and liabiiity under an insu�red contract. Insurance
s�all be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insuraz�ce sk�all apply as primary insurance with respec� to any other
CITYOF FORT WORTH
STANDARDCONS7RUCTION SPECI�ICATIO�' DOCUMENTS
Revision: Mad� 9, 20�0
ao�zoo-�
GENERAL CONOITION S
Page 19 of G3
insurance or self=insurance programs afforded to the Crty. The Coiximercial General Liability
policy, sl�all ha�e no exclusions by endorsements that wouId alter of nullify premises/operations,
praducts/completed operaiions, contractuaI, personal injury, or advet-�ising; injury, vvhich are
normally contained wiih the policy, ur�less the Ci�.y approves sucb exclusions in writing.
For construction projects that present a substantial completed operation exposure, the Ci�y may
require the contractor to ina�tain connpleted operations coverage for a minimum of na less than
three (3) years followizag the completion of the proj�ct (ii ideniified in the Suppleznenta ry
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defitaed as autos owned, h�red and non-owned and provide indenuuty for claims for damages
because �odiIy injury or death of any person and or property damage arising out of the work,
maintenance ar use of any zx�otor vehicle by the Contractar, any Subcontracior ar Supplier, oz by
anyone di�ectly or ind�ectly entaployed by any of them to perfortx� any of ihe Work, or by anyone
for whose acts any af them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work �s within t�e luruts af
railroad right-af way, the Contractor shall comply with the requireixients identified in the
Supplemezatary Condi�ions.
E. �Votification of Policy Cancellation: Con�actox shall immediately notify City upon cancel[ation
or o�ther loss of insurance coverage. Coniractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
S.OS Acceptance of Bonds and Insu�ance; Option to Replace
rf City has any objection to the coverage afforrded by or other pz-ovisions of t1�e bands or insurance
required to be puxchased and maiir�tained by the Contractor in accordance with Artzcle 5 on the basis
of non-conformance with the Contract Documents, the Ci�y shaIl so natify the Contractor in vvriting
wiY.hm 10 Business Days afterreceipt of the certificates (or other evidence z-equested). Contractor shall
provide to the City such additional infozmation � respect of insurance provided as the Ci�ty may
reasonably request. If Contractor does not purchase or mainiain all of the bonds and insurance required
by the Contract Documents, the Ci�y shall notify the Cantractor it� writing of such fail�re prior tio the
start of the Work, or af such failure to maurtain prior to any change in the required coverage.
ARTICLE 6 -- CONTRACTOR'S R�SPONSISILYTIES
6.01 Supervision and Superintenc�ence
A. Contracior sk�all supervise, inspecfi, and direct the Work cornpetently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to per%rm the
Work in accardance with the Contract Docutnents. Contrac#or shall be solely responsible for �he
means, methods, techniyues, sequences, and procedures of construction.
CI1'YOF PORT WORTH
STANDARDCONSTRUCT[ON SP�,C1FiCAT10N DOCUMENTS
Revision: Mad� 9, 2�20
00 72 04 - I
GENERALCONQITION 5
Page 20 of G3
B. At all times during the progress af the Worl�, Cant�actor shall assign a cotnpetent, English-
speaking, Superintendent who sha�l not be replaced vvitlaout written notice to City. The
Superintendent wi11 be Cont�actor's representative ai the Si�e and sha11 have authority to act on
behalf af Contractor. All comzaaunication giver� to or received fro�n the Superintendent shall be
binding on Contractoz.
C. Contractor shall notify the City 24 hours prior to znoving areas durmg Li�e sequence of construction.
6.a2 Labo�; WorkingHours
A. Contractor sha�l provide competent, su.itably qual�fied personnel to perform construction as
required by the Contx�act Dacunaents. Contractor shall at all times nnaintain good discipline and
order at tk�e Si�e.
B. Except as otherwise reqt�ired for the sa%fy ar pro�ection of persons or the Work or property at
the Site or adjacent thereto, and except as atY�erwise stated in the Coniract Documenis, all Work
at the Site shall be perfornaed during Regular Working Hours. Contractor will not permit the
pe�•fbrmance of Work beyond Regular Working Hours or far Weekend Workung Hours wiihout
Cify's written consent (which wi� not be un�reasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Houz�s request ix�ust be rnade by noon at least two (2) Bvsiness
Days prior
2. for Weekend Working Hours reyuest nnust be made by noon of the precediz�g Thursday
3. for legal holidays request i�aust be made by noan two Business Days prior to the legal
haliday.
6.03 Services, Mate�ials, and Equiprrrent
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsiEb�lity for all services, xnaterials, eguipment, labor, lransportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessaz'y for the per�ormance,
Contractor reguued testing, start�up, and completion of the Work.
B. All materials and equipment incorporated inta the Work shalI be as specif'ied or, if not specifed,
shall be of good qualiry and new, except as otherwise provided in the Contract Documents. All
special vvarranties and guarantees required by the Specificaiions shall expressly run to the beneiit
of City. If required by City, Contractor shali fu�rnish satisfactary evidence (�ncIuding reports af
required tests) as to the source, kind, and qualiry of materials and eqvipment.
crrY ox �ox�r woxrr�
STA3+tDARDCOMSTAUCTION SPECIFICATiON DOCUMENTS
Re�isio�t: Mart'h9,20�
00�200-�
GEiVERALCOiJ�fTfON S
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shali be stored, applied, installed,
connected, erec#ed, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documenis.
D. AlI itenns of star�dard equip�nent to b� incorporated into the Work s�al! be the latest model at the
time of bid, unless otlaerwise specified.
6.04 P�ojectSchedule
A. Contractor shalI ad�ere to the Project Schedule established in accordance wiih Paragraph 2.07
and the General Requirements as it may be adjusted fronn time to time as provided below.
l. Coniractor slaall submit to City %r acceptance (io ihe extent indicated im �'aragraph 2.07 and
the General Requirements) proposed adjustments in ihe Project ScheduIe tk�at will not result
m changing the Contract Time. Suck� adjustments will comply with any provisions of the
General Requirements applicable t�ereto.
2. Cor�txactor sha�l submit to City a rrionthly Project �chedule with a rrionthty progress payment
for ihe duratzon of the Contract in accordance wi�h �he schedule ,specification 01 32 16.
Proposed adjustments in ihe Project Sched�Ze that will change the Contract Time shall be
submitted in accordance with the requirements oi Article 12. Adjustmentis in Contraci Time
may only be made by a Change OrcEer.
6.Q5 Substitutes crnd "Or-Equals"
A. V4�henevez- an item of material or equipment is specif"ied or descrbed in the Coniracfi Docume�ts
by using the name of a proprietary item or the narne of a partic�lar Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless the
specif'ication or descripiion 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 equipm�nt of other
Suppliers zxaay be submitted to City for review under the circutnstances descrbed below.
1. "Or�Equal" Items: �f in City's sale discretion an iterri of material or equipment propased by
Contractor rs functior�ally equal to that named and sufficienily similar so that no change ir�
relafied Work will be required, rt may be cansidered by City as an "or-�quaI" �tetn, in �ovhich
case review and approval of the proposed item may, in City's sole discretion, be accomplishe d
withoui cozn�liance with some or aIl of the requireinents for approval of praposed substitute
�terns. For the puxposes of th�s Paragraph 6.OS.A.1, a proposed iterr; of materrial or equipment
will be considered functionafly equaI to az� item sa named if:
a. the City deterniines ti�at:
1) it is at ieast equai in materials of construction, qua�ity, durabiIity, appearance,
strength, a�d design characteristics;
Cl1'Y QF FORT WORTfl
STANDARDCONSTRUCT[OM SP6CIFICATION ]70CUI�iEN'1'S
Revision: iN�ii9,aD2(?
QO72OD-1
GENERALCON�171QN S
Page 22 of 63
2) it will reliably perforrn at �east equally well the funciion and achieve the results
imposed by the design concept ofi the cornpleted Project as a fianctioning whole; and
3} it has a pz-oven record o� 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 castto the City or increase in Cantract Ti�e; and
2) it will conform substantially to the detailed requ'vrements of the item n,amed in the
Contract Docume�ts.
2. Substitute Items:
a. If in City's sole discretion an ite�n of material or equipment proposed by Contractor does
not qualify as an "or-equal" ztem under Paragraph 6.a5.A.1, it may be sub�nitted as a
proposed substitute item.
b. Cantractor slaal� submit sufficient information as provided below �o aliaw Ciiy to determine
if the item of znaterial or equipment proposed is essentially equivalent to that named and
an acceptable substitute therefor. Reguests For review of proposed substi�ute items of
material or equipnnent will not be accepted by Ciry from anyone other than Cor�tractor.
c. Contractorr shall rr�ake writien application to City far review of a proposed substitute i�em
of material or equipment that Contractor seeks to furnish or use. The application shall
comply vvith Section O1 25 00 and:
1} shall certify thatthe proposed subsii�ute item will:
a) perform adequately the functions and achieve the resu�s called for by the general
des ign;
b} be similar in substance to ti�at specified;
c) be suited to the sazne use as that speci�'ied; and
2) will state:
a) the e�ent, if any, to rvhich the use of the proposed substztute item will prejudice
Contractor's ack►ievement of final conapletion on time;
b) wl�ether use of the proposed substiiute item in fhe Work will xequire a change in
any of tkre Cantract I]ocuments (or in the provisions of any other direct co�tract
with City for other work on the Project) io adapt the design to the proposed
substitute �te�n;
CTTY OF FORT WORTH
STANDARDCONSTRUCTION Si'E.CIFiCAT10N DOCUM�N'rS
Revision: Mnd�9,�0
ao�zao-�
GENERALCONdI7fON5
Page 23 of 63
c} whether incorporation ar Use of the praposed substitute item in connection w�th
the Work is subject to paymeni of any license fee or royalry; and
3} wi�l identify:
a) al� variaiions of the proposed substitute item frorn that specif'ied;
b} available engineering, sales, anaintenance, repa�, and replacement services; and
�) shall contain an itemized estimate of all costs or credi�s that will result directly or
ind�rectly from use of such substitute item, includitag casts of redesign and Darnag�
Claims of other contrac�ors a�%cted by any resuiting change.
B. Substitute ConstructionMethods oNProcedures.• If a specific �neans, method, technique, sequence,
or procedure of constructian is expressIy reyuiured hy ihe Cantract Documents, Contractor rnay
furnish or utilize a substitute means, meYhod, technique, seyuence, or procedur� of construction
approved by City. Contractor shall submit sufficient information to ailow City, in City's sole
discretion, to deiernnine that the substitute proposed is equivalent to that expressly cal�ed far by
the Contract Docutnents. Cont7ractor shall make wri�ten applicaiion to Ciiy for review in the same
manner as those provided in Paragraph 6.OS.A.2.
C. City's Evaluaiion: City wilI be aliowed a reasonable time withir� which to evaluate each
pzoposal or subinittal made pursUantio Paragraphs 6.OS.Aand 6.aS.B. City mayrequire Contractor
to fi�rnish addztional data about the proposed substitute. City will be the sole judge af acceptability.
No "or�equaP' or substitute wi1] be ordered, installed or utiliz�d uniil Ciry's review is cornplete,
which wiII be avidenced by a Change Order in the case of a substitute and an accepted Submittal
for an "or-eq�al." City will advise Contractor in w�riting o� Rs determination.
D. Special GuaYantee.• Ciry may require Contractor io furnish at Contractor's e�ense a special
performance guarantee, warranty, or other surety with respect to any substi�ute. Contractor shall
indemnify and hold har�nless City and anyone directly or indirectly employed by them from and
against any and all claims, dar�aages, losses and expenses (including attorneys fees) a�ising out of
the use of substituted materials o� equipment.
E. City's CastReimbursement: City will recard City's costs ita evaluating a substitute proposed or
subrnitted by Cantractor pursuant to Paragraphs 6.OS.A.2 and 6.QS.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contracior may also be required to
reimburse City for the charges for making changes in the Contract Documents {ar in tY►e provisions
of any other direct coniract with CiEy) resulting from the acceptatace of each proposed substitute.
F. Contractor's Expense: Contractor shall provide aIl data m support of any pzoposed substitute or
"or-equaP' at Contractor's expense.
crrY or ro��r woirrx
S'I'ANDARDCONSTRUCTION SPLCICICATION DOCUMENTS
Itevision: Mad19, 202�
oo �a oo - i
GENERAL C9NQITION S
Page 2a of 63
G. City Subsiitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substi�ute
shall be incorporated to the Co�tract by Change Order.
H. Time Extensions: No additianal tirne will be granted %r substitutions.
6.06 ConcerningSubcontractors, Suppliers, andOtheNs
A. Cont�ractor shall perform with his own arganization, work of a value not Iess than 35% of the
�value embraced on the Cantract, unless otherwise approved by the Ci�.y.
B. Contractor shall not employ any Subcontractor, Sup�lier, or other individual ar entity, wheth�r
iniiially or as a replacement, again�st wlaozn Crty may have r�asonable objection. Contractar shall
not be reyuired to empIoy any Subcontractor, Suppliex, or other individual or entiiy to furnish or
pez-�oz'rn 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 t�nae require the use of c�rtain Subcontractors, Suppliers, or other
individuals or entiiies on the project, and will provide such requirements in the Supplezxzentary
Condrtians.
D. Minority Business Enterprise Compliance: It is City policy to ensure the ful� and equitable
pariicipation by Mi�ority Business Enterprises {MBE) �n �he procuremet�t of gaods and services
on a contractual basis. If the Contract Documents provide for a MBE goa�, Contiractar is required
to comply wit� the inient of the Czty's MBE Ordinance (as amended) by the follownng:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MBE on the Contract and payaxaent therefor.
2. Contractor wiJ� �ot make additions, deletions, or substitutions of accepted MBE without
written consent of the Cr�ty. Any unjustiFed change or deletion shall be a material breach af
Contract and may result in debaxment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon requestby City, allow an audr� at�d/or examination oi any book�, records,
or fi�es it� t�e possessian of the Contractor that will substaniiate the actual work per�ormed by
an MBE. Material zx�i.sz-epresentation of any nature will be grounds for te�ainatian of the
Contract in accordance with �aragraph IS.fl2.A. Any such misrepresentation �nay be grounds
for disqualification of Contractor to bid an future contracts with the City for a period of
not less �an three years.
E. Contractar shall be ful�y responsible io City for ali acts and arnissions of the Subcontractors,
Suppliers, and other individuals oz eniitres per%rming or furnishing any of the Work jUst as
Coniraetor is responsible for Contractor's own acts and omissions. Nothing in ihe Contract
Docu�aenis:
CITY OP PORT WO1tTH
STA3+fDA1tDCQNSTRUCTION SPECIFICATION DOCUMENTS
TZevision: N1a�i 9, 2020
ao�zoo-�
GENERAL Cl�NDITION S
Page 25 of 63
1. shall create for the benefi� of any such Subcontractor, Supplier, or other individual or entity
any contractual re�ationship between City and any such ,Subcontractor, Supplier or other
individual or eniity; nor
2. shall create any obligation on the part of Cily to pay or to see to the payment of any rnoneys
dt�e any such S�bcontractor, Supplier, or other individuaI or entity except as may otherwise be
required by Laws a�d Regulations.
F. Contractor shaIl be solely responsible for scheduling and coordinating the Work of Subcontractors,
Suppliers, and other individuals ar entities perforrr�ing or furnishing any �f the Work under a direct
or i�direct contract wikh Contracior.
G. All Subco�tx�actors, Suppliers, and such other individuals ar entit�es performing or furnishing any
of the Work shall communicate with Crty fhrough Cont�actor.
H. AlI Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
- appropriate agreement beiween Contractor and the Subcontractor or Supplier which specificaIly
bmds the Subconiractor or Supplier io the applicable tertns and conditions of the Contract
Documenis for the benefit of Cily.
6.Q7 Wage Rates
A. Duty to prxy Prevailing Wage Rates. The Contractor shalI comply with ail requirements o�
Chapter 2258, Texas Government Code (as a�aended), including th� payment o� not less than ik�e
cates determined by the City Council of the City of Foz-t Warth to be fihe prevail�ng wage rates in
accardance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documen�s.
B. Penalty for Violation. A Contractor orr any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to ik�e City $60 for each worker empIoyed for each
calendar day or part of the day that ihe worl�er is paid less than the prevailing wage rates stipulate d
in these contract documeni:s. This penalty shall be retained by the Czty to offset its adininis�rative
costs, pursuant to Te�as Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of infozxnation,
including a complaint by a vvorker, concez7ning an alieged violation of 2258.023, Texas
Govez�ament Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 3lst day afterthe date tY�e City rece'rves the informaizon, asta whether
good cause exists to belzeve that the viola�ion accurred. The Cily shall notify in writing the
Contractor or Subcontractor anci any affected worker of rts ini�ial determination. Upon tl�e City's
detez-x�aination that there is good cause t:o believe the Cantractor or Subconfiractor has violated
Ch:apter 2258, the City shaIl retain the full amounts claimed by the claimant or claimants as the
difference beriveen wages paid and wages du� under the prevailing wage rrates, such ainounts being
subtracted from successive prog,ress pay�nents pending a�nal determination of the violatioz�.
CITYOF FORT WORTH
STANDARDCONSTRCICT[ON SPECIPICATION DOCUl�fENTS
Rcvision: ivladi9,202D
ao�2ao-�
G�NEF2ALCONDITIONS
Page 2b of 63
D. Arbitration Required af Violation Not Resolved. An issue relating to an alleged violation af Section
2258.023, Texas Government Code, including a penalty awed to the City or an affected woxker,
sha�l be subn�itied to binding arbitration in accordance wrth the Texas General Arbi�ration Act
{Article 224 et seq., Revised Statutes) ii the Contractor or Subcontractor and any affected worlcer
do�s not resolve the issue by agree�rrkentbefore the 15t1� day afterthe date the City mal�es i�s initial
determination pursuant to Paragaph C above. If the persons required to arbit7rate under lhis
sectzon da not agree on an arbitrator before the l ltla day after the date that arbitration is xequired,
a district court shall appoint an arbitratar on the petition of any af the persons. The City � noi a
par�y in the arbitraiio�. The decision and award of the arbitrator is �nal and bind'mg on all parties
and rnay be enforced in any court af competent jurisdictior�.
E. RecoYds to be Maintained. The Contractor and each Subcontractor shail, far a period of ihree {3)
years following the date of acceptance of the work, mainfain records that show (i) t�ae name and
occupaiion of each worker employed by the Contractor in the consiruction of the Wark provided
for in this Contraci; and (iu) t�e acival per diem wages paid to each warker. The records shall be
open at aIl reasonable hours for i�tzspection by the City. The provisions of Paragraph 6.23, Right
ta Audit, shall pertain to th�s inspection.
F. Progress Pcryments. V[Tith each progress payment or payroll period, whichever is less, the
Coniractor shall submit an aifidavit stating that the Contractor has complied with the requirements
af Chapier 2258, Te�as Governmenfi Code.
G. Posting of Wage Rates. Tlae Can�ractor sl�all post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor s�all include in its subcontracts and/or sha�
otherw�se require alI of its Subcontractors to comply wztk� Paragaphs A through G above.
6.08 Patent Fees and Royalties
A. Contracior shall pay alI license fees and royalties and assume all costs incident ta �he use in the
performance of the Worlc or the mcozporation in the Work of any invention, desigta, process,
product, ar device which is the subject of patent rights or copyrights h�id by others. If a particuiar
invention, design, process,product, ar device is specified in the Contract DocUments for use in the
performarice of the Work and if, to the actual knowledge of City, zts use is subject to pat�nt rights
or copyrights calling for the payment of any licens� fee ar royalty to otherrs, the existence of suc�
rights shall be disc�osed by City in ihe Contract DocLunents. Failure of the City to di�close such
inforznation does not relieve the Cont�actor frozn zts obligations to pay far the use of said fees or
royaltie,s to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, frorn and againstc�ll claims, costs, losses, and damages (rncluding but not limited
to all fees crnd charges of engineers, architects, attoNneys, and other professionals and all couri
or^ a�bitNation or other dispute resoluiion cos�s) c�rising out of ar �elating to any infringement of
patent rights or capyrights incident to the use in lhe performance of the Work or �esultingfrom
CTTY OF FORT WaFL"I'H
5TAN1]ARDCONSTRUCTION SPP.CI('ICA'1'CON DOCUMENTS
�evision: Mad� 9, 2020
60?200-1
GENERA�CAMOITlOiJ S
Page 27 of 63
the incorpo�ation in Che YYork of any inventian, design, process, product; or device natspecified
in the CantractDocurnenis.
6.09 Permits and Utilities
A. Cont�actor obtained permits and licenses. Cantractor shall obtain and pay for all canstruction
permits and �tcezases excep� those provided far in ihe Supplementazy Conditians or Contraci
Docurrzents. City shall assist Co�trac#or, when necessary, in oh#aining such perxni�s and licenses.
Contractar shall pay all governmental charges and inspection f��s necessary for the prasecutian of
the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on ihe
Effective Date oi the Agre�ment, except for penmits provided by t�e City as speci#ied in 6.09.B.
City shal� pay all charges of utility owners far connections for providing permanent service to the
Work.
B. City obtainedpermitsand licenses. Ciity will obtain andpay for all permits and licenses as provided
for in the Supplernentary Conditions or Contract Documenfis. It will be the Contractor's
responsbiIiiy to carry out the provisions of ihe permit. If the Contractor initiates changes to the
Cont�ract and the City approves the changes, the ConYractor �s responsible for obtair�ing cl�arances
and coordinating with the appropriate regulatory ag�ncy. The Ci�y will not zeirnburse the
Contractor for any cost associated with these requirements of any City acqui�ed pernazt. The
following are p�rmits tY�e City vc�ill obtain if reyuiured:
1. Te�s Department of Transportattan Permits
2. U.S. Army Corps of Engineers Permits
3. Te�as Conunission on Environmental Quality Permits
4. Railroad Company Permits
C. �utstrxnding permits and licenses. The City anticipaies acquisition of and/or access to permi�s
and licenses. Any ouistanding permits and Licenses are anticipated to be acquired in accordance
vvith the schedule sei forth in the Supplementary Condi�ions. The Project Schedule submitted by
the Contractor in accordatace wrth the Confiract Doc�aments must consider any outsiandit�g permits
and licenses.
6.10 Laws and Regulatlons
A. Contractor shall give aIl notices required by and shall comply with all Laws and Regulations
appficable to the performance oi the Work. Except where otherwise expressly required by
applicable Laws and Regulations, tkze City shall not be responsible for manitoring Contractor's
compliance with any Laws ar Regulations.
B. If Cantractor pert'orms any Work knowing or having reason to kr�ow that it is contrary to Laws or
Regulations, Contractor shall bear all cIaims, casts, losses, and damag�s (�€t�;cluding but not 1'united
to aIl fees and charges of engineers, architec�s, attorrieys, and other pra�essiona�s and a�
CTTYOF FORT WOR"1'H
STAIVDARDCONS'1'RIICTION SP�CIPICATfON �OCiIMENTS
Revision: Iv1a�E 9, 2D7.[i
ao�zoo-i
GENERAL COND I710 N 5
Page 28 of 63
cour� or arbitration or other dispuie resalution costs) arising out of ar relating to such Wor,�.
However, it shal� not be Contractor's responsbility ta make ceri:ain that the Specifications and
Drawings are in accordance with Lar�vs and Regulations, but this shall not refieve Contractor of
Coniractor's o6ligations under Paragraph 3.02.
C. Changes iz� Laws ar ReguIations not known at the time of opening of Bids having an effect on
the cost or time of perfoz�niance of ihe Work may be the subject of an adjustment in Contract Pzice
or Contraci Time.
6.11 Taxes
A. On a co�tt'act awarded by tl�e City, an organizaiion which qualif"Zes for e�ezz�ption �ursuant to
Texas Ta� Code, Subchapter H, Sections 151.301-335 (as amendec!), the Cont�actor may purchase,
rent or lease all materials, su�plies and equipment used or consumed 'm the performance of this
contract by issuing to h�s supplier an exemption certificate in lieu oi the tax, saic� exernpiion
certificate to comply wiih State Comptroller's Ruling .007. Any such exemption certi�icate issU�d
to tlae Contractor in lieu ai the tax shall be subject io and shall comply with the provisian of State
Comptroller's Ru�ing .011, and any otY�er appIicable rulings pertaining to the Texas Ta� Code,
Subchapter H.
B. Texas Tax permits and information may be obtained fram:
1. CompiroIler of PubIic Accounts
Sales Tax Division
CapitoI Station
Austin, TX 78711; or
2. http:llwww.window.state.tx.�as/taxinto/taxforms/93-forms.html
6.12 Use of Site and Other Areas
A. Limitr�tion on Use of Site and Other Areas:
Contracior shall conf'me constructian equipment, the storage of materials and equipment, and
the operations of warkers to the Si�e and oiher arreas permitied by Laws and Regulations, and
shall not unreasonabIy encumber the Site and oYher areas w�th construction equipment ar other
materia�s or equipment. Cont�acto� shall assume full responsibility far any darnage to any such
land or area, or to the owz�ez- or occupant thereof, or of any adjacent land or areas resuliin�
fro�n the perforinance of the Work.
2. At any time when; in the judgm�nt of the City, the Coniractor has obstzucted or cIosed ar is
cazxyixzg on operatior�s in a portion of a street, righi-of-way, or easeinent greater than is
necessary for proper execuiion af the Work, the City may reyuire ihe Contractor to fitiisi� the
seciion on vvhich operations are in pzogress before work is commenced on any additional
area of the Site.
CITYOF PORT WORTH
STAl+1DARDCON57'I�i1CTI0N SPECI�ICATION DOGUMEN'1'S
Revision: Ma��9,ZD20
• D07200-1
GENERALCON�ITIO�lS
Page 29 of fi3
3. Shou�d any Damage Claim be made by any such owner or occupant because of the performance
of the Woz�C, Contractor shall promptly attempt io resolve the Damage Claim.
4. Pursuant to Pa�agYaph 6.21, Canti-actor shall indemnify and hold haNmless City, frorra and
against ald cdaims, costs, lasses, and damages arising o ut of or re lating to arty claim ar action,
legal or equitable, braught by any such owner or occupant against City.
B. Removal of Deb�is During Performance of the Work: During il�e progress of the Work
Contractor shall keep the Site and other areas free frorn accumulatioz�s of waste materials, rubbish,
anc� other debris. Renao�al and disposal oi such wasie materials, rubbish, a�d other debris shaIl
conform to applicable Laws and Regulaiions.
C. Site Maintenance Cdeaning: 24 hours after writien notice is giv�n to the Cantractor that the
clean-�p on the job site is proceeding in a manner unsaiisfactary to the City, if the Contractor fails
to correct ihe u�nsaiisfactory procedure, the City may iake such direct aciion as the Ciry d�ems
appropriate to correct the clean-up deficiencies cited to the Cont�ractor in the written notice
(by letter or electronic cortununication), a�d the costs oi such direct action, plus 25 % o� such
costs, shall 6e deducted from the monies due or to become due to the Coniractor.
D. Final Site Cleaning: Prior to Final Acceptance of ihe Work Contractor shall cIean the Site and
the Worrk and make it ready %r utilization by Ciiy or adjacent praperty owner. At the compl�tion
of tne Work Cont�ractor sha�l re�nove from the Site alI tools, appliances, co�structian eyuipment
and machinery, and surplus zx�aterials and sha11 restore to original condition or better all property
clisturbed by the Worlc.
E. Laading Structures: Contractor sha�l not load norr pexmit any part oi any structure to be loaded
in any manner that will endanger the structure, nor shaIl Coz�tractor subject any part of the Work
or adjacent property ta stresses or pressures that will endanger i�.
6.13 Record Dacannents
A. Contractar shall maintain in a safe place at the Srte or in a place designated by the Contractar and
approved by the City, one {1) record copy of all Drrawir�gs, Specif'icatians, Addenda, Change
Orders, Field Orders, and written int�rpretations and c�arif'ications in gaod order and annatated to
show changes made during construct�on. These record docuinents together wrth all approved
�arr�ples and a counterpart of all accepted Submittals will be available ta City for reference. Upan
complefiion of the Worlc, these record docume�ts, any operation and maintenance manuals, and
SubmittaIs will be deIiv�red to City priar io FinaI Inspectzan. Contractor shall incIude acclzrat�
Iocations for buried and imbedded i�ems.
&.14 Safety and ProtecCion
A. Contractor shall be salely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection wilh the Woz'k. Such responsibility does not relieve
Subcont�ractors af their responsibility for the safety of persons or propezty in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
CITYOF FORT WORTH
STANDtIIt]�CONS�'RUCT[ON SPECIFICATIOtV DOCUMENTS
Rcvision: March9,2J26
oa�2oo-i
GEiVERALCONDITION S
Yage 30 of 63
take all necessarty precautions for �he sa%ty of, and shall provide tihe necessary protection to
prevent damage, injury or loss to:
1. aIl �ersons on ihe Si�e or who may be affected by the Worlc;
2. aIl the Work and materials and equipment to be incorporated therein, whether in starage on
ar off the Site; and
3. other property at the S�te or adjacent thereto, including trees, sh�rubs, lawns, walks,
pavements, roadways, siructures, utilities, and UndergroUnd Facilities noi designated far
removal, reIocation, or replacement iz� the course of canstruction.
B. Contractor shall comply with alI applicable Laovs and Regulations relating to the safety of
pez'sons or property, or to the protection of persans or property fronn darnage, injury, or loss; and
shall erect and maintain a�l �ecessary safeguards %r such safety ar�d protection. Coni�ractor sk►atl
noiify owners of adjacent property and of Underground Facilities and other utiliiy orvners when
prosecution of the Work may affect them, and sha� cooperate with them � the protection,
removal, relocation, and replacemeni of their properiy.
C. Contractor sh;all camply with the applicable requirements of Ciry's safety programs, if any.
D. Contractor shall iz�fozxaa Ci�y of the speciiic requ�ements of Contracior's safety prog�razx�, if any,
with which City's ernployees and representatives must comply while at the Site.
E. All darr�age, injury, or loss to any property referred to iz� Paxagraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other
indzvidual or entity directly or mdirectly empIoyed by any ofthem to perfoxnnany of the Work, or
anyone far whose acts any of them may be liable, shalI be remedied by Contractor.
F. Caniractor's duties and responsibilzties for safety and %r protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
6. ] 5 Safety Representative
Cont�ractor shaIl inform City ir� writing of Contractor's designated safety representaiive at ihe Site.
6.I6 Haza�d ComtnunicationPr^ogt�arns
Contracfior sha�I be responsible �or coordinatmg any e�change of rr�aterial safety data sheets or other
hazard communicafiion information required to be made available to oz- exchanged between or among
employers it� accordance with Laws or Regulations.
6.17 �mergencies and/o� Rectification
A. In emergencies affecting the safety or proiection of persons or the Work or property at the Si�e or
adjacent thereto, Caniractar is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes ihat any signif'icant
C1TY OF FORT WORTH
S`I'AN]]ARDCONSTRUCTIO� SPEC[F'1CA'FION DOCUMEIV'TS
Revision: Madi 9, 20�p
00�200-�
��N�Ra�cor�oiTiorrs
Page 31 of 63
changes in th� Work or variations from the Con�ract Dacuments have been ca�ased thereby or are
requi�ed as a result thereo£ If City determines that a change it� the Contract Dacuments is required
because ofthe action taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should ihe Contractor fail to respond ta a request from the City ta rectify any dzscrepancies,
omissions, or correction necessary to conforxn with the requirements af the Contract Documents,
ihe Ciry shall give the Contractor written notice t.hat such wor� or changes are to be performed.
The written notice shalt direct attention to the discrepant condition and request the Coniractor to
take remedial action to correct the condition. In the eveni the Cantractor does not take positive
steps to fuli"ill this written request, or daes not show just cause far nat Yakrtng the proper action,
within 24 hours, the City inay take such reznedial action with Ciry %rces or by contract. The City
shall deduct an amount equal to the entire costs for such rexxaedial actian, pIus 25%, from any
funds due or became due the Contractor on the Project.
6.18 Submittals
�1. Contracior shall submit required Submittals ta City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by �'aragraph 2.0'J'). Each submittaI �v�l be
identified as City may require.
1. Submit number of copies specified in the General Rec�rairements.
2. Data shown on the Submittals will be complet� with respectto quantities, dimenszons, specified
p�rformance and design
materials, and equipment
infarma�ion %r the limited
criteria, zx�aterials, and sirnifar data to show City the services,
Contractor proposes to provide and to enable City io review the
purposes requ�red by Paragraph 6.18.C.
3. Subzni�tals submitted as herein provided by Contractor and reviewed by City for
conformance wz�h th;e design concept shall be �xecUted in conformity with the Contz-act
Documents unless otherwise required by City.
4. When Submittals are submi�iec! far the puzpose af showing the installation in greater detaiI,
thei� review shal� not excuse Cantractor from requi�rements shown on the Drawings and
Speci�cations.
5. For-Information�Only submitials upon which the City is not expected to conduct revzew ox
take responsive action may be so identif'ied in ihe Contract Docwnents.
6. Submit required number of Samples speci�ied in the Specifzcations.
7. Clearly zcientify each Sample as to material, Supplier, pertinent data such as catalag numbers,
the use for which intended and otl�er data as City may require to enable City to r��iew ihe
subrr�ittal for the limited purposes required by Paragraph 6.18.C.
CI`I'X OF P01t'1' WpRTH
57'ANDAI2DCONSTRUCTION SPECIFCCA'1'ION DOCUMENTS
Revision: Madt 9, �7Z0
007200-I
GENERALCONDITION S
Page 32 oF63
B. Where a Submittal is required by the Contract Documents or th� Sck�edule of Submittals, any
related Work performed prior to City's review and acceptance of ihe pertinent submittal will be
at the sole e�ense and responsibiliry of Contz-actor.
C. City's Revietiv:
1. City wi�ll provide timely review of required Submittals ita accordance with the Schedule of
Subinittals acceptable ta City. City's review and acceptance wilJ be only to determine if the
items covered 6y the subzx�uttals will, afl:erinstallation or incorporation iza the Work, conform
to the information given in the Contx�actDocuments and be compatible vvith the design concept
af the completed Project as a�unctioning whole as indicated by the Contract Documents.
2. City's review and acceptance will not e�tend to �neans, methods, techniques, sequences, or
pracedures of construction (except where a particuIar means, method, technique, sequ�nce,
or procedure of constr�uction is specifically and �xpressly called for by the Contract
Documents) or to safeiy precautions or programs incident thereta The revie�ov and accepiance
of a separate item as such wrll not indicate approval of the assembly in which tile item
functions.
3. Ciiy's review and acceptance shall not relieve Conix�actor frozr� z-esponsibiiiry for any
variation from the requi�ezx�ents of the Contract Documents unless Con�ractor has complied
wi�h th� requirements of Section O1 33 00 and City has given written acceptance of each
such variation by speciftc vvritten notation thereof incorporated in or accompanying the
Subrr�ittal. City's revi�w and accepta�ce shall not relieve Contractar irom responsibility far
camplyim�g with the requi�ements of the Contract Documents.
6.19 Contirauingthe Wo�-k
Cxcept as otherwise provided, Coniractor shall carry on the Work and adHere to the Praject 5chedu�e
du�ring all disputes or disagreerr�ents with City. No Work shall be delayed or pastponed pending
resolution of any disputes or disagreements, e�cept as City az�d Contractor may ot�erwise agree in
writing.
6.20 ContractoN's Gene�^al Warranty and Guarantee
A. Con�ractor warrants and guarantees to Ci�ty ihat aIl Work wilI be in accordance with the Cont�act
Documents and will not be defectiive. City and its afficers, directors, members, parYners,
employees, agents, consultants, and subcantractors sha�l be entitled to rely on representatian of
Contractor's c�varranty and guarantee.
S. Contractor's warranry and guara�tee hereunder excludes defects or darnage caused by:
l. abuse, modif'ication, dr improper maintenance or operation by persans other than Contractor,
Subcontractors, Suppliers, or any other individual or entrty for wham Confrac#or is
responsible; oz
CTFY OF FORT WOR`I'F�
STANDARDCONSTAUCTION SPECIPICA'f1pN DOCUMEN"I'S
Ftevision:lVlad� 4, 207A
00�2oo-i
GENERAL CON�ITION S
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractor's oblzgation to perform and complete the Work in accarda�ce with the Con�r'act
Documents shall be absolute. Nane of the fallowing will constitute an acceptance of Work ihat is
not m accordance with the Contract Dacuments or a r�Iease of Contractor's obligation to perforn�
the Work in accordar�ce with the Contract Docuzxaents:
1. obser�vatio�s by City;
2. recommendatian ar payrnent by City oF any progress or %al payinent;
3. the issuance of a certificate of Fina� Acceptance hy City or any payment related thereto by
Ciry;
4. use or occupancy of the Work or any part thereo� by City,
5. any review and acceptance of a Submit�al by City;
6, any inspection, test, or approval by others; or
7. any correction of defective Work by Czty.
D. The Contractor shall rert�edy any defects or damages in the Work and pay for any damage ta
other wark orr property resulting therefrom which s�all appear withit� a period of t�+o (2) years
irom the date of Final Acceptance of�he Work uniess a longer period is specif'ied and shal� fi�rnish
a gaod and suf'ficient rriaintenance bond, complying with the requiretnents of Artic�e
5.02.B. The City will giive notice of observed defects with reasonable prompttiess.
6.21 Indemnification
A. Cantractor covenants and agrees to indem�n�fy, hold harrnless and defend, at its own
expense,the CiLy, its officers, se�-vants andempioyees,from and againstany and all clain�s
a�€-iising out of, or alleged to arise out of, the work and services to be performed by the
Contrac#or, its afficeirs, agents, empioyees, subcontracto�ts, licenses or invite�s under th�
Contract. THT� TNT3FMNIFT A �(�N PRnV[�YON T� �VFCiFTC.Ai,�,Y iNTEND . T
[�R SOMF nF THF D MAGF� BETNG �CIiT(tHT WERE CAiT�FD. IN 'R�FTnT,F nR TN
PART BV ANV ACT OMT��T[lN nR NF, .i,�rFNCE OF THF C:TTY, This indemniLy
provis�on is intended to include, without limifation, indeminity for costs, expenses and legal
fees incurred by the City in defeuding against such claims a�nd causes of ac�ions.
B. Cantractorcovenants a�d agrees to indemnifyand �old ha�-mless, atits own expense, t�e City,
i�s officers, servants and emplayees, from and against any and all loss, daxnage ordestruci�n
af property of the City, arising out of, or al[eged to arise out of, the work and services to be
perforix�ed by the Cont�-actor, its afficets, agents, em�la�ees, s�bcontractars, lic�nsees or
invitees �n�der this Contract. THT� TNTIF.MNiFYCATinN PROVTSION iS
CTTY OF �'O1ZT WORTI �
STANI]AItDCONSTRUCTION SPECIFICATION DOCUME[�TTS
Rcvision: Madi 9, �D20
007200-]
GENERALCANDITIOtJ 5
Pagc 34 of 63
' : \ ►1 1 � �' ►: �►1 i / \
i 1: ':f / ► .: _ 1 C . �U � . 1:1� - : ► 1 li.11
■1 : 1 ► �1.1 1: ► :: : :� : f1I �► �:
\ \ � ■
6.22 Delegation of Professional Design Services
A. Contractor wzll not be re�u�red to provide professional design services unless such sezvices az�
specifically required by the Contiract Documents for a portion ai the Work or unless such services
are required to carry out Cantractor's responsibilities for const�ruuctzon means, methods, techtuques,
sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are speci�cally required of Contractar by th� Contract Docuinents, Crty
wi12 specify all perfarmance and d�sign cri�ez-ia that such services must satisfy. Caniractor sha11
cause such services nr certifications to be provided by a properly licensed pro%ssionaI, wl�ose
signature and seal shaIl appear on all drawings, calculations, spec�'zcatzons, cert�fications, and
Subzxazttals prepared by such prafessionaL Submi[tals related to the Wark designed or certified by
such professio�al, i� prepared by others, shall bear such professionaPs written appro�al when
submitted ta City.
C. City shall be entiiied to reiy upon the adec�uacy, accuracy and campleteness of th� services,
certifications or approva�s perforined by such design professionals, provided Czty has specified
to Contractor performance and design criteria that sucl� services must satisfy.
D. Pursuani to this Paragrap� 6.22, City's review and acceptance of design calculations and design
drawings wiU be only for ihe linniited purpase of checking for conformance wrth perfarmance and
design criteria given and the design concept expressed in t�e Contract Documents. City's review
and acceptance of SubmittaIs (except design calculations and desig�n dzawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that tk�e City shaIl, until the expiration of three (3) years after final
payment under this Contract, have access to and t�e right to e�mine and photacopy any directly
perlir�ent books, documents, papers, and records of the Contracior involving transactions relating
to tivs Cont�ract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Cozatractor facilities and shall be provided adec�uate and appropriate vvork space
in order ta conduct audiis in compliance with the prov�sions of this Yaragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Coniractor further agrees to include in all iks subconEracts l�ereunder a provisi�n to the effectthat
the subcontrractor agrees that the Ciry shall, until the expiration of three (3) years after fmal
pay�nent under this Contx'act, ha�e access to and the right to examine and photocopy any direcily
pertinent books, documenis, papers, and rrecorrds of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access duri�g Regular Woz'king Hours to all
CiTYON FOTZT WOR'i'H
STAAlDARDCONSTRUCTION SPCCIPICA7'(OM DOCLTMENTS
Revision: Mard19,2(120
007200-1
GENERALCON�1T10iJ S
Page 35 of 63
Subcontr-acior facilities, and shall �e provided adequate and appropriate worrk space in order to
conduct audits in compliance with the provisions af fihis Paragraph. The City shalI give
SUbcantractor reasonable advance notice of mtended audits.
C. Contractor and Subcantractor agree to photocopy such doc�rriezats as rnay be requested by the Ciry.
The City agrees to reizx�buz-se Contractor for the cost af ihe copies as follows at the rate p�xblished
in th� Te�s Adminis�ative Code in effect as of fihe tim� copying is performed.
6.2�4 Nondiscrimination
A. The City is responsible for operating Public Transportation Pro�ams and implementing t�ransit-
related projects, which are funded in part with Federal �inancial assistance awarded by the U.S.
Department of Transpo�-tation and the Federal Transit Adix�inistration (FTA}, without
discrirr�inating against any person in the Ur�i�ed States on the basis nf race, color, or national origin.
B. Title Vl; Civil RightsAct of 1964 as tamended.• Cantractor shali compIy with the requirernents of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federral assistance.
ARTrCL�'� — OTHER WORK AT THE S�TE
7.01 Related Work atSite
A. City may per%rrrr other work related to the Project at the Site with Ciry's emp�oyees, or other
Czty contractors, or through other direct contracts therefor, or have otl�er work performed 6y utility
owners. I� such ather work is not noted in the Cont�act Documents, then wri�ten notice thereof
will be given to Coniractor prior ta starting any such oiher work; and
S. Contractor shall afford each other cozatractor who is a party to such a direct contract, each utiIi�y
owner, and City, if City is perf'orming other work with City's employe�s or other City cont�actors,
proper and safe access to the Site, provide a reasonable opportunity for the mtroduction and storage
of materials and eyuipment and the exec�ttion of such other work, and properly coordinaie the
Work vviih theirs. Coniractar shall do all cutting, f�ing, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrafie with sueh other wark. Coni�ractor shall not endanger any work af others by cuttit�g,
excavating, or otherwise aitering such work; provided, however, that Contractar may cut or alter
others' work with the written consent of City and ihe others whose work will be ai%cted.
C. Ifthe proper e�ecution or resu�ts of any part of Contractor's Wark depends upon wor� performed
by others und�r thrs Article 7, Coniractor sha�l inspect such other work and pro�nptly report to
City in writing any delays, defects, or deficiencies in such ather work that render it unavaiIable
or unsurtable for the proper execution and results of Cont7racior's Wark. Contractor's failure to so
repart �vill const�tuie an acceptance of such other work as fit and prroper for integration with
Co�tractar's Work except fo�r laient defects in the work provided b� others.
GITY QF FORT WORTH
STANDARDCONSTR[�CT[ON SPECIFICATION J?OCUMEN'1'S
Revision: Mad� 9, 2U20
ao�2oo-i
G�NERAL CONDITfON S
Yage 36 of 63
7.02 Coordination
A. If City intends to confiract with others for the performa�ce of other work on the Project at tk►e
Szte, the following wilI be setforth in Supplemenfiary Conditions:
1. the individual or eniity who wzll �ave autk�ority and responsibility %r coordination of the
activities among the various contractors wi� be ideni�ifed;
2. the specific matters to be covered by such auihority and responsibility wi�I be �temized; and
3. the extent of such authority and responsbiIities wilI be provided.
B. Unless o�erwise provided it� the Supplementary Condi�ions, Ciry shaIl have author�ty for such
coordination.
ARTYCLE 8 — CYTY'S RESPON�IBILITIES
8.01 Cotnmunications to Coratractor
Except as otherwise provided in �he Supplementary Conditions, Ciiy shal� issue all communications
to Contractor.
8.02 Furnish Data
Ciry shall timely fi�rnish the data required under ihe Coniract Documents.
$.�3 Pay When Due
City shal� zna�e payments ta Contractor in accordance with Artic�e 14.
8.04 �ands and Easements; Reports and Tests
City's duties with respect to providing lands and easenaents and providing engineering surveys to
establish reference points are set fot-�h in Paragraphs 4.01 and 4.05. Parragraph 4.02 refers to Ci4y's
identifying and fnaking avaiIable to Confractor copies of reports of explorations and Lests of substa.rface
conditions and clrawi�gs of pk�ysical cond�iions relating to e�sting sur�ace or subsurface structur�s at
or contiguous to the Site that k�ave been utilized by City in preparing the Contract Documents.
8.05 Change O�ders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspeciions, Tests, and Approvcrls
City's responsibiiity with respect to certain inspections, tests, and approvals is set %rth in Paragraph
13.03.
CI"fY OF FORT WORTH
STANDARDCONSTROCTION SPF.CIP[CA'fIOM DOCUM�;NTS
Revision: ivlach 9, 2020
007200-I
GENERALCONDITION 5
Page 37 of 63
8.07 Lirtzitations on City's Responsibilities
A. The City shall not super�ise, direct, or �ave control or authority over, nor be responsible forr,
Contractar's means, methods, teck�aiques, sequences, or procedures of construction, or the safety
precantions ar�d pragrams incident thereto, or forr any fai�ure of Cantractar to comply with Laws
and Regulafiians applicable to the performance of the Work. City wial noi be responsible for
Contracior's faiIure to per%rm the Work iri accordance with the ConYract DocurCxienis.
B. City wi� notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
$.08 Undisclosed Hazardous Envi�^onmental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliarace with Safety Progrcrm
While at the Site, City's etnployees and representatives shall comply with the specific applicable
requirements of Contractor's safety prograzx�s of which City has been iniarmed pursuant to
Paragraph 6.14.
ART�CLE 9— C�TY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Manager
Cify wilI provide one or mare Project Manager(s) during tl�e constrUciion periad. The duties and
responsibilities and ihe limitations of authority of City's Praject Manager during construction are set
forth in the Contract Documents. The City's Project Manager for this Contract is identif'ied in the
Supplementary Conditions.
9.02 Visrts to Site
A. City's Projeci Manager will mal�e vi�its to ihe Szte at intervals appropriate to the various stages
of construction as Ciry deems necessary in order to ob�erve ihe progress that has been made and
ihe quality of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and observations, City's Project Manager wiIl determine, in generai, if
the Work is proceeding in accorrdance wzih tl�e Contract Docwnents. City's Project Manager will
not be requ�ed to make e�haustive or continuous in�speciiozas on the Site to checic the qualiry ar
quantity of 11�e Wark. City's Project Manager's efforLs vvill be directed toward providing Czty a
greaier de�ree of con�dence that the completcd Work will conform generally to the Contract
Documents.
B. City's Praject Manager's v�sits and observatians are subject to all the limitations on authority and
responsibility in the Contract Documents including those set forth in Paragraph
s.a�.
CIT'Y OF FORT WORT�I
STANDARDCON3TREICTION SPECIFICATION DOCUMGIVTS
Itevisinn:ll�iadl9, 2pXl
D0 72 00 - I
GENERAL CONDITION 5
Page 38 of 63
9.03 Authorized Yariations in Work
City's Proj�ct Manager may auihor�ze minar varzations in the Wark from the requirements of the
Contract Docu�nents which do not involve an adjusitr�ent in the Coniract Price orr the Contract Ti�ne
and are coznpatible with ihe design concept of the co�xapleted Project as a functioning whole as
indicated by the Contract Docurnents. These may be accomplished by a�'ield Order and wiIl be
biz�ding on City az�d a�sa on Contz�actor, who shall perform Yhe Work involved prompily.
9.04 RejectingDefective Work
City wi�l have authority to reject Work which City's Pro3ect Manager believes to be de%ctive, or will
not produce a completed Praject that con�farms to the Coniract Docurnents or that will prejudice t�e
integrity of the design concept oi the completed Project as a functianing whole as indicated b� the
Contract Documents. City will have authority to canduct special i�spection or iesting of the Work as
provided m Ar�icle I3, whether or not the Worlc is fabricated, installed, or completed.
9.a5 Dete�minations fo� Wo�k Performed
Contractor wilI determine the actuaI quanizties and classif'zcations of Work performed. City's Project
Manager will review with Contz'actor the preliminary deternninations on such rr�atters before rendering
a written reca�unendation. City's written decision will be fmal (except as modified to reflect changed
factual conditions or rnore accurate data).
9.Ob Decisions on Requiremenfs ofConlractDocuments andAcceptability of Work
A. Crty will be the initial interpreter of tk�e requiremerzts of the Contract Dacuments and judge of the
acceptability of the Work thereunder.
B. City will render a written deci,sion on any issue referred.
C. Cr�y's written decision on Yhe issue referred wi31 be final and binding on the Contractor, subject
to the pravisions af Paragraph 10.06.
ARTICLE 10 — CHANGES IN THE WORK; CLA�MS; EXTRA WORK
10.01 Authorized Changes in the Wopk
A. Without in�alzdating the Contract and without notice to any surety, City may, at any time ox from
time to time, order Extra Work. Upon notice of such Extra Wark, Contractor shall promptly
proceed with the Work involved which will .be performed under the app�icable conditions of the
Contract Documents (except as othez�wise specif'icaliy provided). E�ra Work shall be
znemorialized by a Change Oxder w�►ich may or may not precede an order of E�ra work.
B. For minor changes of Work not requiring changes to Con�ract Time or Contract Price, a Field
Order may be issued by the Crty.
CITYON FORT WORTIT
STANllARDCONSTRUC7'IOFV SPEC[FICATION DOCUMENTS
Revision: Madi9,2�20
oo�zoo-k
GENERALCON�ITIOiJ 5
Page 39 af 63
10.02 Unauthor^ized Changes in the Wo�k
Confiractor shall not be erntitled to an increase in the Cantract Price ar an e�ension of the Contract
Ti�x�e with respect to any work performed that is no� required by the ConYract Documents as amended,
moclif'�ed, or supplemented as provided iz� Paragraph 3.04, e�cept ir� the case of an eznergency as
provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor sk►all execute appropriate Change Orders coveruag:
changes iu� the Work which are: (i) ordered by City pursuant #o Paragraph 10.O1.A, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City's correction of
defective Work under Paragraph 13.09, ar (in`} agreed to by ihe parties;
2. chazages in the Contract Price ar Contract Time vvhich are agreed to by the parti�s, incIuding
any ur�disputed surzi ar amouni af tm-�e for Work actually performed.
10.04 Extra WoNk
A. Should a di�ference arise as to what does or does not consiilute Extra Work, or as tio t�e payrnent
thereof, and the City insists upan its performance, the Contractor shall proceed with the work after
making written request for rx�ritien orders and shall lceep accvrate account of the actua� reasonable
cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.�6.
B. T�e Contractor shall furnish tl�e City such insta�lation records of aIl deviatians From the original
Contract Documents as naay be necessary to enable the City #o prepare for perrnanent record a
corrected sei of pJans s�►owing the actuai instalIation.
C. The coznpensation agreed upon far E�ra Wark whether or not initiated by a Chang� Order shall
be a full, complete and finaj paytx�ent for all costs Contractor incurs as a result ox relaiing to ihe
change or Extr'a Wark, whether said costs are lcnown, unknown, foreseen or unforeseen at that
tuaae, including without �i�tx�►itation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or uncha�ged work as a result of the change or E�ra Work.
10.05 Notafieation to Surety
If the provisions of any bond require notice to be given ta a surety of any change affecting the generral
scope oi the Work or the provisions of the Contract Docuzxzents (including, but not limited to,
Contract Price ar Contraci Titne), �h� giving oi any such no#ice wiJl be Contractor's responsEbility.
The amount of each applicable bond will be adjusted by the Contractar to reflect th� effect af any
such change.
CITY OF �ORT WOIZTH
S'1'ANDAE2DCONSTRUCT[ON SPECIFICATION DOCiJMENTS
1Zevision- Madi 9,2(}�D
OD 72 00 - I
GENERALCONI}ITIONS
Page 40 of 63
10.a6 Cantract Claims Process
A. City's Decision Izequired: All Contract Claims, except Yhose waived puz-suant to �'aragraph
14.09, shall be referx�ed to the City for decision. A decision hy City s�all be required as a condrtion
precedent to any exercise by Coni�ractor o� any rights or remedies he may other�vise have under
the Contract Documents or by Larvs and Reg�.tlations in respect of such Contract Claims.
B. Notice:
1. Wri�ten natice stating the general nature of each Contract Claim shall be delivered by the
Contractor to C�ity no Iater than 15 days after th� start of ihe event giving rise thereto. The
responsbility io substantiate a Contract Claim shall rest with the party makicig the Contzact
Claim.
2. Noiice of the amaunt or e�tent of the Contract Claim, with supporting data shall be deliver�d
to the Czty o� or before 45 days irom the start of the event giving rise thereto (unless the Cily
allovvs additional timne faz- Contractor to submii: additional or mare accurate data i� suppart of
such Cantract Claim).
3. A Contract Claim for an adjustinent in Contraci Przce shall be prepared in accordance wrth
the provisions af Paragraph 12.01.
4. A Co�tract Claim for an adjusiment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Coniractor's written statement that the
adjus1ment claimed is the entire adjustment to which the Contractorbelieves it is entrtled as a
result of said event.
6. The Ci�.y shall submrt any resporvse to the Contractor vvithin 30 days afier receipt of the
claimant's last subzxai�Etal {unless Cantract allows additional iime).
C. City's�Iction: City will review eachContz-act Claim and, within 30 days afterreceipt ofthe last
submitta� of t1�� Contractor, if any, take one of ihe following actions in writir�g:
1. deny the Contract Claim in whoIe or in part;
2. approve the Contract Claim; or
3. notify the Coniractor that the City is uzaable ta resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the Czty to do so. For purposes of further
resolution of the Contract Claim, such natice shall be deemed a denial.
CITY OF FORT WORTH
STt1�IDARDCON57'RUCTION SPECI�ICAT[ON DOCUiVI�.hITS
Revision: A��di 9, 20�
007200-1
GENERAL CONOITION S
Page 41 of 63
D. Czty's written action under Paragraph 10.06.0 will be imal and bir�ding, unless C�y or
Contractor invoke the dispute resolution procedure set forth in Article 16 witk�in 30 days of such
actiQn or denial.
E. No Contract C�ai�n %r an adjustment in Contract Price or Cont�ract Time will be valid if not
submitted in accorrdance w�th this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; UlVIT PItYCE WORK; PLANS
QUANTITY MEASUREMENT
11.0� Cost of the Wo�k
A. Casls �neluded: The term Cost of the Work means the sum of all costs, except those excluded in
Faragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the
Worl�. When the vatue of any Work covered by a Change Order, the costs ta be reimbursed to
Contractor will be anly those additional or incremental costs required because of the change in the
Wark. Such costs shall not ix�clude any of the casts it�mized ita Paragraph 11.O1.B, and shall
include but not be limited to the following items:
1. PayroIl costs for employees in the direct employ of Contractor in the perFarmance of the
Wark under scheduIes of 3ab classifications agreed upan by City and Contractor. Such
employees shall include, witY�out �imztation, superintendents, foremen, a�d other persoru�eI
einployed full time on the Work. Payroll costs for employees not employed �ull time on the
Work shaIl be apportianed oza the basis of thezr time spent on the Work. PayrolI costs shalI
inc lude;
a. salaries with a SS% marku�, or
b. salaries and vvages plus the cost of fringe benefits, which shall include social security
contrbutions, unemployment, e�cise, and payroll taxes, workers' compensation, healtih
and retirement bene�ts, banuses, sick leave, vacatian and holiday pay applicable �hereto.
The e�enses of perfonx�ing Work outside of Regular Working Hours, Weekend
Working Hours, or legaI holidays, shall be included in the abo�ve to the e�tent authorized
by City.
2. Cost of all materials and equipment furri�s�ed and incorporaied in the Work, including costs
of transpoz-tation and storage thereof, and Suppliers' feld sexvices required in connection
therewith.
3. Re�tals af all constz�uctian equipment and machinery, and the parts tihereof whether rented
from Contractor or others in accordance with renta! agreements approved by City, and the
costs of tiransportation, loading, unloading, assem6ly, disinantling, and removal ihereo% All
such costs s�all be in accordance with the tertns af said rental agreements. The rental of any
such �quipment, machinery, or parts s�all cease when the use thereof is no Ionger necessary
for the Work.
crrY oF rorzr wo�TH
STANDARI7CONSTRUCT�ON SPBCIFICATION DOCUM�,NTS
Revision: Mada 9, 2p20
D07200-1
G�NERALCAI��ITIO�lS
Page 42 of b3
4. Payments made by Contractor to Subcontractors %r Work perfarmed by Subcontractors. Ii
required by Ciry, Contractor shall obiain cozx�petitive bids from subcontractors acceptable ta
Czty and Contractor and shalI d�liver such bids to Cr�ly, who will then determine, whfch bid,s,
if any, will be acceptable. If any subcontraci provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontracior's Cost of the Worlc and fee sI�all
be det�rmined in ihe same matu�err as Contractor's Cost of the Work and fee as pravided in
this Paragraph I1.OI.
5. Costs of special consuitan#s (including but not lirt�rted �o engirieers, archi�ects, testi�t�g
la6oratorzes, surveyors, attorneys, and accountants) employed for services speci�'ically related
to the Work.
6. Suppfemental costs including the following:
a. The proportion of necessary transportatio�a, travel, and subsistence expenses of
Contx�actor's employees incurred in discharge of duties connected with the Wark.
b. Cost, including tz�anspartation and mamtenance, of ail materrials, supplies, equipment,
machEnery, appliances, affice, and teinporary faciliiies at the Srte, and hand toals not
owned by the wor%ers, which are consumed in the performance of the Work, and cost, less
market value, of such i�ems used but �ot consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and %r which
Contractor is liable not covered under Paragraph 6.11, as i�posed by Laws and
Regulations.
d. IDeposits lost for causes other than negJigence of Cont�actor, any Subcontractor, or
anyo�e directly or indirectly employed by any of t�enn or far whose acts any of therrt may
be Iiable, and royalty payments and fees for peri�its and licenses.
e. Losses and darnages {and related exp�nses) caused 6y damage to ihe Work, not
compensated by insurance oz otherwise, susta�ed by Cantractor in connection wi�h the
pert'ormance of the Worlc, provided suck� losses and damages have resulied from causes
other than the negligenc� of Contractor, any Subcontractar, or anyone du�ectly or indirectly
employed by any af thein or for whase acts any of thern may be Iiable. Such losses shall
include settlernents tnade wzih the written consent and approval of Ciry. No such losses,
damages, and e�penses shall be included in the Cost of tI-ie Wark for the purpose o�
determining Contractor's fee.
f: The cost of utilities, fue�, and sanitary facil�ties at the Site.
g. Minor expenses such as telegrar�, long distance telephone calls, telephone and
communicatian services at the Site, express and caurier services, and sunilar petty cash
items in connection with the Work.
crrY or roR�r woR�
STAAlDAEtDCONSTRUCT10iV SPECCFICATiON DOCUM�NTS
Itevision: Mad19, 2(C�J
00 72 00 - I
GENERALCONDITIONS
Pagc 43 oF 63
h. The costs of prezniums for all bonds and insurance Contractor is required by the Contract
Documents to purck�ase and maintain.
B. Costs Excluded: The term Cast of the Work sk►ali not include any of the follo�c�vmg �t�z�as:
1. �'ayroll costs and other compensation of Contrractor's afficers, executives, principais (of
partnersbips and sole proprietorships), genera� managers, safety managers, engineers,
architects, esti�nators, attarneys, auclitors, accountants, purchasing and contracting agents,
expediiers, timefceepers, clexks, and other personnel ernpIoyed by Con�ractor, whetl�er at th�
Site or in Contracior's principal or bxanch affice for general administration of the Worlc and
not speciiical�y incIuded in ihe agreed upon schedule of 1ob classifications referred to in
Paragraph 11.O1.A.1 or specif'icafly covered 6y Paragraph 11.O1.A.4, all of which are to be
considered ad�aainistrative costs covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices oY,her t.han Cont�actor's office at the
Site.
3. Atay part of Cantractor's capitaI e�penses, it�cluding interest on Contractor's capital
employed fox the Worlc and charges against Contractor forr delinquent payments.
4. Costis due to the zaegligence of Coniractor, any Subcontractor, or anyoz�e d�rectly or indirectly
employed by any of them or for whose acts any of them may be liable, ivacluding but nafi
limited to, the correction of defective Wark, disposal of materials or equipment wrongly
supplied, and makmg good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contf-actor^'s Fee: When a�l the Work is performed on the basis of cost�pIus, Contractor's fee
shall be determined as sei forth in the Agreement. Wh�n the value of any Work covered by a
Change Order far att adjusttnent in Cont�ract Price is determined on the basis of Cost of the
Work, Con�ractor's fee shall be determined as sei forth in Paragraph 12.O1.C.
D. Documentation: Whenever the Cost of the Work for any pUzpose is to be determmed pursuant to
Paragraphs 11.OI.A an;d 11.O1.B, Contractor will establish and mazrztain records fihereoi in
accordance vvith generally accepted accounting practices and submrt in a form acceptable ta City
an itemized cost breakdown together with supparting data.
11.02 Allo�vvances
A. Specified Allo�vance: It i,s understood that Contractor has included it� tk�e Contract Price all
allowances so named i� the Cont�ract Docurr�ents and shall cause the Wark sa covered to be
perfor�ned for such sums and by such persons ar entities as may be acceptable to City.
B. Pre-bid Allawances:
�. Contractoz- agrees tl�a�:
CITY OF FORT WOKTH
STANDARI�CON5'CILIICTION SPEC[FICAT[ON DQCLTMENTS
Rcvision: Ma� 9, 2020
007200-1
GENERAL. CONDITION S
Page 44 af 63
a. the pre-bid al�owar�ces include the cost to Contractor of zx�aterials and equipment requirec!
by ihe alIo�ances to be delivered at �he Site, and all applicable taxes; and
b. Cantractor's costs fbr uuiloadir�g atad handlir�g on the Site, labor, mstal�ation, overhead,
profrt, and ather e�enses conteinplated for tk�e pre-bid allowances have been ztacluded in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. ContingencyAllowance: Cont�ractar agrees that a cantingettcy allowance, if any, is for the sole use
of City.
D. Prior to finaI payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractorr on account of Work covered by allowances, and i:he Contract Price shall be
correspondingly adjusted.
11.03 UnitPrice Work
A. Where the Contract Documenis provide that all or part oi the Work is to be Unit Price Work,
initially tlae Contract Price will be deemed to it�clude for all Unit Price Work an amour�t equal to
ihe sum of the u�azt price for eachseparately identified item of Un�t Price Work tnnes the estimated
quantity of each itefn as indicated in the Agreement.
B. The estimated quantities of ztems of Unit Price Work are noi guaranteed and are solely for the
purpose of comparisan of Bids and dete�mining an initial Contract Price. Deterr�xzinations of the
actual quantities and c�ass�cations of Unit Price Wark per%rmed by Contractor will be zx�ade by
City sub�ect to the pravisions oi Para�raph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Coniractor's overhead and pro�'it for each separately identifieci item. Work described in the
Cantract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in th� listing of unrt price itetns shall be considered 'mcidental tio unit price wox1�
listed and the cost of incidental work included as part of t�e unit price.
D. City may make an adjustmen� in the Contract Price in accordance wi�}� Paragraph 12.0� if:
1. tile quantity of any item of Unit Price Work perforrr�ed I�� Contractor differs materially and
sz�,nifcan�:ly irom the esiimated quantity of such item indicated in the Agreement; and
2. tihere is no corresponding adjusiment with respect to any other item of Work.
E. Increased o� Dec�eased Quantities: The City reserves the right to order E�tra Work in
accordance with Paragraph lO.OI.
I. Yf the changes in quantities or the a�terations do not si�ificanily change the characterr of
work under the Contrac# Documents, tne aItered work will be paid far at the Contract unit
price.
CITY OF FORT WORTH
STANDAKDCON57'RTICT[ON SP�CIPICATIpN DOCUMENTS
Rcvisi on: ivfach 9, 2020
ao�zoo-�
G�NERAL C9N�ITIOiJ 5
Page 45 of 63
2. If the changes in quantities or a�terations signif'zcantly chang� the character of work, the
Contract �c�vill be azxiended by a Change Order.
Tf no unit prices exist, this wiJl be considered Extra Work and the Contract will be amended
by a Chan�e Order in accordance with Article 12.
4. A significant change in th� character of wor� occurs when:
a. the characterr o�work For any Item as altered differs materially in kind or nature from that
in the Co�tract or
b, a Major Item of vvork varies by more than 25% from ihe original Contract quantity.
When t�e quantity oi work to be done uz�der any Major Item of the Cor�tract is more than
i25% of the orig�nal quantity stated in the Contract, then either party to the Contract may
r�quest an adjustment ta the unit price on the portion of the work that is above 125°/o.
When the quantity of work ta be done under any Major Iteix� o#� the Contract is less than 75%
o� the original quantity stated it� tlae Contract, then either pariy to the Contract may request
an adjustment to the unit price.
11.04 �lans Quantity Measurement
A. Plans �uantiiies may or may nat representthe exact qua�tity of work performed ar material moved,
handled, or pIaced draring the execution of the Contract. The estimated bid quantilies are
designated as final payment quantities, unIess revised by the governing ,Section or this Article.
B. If the quantzty measured as outlined under "Pz'ice and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for speci�ic Items) �rom �he tatal
estimated quantity for an individual Item originally shawn in the Contract Docuzx�enis, an
adjustment may be inade to the quan�iry of authorized �vork done for payment purpases. The party
to the Confiract raquesting the adjustment will provide field fneasurements and calcu�ations
showi�►g the final quantity for rwhich payznent will be made. Payment for revised quantity will be
made at the uz�i� price bid for that Item, except as provided for in Article 10.
C. When t�uantities are cevised by a change in design approved by the City, by Change Orcier, or ta
correctan error, or to correctan error on the plans, the plans qUantity will be increased or decreased
by th� azxaount invoIved in the change, azad the 25% variance will apply to the new plans quantity.
D. If the totaI Cont�'act quantity muliiplied 6y the unit price bid for an individual Itenn is less than
$250 and the Iiem is not originally a plans quantz4y rtejn, then the Iiem may be paid as a plans
quantity Item if the City and Contractar agree in writing to fi� the final quantity as a plans quantity.
C1TY ON' FORT WOKTH
S'I'AN�ARDCONSTRUCTION SPECIP[CATION DOCUII+IENTS
Revision: MacJi 9, 2020
OD7200-1
G�N�RAL CONDITION S
Page 46 of 63
E. For callout wark or non-site specific Contracts, ihe plans quantity measurement requirenaents are
not applicable.
ARTICLE l2 — CHANGE OF CONTRACT PRICE; CHANG� OF CON'11t.ACT TIME
i2.Ol Change ofContr^actP�ice
A. The Contracti Price �nay onIy be changed by a Change Order.
B. The value oi any Work covered by a Change Order wiJl be determined as follows:
1. where the Work involved is covered by uni� prices conta�ed in the Contract Documents, by
application of such unit prices to the quantities ofthe rtems 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 (wlaich may include an allawance for overhead
and profi� nat necessarily in accordance �ovith Paragraph 12.O1.C.2), and shall include the cost
of any secandary impacts that are foreseeable at the tune of pricing the cost of Extra Work;
or
3. where tl�e Work involved is not covered by unit prices contained in the Coniract Documents
and agreement to a Iump sum or unii price is not reachedund�r Paragraph 12.O1.B.2, o� the
basis of the Cost of the Work (determined as provided in� Paragraph 11.01) plus a Contraciar's
fee for overhead and profrt (determined as provided in Paz-agraph 12.�1.C).
C. Contractor's Fee: The Cont�'actor's additionai fee for overhead and pro%t sha11 be determined as
%llows:
1. a mutually acceptable fi�ced fee; or
2, if a f�ed fee is nat ageed upan, then a fee based on the following percentages of ihe various
portions of the Cast of the Work:
a. for costs iz�curred under Paragraphs l 1.O1.A.l, 11.O1.A.2. and 1�.Ol.A.3, the
Contractor's additionai fee sk►all be 15 percent except for:
1} rental %es for Contractor's o�t�vn equipznent using staiidard rental rates;
2) bonc�s and insurance;
b. for costs inc�red under Paragraph 11.01.A.4 and 11.01.A.5, the Contractoz-'s fee shall be
�ve percent (5%);
1) where one or more tiiers of subcontracts are on tl�e basis of Cost of the Work plus a
fee and no f�ed fee is ag�eed upon, the zntent af Paragraphs 12.OT.C.2.a and
12.O1.C.2.b is tliat �he Subconfractor who actually perfoz�x�s the Wa'lc, at whatever
CITY OF FQR'i' WORTH
STAN[?ARDCOMSTRUCTiON SYECIFTC�T[ON DOCUNIEN'I'S
Revision: Madi 9, 2(C�0
oo�aoo-i
GENERAL CONIJIT�ON 5
Page �7 of 63
tier, wi1] be paid a fee af 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.O�.A.1 and ll.O1.A.2 and that any higher tierr Subcontractor and
Contractor wiy each be paicf a fee of fve percent (5%) of the amotint paid to the next
lower tier Subcontractar, however in no case s1�alI the cumulative total of fees paid be
in e�cess of 25°/a;
c. na fee snall be payable on the basis of costs iternized under Paragraphs 11.01.A.6, and
11.Q1.B;
d. the amount af credit ta be allowed by Contractor to City far any change which results in
a net decrease incostwill be the amount ofthe actual nef decrease in cost plus a deduction
in Cont�actor's fee by an amount equal to �'rwe perceni (S%) of such net decrease.
12.02 Change ofContractTime
A. The Contract Tnne may only be changed by a Change Order.
B. No extension of the Contract Time wilI be allowed for Extra Work or for claimed delay �less the
Extra Work contemplated or clam�ed delay is shown to be on the critical path of the Project
Schedule or Contractor ca� show by Critical Path Method analysis �ow the Extra Work or cIaimed
delay adversely aFfects ihe criticai path.
12.03 Delays
A. Wk�ere Cantracior �s reasonabiy delayed iz� the performance or completion of any part of the
V4�ork wit�zn the Contract Time dUe ta delay beyond tk�e control of Coniractor, the Contract Tizne
may be extended in an amount equal to the tnn� lost due to such delay if a Contract Claim is made
therefor. Delays beyond the control oi Contractor shali include, but not be limited to, acts or
zaeglect by City, acts or neglect of utility owners or other contractars performing other work as
conteaxapIated by Article 7, fires, floods, epidenr�ics, abnormal weather condiiions, or acts of God.
Such an adjusirnent shall be Confractor's sole and exclUsive remedy %r the delays descri6ed in
this Paragraph.
B. Ii Contracior is delayed, City shall not be liable to Caniractor for any claims, costs, loss�s, or
damages {including bui not �imited to all �ees and charges of erigineers, architects, attarneys, and
other professionals and all court ar arbitratioz� or other dispute resolution costs) sustai�ed by
Contractor on or in conr�ec�ion with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Cor�iract T'vne %r delays
wzthin the control of Contractor. Delays atiributable to and within the control of a Subcontractor
or Supplier shalI be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for de�ays or hindrances to the Wark, except when
direct and unavoidable extra cost ta the Contractar is caused by tk�e failure oi the City to provide
information or material, if any, which �s to be furnished by the City.
C1TY OP �OR7' WORTH
S'I'ANDARDCOMSTRUCTION SPECIFICATION DOCUiv1EN"I'S
ILevision: Mad19,20�;7
oo�zoo-i
GENERALCONdITION 5
Page 48 of 63
ARTICLE 13 -� TESTS AND �NSPECT�ONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.�1 Notice ofDefects
Notzce af alI defecfiive Work af which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, correct�d, nr accepted as provided iza t�is Article 13.
I3.02 Access to YYork
City, independent testing laboraiories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable iimes 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 ihat they may comply iherewi�h as applicable.
13.03 Tests and Inspections
A. Contractor shall give Cily timeIy notice o#� readiness oi the Work for all required inspections,
tests, or approvaIs and shall cooperate with inspectioza and testing personnel to faciIitate requi�ed
itaspections or tests.
B. If Contract Documents, Laws or Regulaiions of any public body having jurisdictian require any
of the Work (or part thereo� to be inspectec�, tested, or approved, Contractor shall assume iull
responsibility for arranging and obtaining such independent inspections, tests, retests or approvaIs,
pay all costs in connection iherewrth, and furnish City the requ�ed cer�ificates of inspection or
approval; exceptmg, however, those fee� specifcally identified in the �upplementary Conditions
or any Texas Department oiLicensure and Regulatian (TDLR} inspections, which shall be paid as
described in the Supplementary Conditions.
C. Contractor shall be responsible �or arranging and o6taining ar�d shall pay all costs in coz�t�ection
with any inspections, tests, re-tesis, or approvals required for Ciry's acceptance af materials ar
equipment to be mco�porated ir� the VVork; ar acceptance afmaterials, miK designs, or equipment
submitted for appraval prior to Cont�'actor's prarchase thereof foz- incorporation in the Work.
Such inspeciions, tests, re-tes�s, or approvals shall be performed by orgazaizat�ans acceptable ta
City.
D. Ciity may arrange for the services of an indepezade�t tesiing laboratory (`°I'�sting Lab") ta
perfoxm 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 Contractar;
2. ShouId any Testing under this S�ctio� X 3.�3 D result ir; a"fail", "did not pass" or oiher
similar negativ� resuli, ihe Coniractor shall be rresponsible for paying %r any and aIl retes�s.
Cont�ractor's cancellafiian without cause of City initiated Testin� shall be dee�ned a negative
result and require a retest.
C1TY OF PORT WOR`TH
STANDATZDCONSTRUCTION SPLCfCICA'i'ION DOCUMENTS
Revision: Mac3� 9, 202U
00 72 06 -1
GENERAL CdNDITION S
Page 49 of b3
3. Any amounts owed forr any retest vnder this S�ction 13.03 D shall be paid directly to the
Testing Lab by Contracior. City will forward all invoices for retests to Contx�actor.
4. If Contt�actor fails to pay ihe Testing Lab, Cz4y will noi �ssue Final Payment until the Testi�t�g
Lab is paid.
E. If any Work (or tkze wark of others) that is to be inspected, tesied, or approved is covered by
Contractar without writteza concurrence of Ciry, Cantractor shall, �f requested by Crty, uncover
such Work for observation.
F. Uncovering Work as pravided in Paragraph 13.fl3.E shall be at Contractor's expense.
G. Contractor shall have ihe right to make a Contract Claim regarditag any retes� or invoice issued
under Sectzon 13.03 D.
13.04 Uncovering Wo�k
A. If any Work is covered conYrary to the Contrt�act Documents or specific iristructions by the Ci�y, zt
must, if requestecf by City, be uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers zt necessary or advisable that covered Wark be observed by City or inspected or
tested by athers, Contractor, at Crty's request, shall uncover, expose, or oillerwise rx�ake available
for observation, inspection, or tesiing as City may require, that portion of ihe Work in question,
furnishing all necessary iabor, material, and eqUipment.
1. If it i� found tl�at the uncovered Work is defeciive, Contractor s�all pay all claims, costs,
�osses, and damages (including but not Imiited to a�l fees and charges af engineers, architects,
attorneys, and otk�er professionals and all court or other dispute resoiution cosis) arising out af
or relating to such uncovering, e�posure, observa�ion, insp�ction, and testmg, and of
satisfactary repIacement or reconstruction (iu�cluding but not Iimited to all costs of repa�r or
replacement oiwork of otl�ers}; or Ciiy sha1l be entitled io accept defective Work in accordance
with Parag�raph 13.08 in which case Cantracior shall still be responszble for all costs associated
with exposing, observing, and testing the ciefective Work.
2. If the uncavered Work is noi found to be defective, Contractor shall be allovc+ed an inerease
iu� tk�e Contract Price or an extension ofthe ContractTitx�e, or both, directiy attri6utable to such
uzacovering, exposure, observation, inspection, testing, replace�aet�t, and reconstruction.
13.05 City May Stop the Wo�k
Tf the Work is defective, or Contractor fai�s to suppiy sufficient skill�d workers ar suiYable materials
or equipment, or fails to perform the Work in such a way that the complefied Vdorlc will conform to
tl�e Coz�traci Documents, City may order Contractor to stop the Worlc, or any portian thereof, until the
cause for such order laas been eliminated; however, this right of City to stop ihe Work shall na� g�ve
rise to any duty on the part of City to exercise this ri�t for the benef� of Contractor, azay
C1TY OF FORT WORTH
STANDARDCONS'fRUCT[ON SPECIPICATIO�' DOCUMEAiTS
Revision: Mad� 9, 7D20
DO 72 OD - I
GENERAL CONQIT ION S
Page 50 of 63
Subcontractor, any Suppfiex, any ot�er indi�idual or enti�.y, or any surety for, or employee orr agent of
any of't�em.
13.06 Correction orRemoval of Defective Work
A. Promptly after receipt of written notice, Contractor shalJ correct all defective Wor� pursuant to
an acceptable schedule, whether or not fabricated, installed, or cornpleted, or, if the Work has been
rejecteci by Cily, rerr�ove it from the Project and replace it wiY.h Work that is not de��ctive.
Cantractor shaIl pay all claims, costs, addi�ionaI testing, losses, and damages (inciuding but not
li�nrted to all fees and charges of e�gineers, architects, attorneys, and other professionals and all
court or arbitration or otherr dispute resolution costs) arising out of or relating to such correction
or removal (iricludi�ng but not limrted to all costs of repair or replacement of worl� of others).
Failure to require the remova� of any defective Work shall not constRute acceptance of such Work.
B. When correcting defective Warl� under the terms of this Paxagraph 13.06 or Paragraph 13.07,
Contracior shall take no action that would void or otherwise irxzpair City's special warranty and
guarantee, ii any, on said Work.
13.07 Cor�ection Period
A. If withiri tvvo (2) years after the date of Final Acceptance (or such longer period of time as may be
prescribed by ihe terms of any applicable special guarantee required by ihe Contrract Documents),
any Wark is found io be defective, or i� tlae repair of any damages to the Iand ar areas made
available far Contractor's use by Czty or periaiitted by Laws and Regulations as conte�npIated in
Paragrap� 6.10.A is found to be defective, Contractor shall pramptly, wi�hout cost to City and in
accordance with City's written in�tructions:
1. repair such defective land or areas; or
2. correct such defective Work; orr
3. iF the defective Worlc k�as been rejected by City, remove it firom the �'roject and replace it
with Work that is noi defective, and
4. satisfactarily correct or repa�r or rernove and replace an:y darnage to other Work, tio t�e work
of others or other land or areas resulting therefrom.
B. If Contractor does noi pro�nptly cormply rx�ith the ternas of Ciry's written �nstructions, or u1 an
emergency where delay vaould cause serious risk of loss or damage, City may have the defective
Work corrected ar repai�ed or may have the rejected Work removed and repiaced. AlJ claims,
costs, losses, and dam;ages (including but not litxaited to all fees and charges of engineers,
architects, attorneys, and other prafessionals and all court or other disp�te resolution costs} arising
out af or relating to suc� carrection or repa�r or such removal and replacEment (including but not
limited to a�l costs of repair or replacement of work of others) wilI be paid by Contractor.
crrY o� Fou-i� wo�i�rx
STt1%IUARDCOHSTRUC�'ION SPECICIC�TI�N DOCUMEhITS
Revision: N1at3�9,2020
oo�zoo-i
GENERAL C�N[1I710N 5
Page 51 of 63
C. In sp�cial circumstances wher� a particular item of equipment is placed in continuous service
before Final Accepiance af all the Work, the correction period for that item may start io 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 pertod. Ciry sha�l provide 30 clays wz�irtten �otice to Contractar should such
additianal ovarranty coverage be required. Contracior may dispute this requirement by filing a
Contract CIaim, pursuant io Parragraph 1p.Q6.
E. Contractor's obligaiions under this Paragrapk► 13.07 are m addition to any other obligation or
vvarranty. The provisions of this Paragraph 13.07 shaIl noi be canstrued as a subsiitute for, or a
vvaiver of, the provisions af any applicable statute of lunitat�an or repose.
13.08 Acceptance ofDefective Work
Tf, instead oi requiring correction or removal and replacement of defective Work, Czty prefers fio
accept it, City �nay do so. Contractor shall pay all claims, costs, losses, and damages (including but
not lu7uted to aIl fees and charges of engineers, architects, attarneys, and other professionais and all
court or other dispute resolution costs) attributable to Ciry's evaluatiota of and determination to accept
such defective Work and for the diminished valu� of the Work to the e�.tent nat otherwis� paid by
Con�ractor. If any such acceptance occurs prior to Final Acceptanee, a Change Oz-der will be issued
incorporating the n�cessary revisions in the Contract Documents w�h respect to the Work, and City
shalI be entitled to an appropriate decrease in the Contract Price, reflectirig the dinvnished value of
Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails vviihin a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by Ciry in accardance with Paragraph
13.06.A, or if Cont�actor fails to perforr� the Work in accordance with thc Cnntract Documents,
or if Contracior �aiIs to comply witY� any other provision of tk�e Contract Doc�.un�nts, City may,
after seven (7) days wz-ztten natice to Con#ractor, correct, or remedy a�y such deficiency.
B. In exercising the rights and' remedies under this Paragraph 13.09, City shall praceed
expeditiously. In conriection vvith such corrz�ective or re�nedial action, City may e�cIude Contxactor
from all ox part of t�e Site, take possession of all or part of the Work and suspend Contractor's
services reIated tl�ereto, anci incorporate in the Work all materrials and eyuipment incorporated in
the Work, stared at the Szte or for which City has paid Contractor bu� whick� are stored elsewhere.
Contractor shall allovv City, City's representa�ives, agents, consulYants, employees, and City's
other contractors, access to the Site to enable Czty ta exercise the rights and remedies �ander this
Paragraph.
C. All claims, costs, losses, and damages (incIudit�g but not lit�uted to ail fees and charges of
engineers, architects, attorneys, and ather proPessionals and all court or other di,spute resoluiion
CITY OF FOR'1" WOR3i3
5"1'ANDARDCONSTRilCT10N �NECIF{CATION DOCIiMEN7'S
Revision: Mad� 9, �(12Q
oo7zao-i
GENERAL CONDITION S
Yage 52 of 63
costs) incurred or sustained by Czty in exercising the righYs and remedies under this Paragraph
13.09 will be charged against Co�tractar, and a Change Order wiIl be issued incorporating the
necessary revisions in the Contract Documents with respect fio th� Work; and City shall be entitled
to an appropriate decrease in the Contract Price.
D. Contractor shall not
per%rmance of the
Paragraph 13.09.
be allowed an extension of the Contract Time because of any delay i�t� t�e
Work attirbuiable #o fihe ex�rcise of City's rrights and remedies under this
ARTICLE 14 -� PAYMENTS TO CONTRACTOR AND C�MPLETYON
14.OT Schedule of Ifalues
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 t�vill serve
as the basis %r progress payments and wiIl be incorporat�d into a form of AppIication for Payrr�er�t
acceptable to City. Progr�ss payments on accou�t af Unit Price Work will be based on the number of
uni�s completed.
14.02 Progress Payments
A. Applicationsfo� Payrrtents:
1. Contractar is responsible for providing all information as required to become a vendar of the
City.
2. At least 20 days be%re th� date established irz tk�e General Requ�ements for each progress
paymeni, Contractor shall submit to City for review an Application for Payment iilled out and
signed by Contractor covering the Work completed as of the date of the �-lpplication and
accompanied by such supportztag documentation as is required by ihe Cozatract Docum�nts.
If payment is req�ested on the bas�s of materials and equipment not incorporated in the Work
but delivered and suitably siored at ihe �ite or at another location agreed to in wt-iting, the
Application for Payment shall aIso be accompa�ied by a biil of sale, invoice, or other
documenYation warranting that City has received the materials and equ�pment free and clear of
all Liens and evidence thai ihe materials and equiprr�ent are coverred by appropriate insurance
ax other arrangements to protect Czty's interest therein, all of t�vhich must be satisfactory to
City.
4. Beginning vvith the �econd Application for Payment, each Application shall include an aff:tdavit
of Contractor stating that previous progress payments received on accaunt of the Work have
been applied on account to discYzarge Contractor's legitimate obligations associated with prior
Applications for Payment.
5. The amount of re�ainage with respect io pro�ress payrrzents will be as stipulated in the
Contraci Documents.
C1TY OP PORT WpRTH
S"I'f#NDARDCOMSTRUCTION SPECCFICATION I]OCUMEN'['S
Revision: Madi 9, Z(i2�
oo�zoa-i
GENERAL CONDITION 5
Yage 53 of 63
B. Review ofApplications:
1. City wi�l, after receipi of each Applicatioz� for Payment, either indicate in writing a
recoznmendatian of payment or retErrn the Application to Coniractor indicating reasons for
refusing paynaent. ln the latter cas�, Contractor may rna�Ce the necessary corrections and
resubmii the AppIication.
2. City's processing of any paytx�ent reyuested in an Application fbr Payment wzU be based on
City's observations of the e�ecuted Worl�, and on City's review of the Application for Payment
and the accompanying data and schedules, that to ik�e best of City's knowledge:
a. the Work has pragressed to the point indicated;
b. the qualiry of the Wark is generally in accordance vvith ihe Cont�ract Dacuments (subject
to an evaIuation af the Work as a futaciionir�g whole prior to or upon Final Acceptance, the
resu�ts oi any subs�quent iesis cal�ed for iz� the Contract Documents, a final deterniination
of quantities and classiiications for Work perfortned under Paragraph 9.05, and any other
qualificaiions stated in #he recom�nendation).
3. Processing any such pay�x�er�i will not t�ereby be deerned tio have repr�sented that:
a. inspections made to check the Quali�y or the quantity of Y,he Work as i� has been
performed have been exhaustive, extended to evezy aspect oi the Work in progress, ox
invoived detailed inspections of Y11e Work beyond the responsibilities spect�cally assigned
to City m the Contract Doc�.unents; or
b. there may not be other znatters or issues beiw�en the parties thai might entitle Contracfior
to be paid add�tionally by City or eniitle Ciry to withhold payment to Contractar, or
c. Contractor has compliec� �nrith Laws and Regulatians applica6le to Contractor's performance
of the Work.
4. City may refuse to process the whole ar any part of any paynaent because of subsequently
discovered evidence orr the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such e�ent as may be necessary to protect City irom
�oss because:
a. the Work i� defective, or the completed Work has been dazxzaged by the Coniractor ar hi�
subconiractors, requirfng correction or replacement;
b. discrepancies in quantities contained in previous appIicaiions for payment;
c, the Contract Price has been reduced by Change Orders;
d. City bas been required to correct defective Work or com�lete Work in accordance with
Paragraph 13.fl9; or
c�TY or FOR�• wo��
STANDARllCONSTRUCT[ON SPECINCCATION DOCUM��ITS
ltevision: Mad� 9, 202Q
00 72 00 - I
G�NERALCANdi710N S
Page 54 of 63
e. City has acival l�owl�dge o� the occurrence of any of the events enumerated irz
�'aragraph 15.02.A.
C. Retainage:
1. For contracts �ess than $400,aoa at the �ime oi execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of e�ecution, retainage shalI be �'ive perceni
(5%�.
D. Liquidated �amages. For each calendar day that any work shall remain uzacornp�eted after the
tnne specified ir� ihe Contract Documen�s, tl�e sum per day speci�ed in the Agreement, will be
deducied from the monies due the Contractor, not as a penalty, but as liquidated damages suffered
by the City.
E. Payment.• Contractorr will be paid pursuant to the requiretnents of tlai,s Article 14 and payrnent
will become due in accordance with the Contract Documents.
F. Reduction in Pay�nent:
1. City may refuse to make payment of the amou�zt requested because:
a. Lier�s have been filed in connection with the Work, excepfi where Contractior has
delivered a speci�c bond satisfactory to City to secure the saii�faction and discharge of
such Liens;
b. there are other i�ems entitling Czty to a set-off against the amount recammended; or
c. City has actua� knowiedge of the occurz-ence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e ar Paragraph 15.02.A.
2. Ii City refuses to make payment of the arnou�t requested, City will give Contractor writt�n
notice stating the reasons for such action and pay Contractor any amount rennazning after
deduction o� the amount sa vvithheld. Ci�ty shall pay Cantractor the amount so vvithheid, or any
adjustment tl�ereto agreed to by City and Contracior, when Contractar remedies ihe reasons
for such action.
14.03 Contractor's Warranty of 7'itle
Contractor warrants and guarantees that ti�Ie to all Worlc, materials, and equipment covered by any
Applicat�an for Payment, whether incarporated in ihe Pzoject or no�, will pass to City no �ater f,han the
time of payzx�et�i free and clear of ali Liens.
C1TY OF FORT WORT�I
S1"ANllllARDCOMSTAUCI'ION SPECIFICATION DOCUivIEN1'S
Revision: Mad� 9, 20m
oo�zoo-�
GENERALCANDITION 5
Page 55 of 63
14.04 Partial Utilization
A. Prior to Final Acceptance o� ali the Work, City may use or occupy any substantially compteted
part of the Work which has speci�cally been identifted in ihe Contract Documents, or rvhich Czty,
detet7mines constihztes a separately functioning and usable part of the Work that can be used
by City for i�s intended puYpose without signi�£icant inter%rence with Cantractor's performance of
the remainder of ihe Wark. City at any iime may notify Contractor in wri�ing ta perrnit Ciry to vse
or occu,py any such part of the Work which City determines to be ready for its intended Use, subject
to the %llowing conditions:
1. Contractor at any tirrie may notify City in writing ihat Contractor considers any such part of
the Woxk ready %r rts iriiended use.
2. Within a reasonable time after notification as enunaerated in Paragraph 14.OS.A. l, City and
Contractor shall zxaake an inspection of that part o� ihe Work to determme i�s status oi
completion. If C�ty does not consider that part af the Work io be substantiaIly camplete, Cr�4y
wiJJ notify Cantractor in writing giviz�g the reasons therefor.
3. PartialUtilization will not consiitute Final Acceptance byCity.
14.05 �'inallnspection
A. Upon written notice froz�a Contractar that the entire Work is complete in accordance w�th the
Contract Documents:
l. witlain 1� days, City w�ll schedule a Final rnspection with Contractor.
2. City will notify Cor�tractor in writing of all particulars in which this inspectzon reveals that
the Worlc is incozxaplete or clefective. Contractor shall irnmediately take such measures as are
necessary io complete such Work or remedy such defzciencies.
B. No time charge will be made against the Contractor betoveen said date af notiiication of the City
and tk�e date of Final Inspection. Should the Ciry det�rmine that the Worr� is not ready for FinaI
Inspection, Ci�ty will natify the Contractor ixx writing oithe reasonsand ContractTime will resume.
I A�.06 Final Acceptcance
Upon completion by Contractorr to City's satisfaction, of any additional Work identified in the Final
Inspection, City wiIl issue to Contractor a letter oi Final Acceptance.
CITY OF FORT WOKTH
S7'ATlDARDC01�3TRifCTION SPECI�iCATiON DOCUM�NTS
Rer+isian: Mad19,2020
oo�zoo-i
GENERALCONDITION S
Pagc 56 of 63
1�.07 FinalPay�nent
A. Application for Payjnent.•
1. Upon Final Acceptance, and in the opinian of Ciry, Contractor may �x�ake an applicatian �or
final payment follawing the procedure for progress paymenis in accordance with t�e
Cont�act Docuz�aents.
2. T�►e �nal Application �or Fayment shall be accompanied (except as previously delivered) by:
a. aIl docurnentation cal�ed �or in the Contract Documents, i�acluding 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 Iist of all pending or released Darr�age Claims against City that Contractor believes are
unsettled; and
d, affidavits of payments and complete and legally effeciive releases or waivers
{satisfactory to City) of all Lien rzghis arising out of or Liens ftled in cozanection with tI�e
Worl�.
B. PaymentBecomes Due:
1. Aiter City's accepiance of tk►e Application for Payment and accampanying documenYation,
requested by Contractor, less previous payments made and any sum Ciry is entitled,
including but nofi limited to liquidated darnages, will become due and payable.
2. After all Damage Clauns have been resolved:
a. directly by t�e Contractor or;
b. Contractor provides evidence that the Damage Claur� has been reported to Contractor's
insuranc� provider for resolution.
3. The making of th� final payrrient by the City shall not relieve the Cozat�racior oi any
guarantees or other require�nents of ihe Contract Dacuments which speciftcally continue
ther�after.
14.08 Final Carrtpletion DelayedcandPa�tialRetainageRelease
A. If %nal cornpletion of the Work is significantly delayed, and if City so coni''�rms, Cr�ty may, upon
receipt of Contz�actor's final Application for Payment, and without t�rminating t�e Contract, make
payment of the ba�ance due %r that portion of the Wark fully completed and accepted. If th�
remain�ng balance to be held by City %r Work hot fully cornp�eted ar corrected is less than the
reiainage stip�latEd in Paragraph 1�.02.C, and if bonds have been fur�ished as required in
Paragraph 5.02, the written consent of the surety to the payment o� the balance due for that
CI`I'Y OF FORT WORTI-I
STANDARDCONSTRUC'I'CON SPECIFICATIOM UOCU11�iENTS
iZevision: Madi 4, 2�20
oa7zoo-�
GENERALCONdITIONS
Page 57 of 63
portion of t�e Work fully connp�eted and accepted sha�l be subznit�ed by Conf�ractar to C�ty with
the App�icaLian %r such paytr�ent. Suck� payment shall be made under the tertns and conditions
governing final payment, except that it shall not constitute a waiver ofi Contract Claims.
B. Partial Retcrinage Release. For a Contract that pro�ides for a separate vegetative establish�ment
and maintenance, and �est and performance periods following the completion of aIl other
construction in the Contract Documents for al� Work locations, the City may release a partion of
the aznount retainec� providecf that a11 other work is eompleted as deterrnined by the City. Before
the release, all submittals and final quantrties inust be connpleted ancf accepted for all other work.
An amount sufficient to ensure Contract compIiance wiIl be retained.
14.09 Waiver of Claims
The acceptazace of�"inal paytnent will consii�ute a release of the City from all claims or liabilities
under 1:he Contract for anything done or furnished or relating to the work ran�der the Contract
Docuir�ents or any act orr neglect of City related to or connected witk� t�e Contract.
ARTICLE 15 — SUSPENS�ON OF WORK AND TERMINA'i�ON
] S.OI City Nlay 5uspend Work
A. At any time and vvithout cause, City may suspend the Worl� ar any portion thereof by written
notice to Contractor and which �nay fix the date on which Work will be resum�d. Contractor shall
resume th� Wark on tl�e date so fixed. During ten�aporary suspension of the VVork covered by ihese
Coniract Docunaents, for any reason, the City wiU make �a extra payment for stand-by time of
construction ec�uiprzxent andlor construction crews.
B. Should the Conf�actor not be able to complete a portion of ihe Project due to causes beyonc� the
control of and without the fault or negligence of the Contractor, and should �t be determizied by
mutual consent of the Contractor and Czty that a solution to allow consYruction to proceed is not
available wi�hin a reasozaable period of time, Contractor znay request an extension in Contract
Time, directly attributable to any such suspension.
C. If i� should become necessary to suspend Yhe Work for an indefinite period, the Contractor shall
store all materials in such a manner tlaat they wiil not obstruct or impede the put�lic unnecessarily
nor become damaged in any way, and h� shali take every precaution io prevent damage or
deterioration of the warl� perfornaed; he shall provide suiiable drainage about the work, and erect
ter�porary structures where necessary.
D. Contractor rzaay be reimbursed for the cost of moving his equipment off the job and returnit�g the
necessary equipment to the job when it is determined by the Ciry thai construction may be
resumed. Such reimbursein�nt shall be based an actual cost to the Coni�ractor of moving the
equiprnent and no profit will be allowed. Reimbursement n�ay noi be allowed if the equipment is
moved to another construction project for the Ciry. �
C1TY0�' FOR"i� WORTH
STAI1i]ARDC61�5TRUCTTON SP6C[FICAT[ON llOCUMEI`1TS
Revisi on: M�cf19, �710
00720Q-1
GENERAL CANQITION S
Page 58 of 63
15.02 City May Tern2inate for Cause
A. The occut-�rence ofany or�e or more of the follawing events by way of exatnple, but not af limitation,
may justify termunation for cause:
1. Contractor's persistent fa�lure to perform the Work in accordance with the Contract Docu�xzents
{including, but not l��nited to, failure to supply suffcient skilled workers or suitable materials
ar equipment, failUre to adhere to the Project Schedule established u�nc�er Paragraph 2.07 as
adjusted fram time to tur►e pursuant to Paragraph 6.04, or failure to adl�ere to the City's
Business Diversiiy Enterprise Ordinance #20a20-12-2a11established under Paragraph
6.Ob. D);
2. Contractor's disregard of Laws or Regulations of any public body having �urisdictian;
3. Contractar's repeated disregard of the aut�ority of City; or
4. Contracior's violation u� any substantial way of any pravisions of the Contract Documents;
OC
5. Contractor's failure to promptly make good any defect it� znateriais or workmanship, or
defecfis of any nature, the conrection of which has been directed in writing by the Cify; or
6. Substantial indication that the Contractor has mad� an unauthorized assignment of the
Contract or any funds due th�refrom for the benefzt of any creditor or for any other purpose;
or
7. Substantial evide�ce that the Contractor has become insolvent or banl�upt, or othervvise
financially unable ta carry on the Work satisiactorily; or
8. Contractor commences legal action in a cour� of competent jurisdiction agaztast the City.
B. If one or more af the events identified in Paragraph 1 S.02A. accur, City will provide wiritten notice
to Coniractor and �urety to arrange a conference wzth Contractor and Surety to adc�ress
Confiractor's failure to perforrn the Work. Conference shall be held not later than 15 days, after
receipt of notic�.
1. If the Cr�y, the Contractor, and the Surety do nat agree to allow the Contractor to praceed to
perform the construction Contract, the City �ay, to the e�tent permittecE by Laws and
Regfilatians, declare a Contractor default and formally tertxx�inaie the Contractor's right to
corriplete th� Contract. Coniractox default shall not be declared earlier than 20 days after the
Coniractor and Surety ha�re received noiice of conference to address Contractar's fail�.ue to
perfortn the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perfortn the
Work. If Surety does not commence performance thereof within 15 consecutive calendar days
after date of an addilional wrztten notice d�manding Surety's performance of its
c�TYo� ronrwo�z�r��
STttNT7ARDCONSTR[JCTION SPECIFICAT[ON 170CUMENTS
Revision: Mad� 9, 2p2J
oo7zoo-i
G�NERAL CON�IT 16N S
Page 59 af 63
obligatio�as, then City, wiihoUt process or actzon at law, may take over any portian oi the
Work and carr�plele it as descrbed below.
a. If City completes the Warlc, Ciry ma.y exclude Contxactor and Surety from the site and
take possession of the Wor�, and all materials ar�d equipment incorporated into the Work
stored at the Site ar for vvhich Czty has patd Contractor or Surety but which are stared
elsewhere, and finish the Work as City �ay deem e�edient.
3. Whether City or Surety comp�etes the Work, Contractor shall not be entitled to receive any
further paytnent ur�til tk�e Wark is finished. If the unpaid balance of the Cont�act Price e�ceeds
all clanns, costs, losses and darnages sustained by City arisivag aut of or resulting from
completing th� Work, such excess wili be paid to Coniractor. If such claims, costs, losses and
damages exceedsuch unpaid balance, Cont�actoz shall pay the difference to City. Such claims,
costs, losses and da�nages �curred by City wiJl be incorporated in a Change Ordez-, provide d
that w�en exercising any rights or remedi�s under Yhis Para�rapk�, Ci�y shall not be requi�ed �o
o3�tain the iowesi price far the Work performed.
4. Neit�aer City, nor any of its respective consultants, agents, offtcers, directoz's or employ�es
shall be in any way liable or accountable to Cozatractor or Sur�ty for the method by which the
completion of the said Work, or any portion thereof, �aay be accamplished or for t�e przce paid
therefor.
5. Ciry, notwithstanding the naeihad used 'm compleiing the Cont�ract, shall not forf�it the right
to recover damages from Contracior or Surety for Cantractor's failure to time�y corripI�te the
entire Contracfi. Contractar shall not be entitled to any claim on account of the method used
by City in cornpleting the Contract.
6. Maintenance of tlae WQrk shalI coniinue to be Contracior's and Surety's responsibilities as
provided for in the bond requirements oi the Contract Documents or any special guaraniees
pravided �'or under ihe Contract Documents or any other obligations othez�wise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor's services wi�l not be terminaied if Contiractor
begins within seven days o� receipt of notice of intent to tert�a�aie ta correct its failure to perform
and proceeds diligen�ly to cure such failure within no more than 30 days of receipt of said notice.
D. Where Co�tractor's services have been so terr�ainated by Ciry, the termination wiIl noi affect any
rights or reznedies of City against Coniractor then existing or which may thereafter accrue. Any
retention or payment of zx�oz�eys due Contractor by Ciiy wil) noi release Contractor from liability.
E. If and fio the extent that Contractor has provided a performance bond u�der the provisions of
Paragraph 5.a2, �he termination procedures of that bond sha�l nat supersede the pxovisions of this
Article.
CITY OF FORT WOCZTH
STANDARDCONSTRUCTION SPECIFICATION DOCUNfENTS
Revision: N1adi 9, 20�0
007200-1
G ENEF2AL CON D I710 N S
Page 6D of 63
15.03 City May Terminate Far Converaience
A. Ci�y may, without cause and without prejudice to ar�y o�her right or remedy of City, terminate the
Contract. Any termi�nation shall be effected by mailing a notice of the terminatio� to the Contractor
specifying the e�ent to which performance of Work under the contract zs terminated, and the date
upon which such terznination becomes ef�ective. Receipt of the notice shall be deemed
concluszvely presumed and established when the letter is placed in the United States Postal Service
Mail by the City. �`urther, it shall be deemed conclusively presumed and established that such
termination �s made with just cause as iherezn stated; and no proof in any claim, dei�aand or suit
shall be required of the Ci�y regarciing such discretionary action.
B. After receipt of a notice of termina�ion, and except as otherwise d'vrected by the Ci�4y, the
Contracior shall:
l. Stop r�vork undez the Co�atracton ihe date and to the extent specifed in the notic� of ter�nination;
2. place no further arders or subcontracts for rnaterials, services or faci�ities except as may be
necessary for cornpletion o� such portion of the Work under the Contract as is no# tertx►inated;
3. terrzninate all orders and subcontracts ta the extent tha� they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the Czty and deliver in the manner, at the times, and to the exten#, � any,
directed by the City:
a. #he �abricated or unfabricated parts, Work in progress, completed Work, suppIies and
other material produced as a part of, or acquired in cannection with ti�e performance of,
the Work terrninated by the notice af the term�ation; and
b. �1ae completed, or partially completed plans, drawirigs, information and at�er praperty
which, if tlae Contract had been completed, would ha�+e been required to be fux'nished to
the City.
5. complete performance of such Work as shall not have been tertninated by fhe notice of
ternnination; and
6. take suc� action as may be necessary, or as the City may dzrect, for the protection and
preservaiion of the properry related to its contract vvhich is iz� the possession of the
Contractor and in whicl� t�e owner has or may acqu'vre the rest.
C. At a tinae nat later than 30 days after the termination date specif"ied in the notice of termination,
t�e Contractor tnay submzt to the Crty a list, certi�ied as to quantity and qua�ity, of any ar aIl itenas
of termination inveniory not previously disposed of, excl�sive of iienns the disposition of w�ich
has been d'vrected or authorized by City.
CITYOP F'OR'7' WOK'Cf3
STANI)ARDCONSTRi3CT[dN Si'ECIFICATION I]OCUMEN`I'S
Revision: Mad� 9, 2�2D
00 72 00 - ]
GENERAL.COI�QITION S
Page 61 of 63
D. Not later than 15 days thereafter, t�e Ciiy sha�l accept title to such items provid�d, tl�at the Iist
submitted shall be subject to verification by the City upon removal of the items or, if the items are
stored, vvithin 4S days from the date of submission of the �ist, and any necessary adjustments to
correci the list as s�tbmitted, ,sha� be znade prior ta final setilemeni.
E. Not later tl�an 60 days afterthe notice of termit�ation, tk�e Cantractor shall submi� his tiermination
claim to the Ciry in the form and with the certification prescrbed by the City. Unless an extension
is znade zta writing within such 6� day period by ihe Contractor, and granted hy the City, any and
all such claims shall be conclusiveiy deemed waived.
F. In such case, Cont�actor shall be paid for {without duplication of any items):
1. coinpleted and acceptable Work executed i�n accordance witl� the Contract Documents prior
to the effective date of terinination, including fair and reasonab�e sums far overhead and profrt an
such Work;
2. expenses sustairied przor to the effective date of termination in perforrning services and
furnishing labor, rr�ateria�s, or equipment as required by the Contract Documents in conneciion
with uncompleted Work, plus fair and reasonable sun�s far overhead and profrt on such expenses;
a�d
3. reasonable expenses directly attributable to terminatian.
G. In the event of ihe fai�Ure of the Contractor and City to agree upon the whole azxiount to be paid
to the Contractor by reason of the ternlination of the Work, the City shalI determine, on the basis
of inforrnation availab�e to it, the amount, if any, due to t�e Contractor by reasonofthe termination
and shall pay to the Contractor the amounts determined. Cont�ractor shall no� be paid on account
of loss of an;ticipated profits or revenue or other economic loss arismg out of or resulting from
such terinination.
ART�CLE 1 G— DISPUTE RESOLUTION
16.O1 Methods and Procedu�es
A. Ezther City or Confractor may request tnediation of any Cont7eact Claim submitted for a decision
under Paragraph 10.Q6 befare such decision becomes final and binding. The request for mediatian
shall be submitted io the other party to the Contract. Timely subm�ssion of the request shall stay
the effect of Paragraph 10.06.E.
B. City and Cantractor shall participate in the mediation process ita g;ood faith. The process shall be
coirunenced wi�l�in 60 days of filing of the reqUest.
C. If the Contract Clairn zs not resalved by mediation, City's action under Paragraph 10.06.0 or a
den�al pursuant to Paragraphs 10.06.C.3 or 1a.06.D shall become finaI and I�inding 30 ciays after
iermination of th� rnediation unless, within that titx�e periad, City or Coniractor:
Cl']"Y OF FORT WOIt'I'1I
STANDARDCONSTRUCI'ION SPECIFICATION DOCUMEN`CS
Revision: Ma�ch 9,202a
007200-1
G�NERALGDNOITIONS
Page 62 of 63
elects in writu�g to invoke any other dispute resolution process provided for in the
Suppleax�;entary Conditions; or
2. agrees with the other party to submit the Cantract Claim to another dispute resolution
process;or
3. gives written notice to the other pariy o� the intent to submit the Contract Claim to a court of
coznpetent jurisdiction.
ARTICLE 1'� — MISC�LLANE�US
17.0 X Giving No tice
A. Whenever any provision of the Coniract Documents requires the giving of written notice, it wfll
be deezned to have been validly gi�en �f
l. delivered in person to the individual or to a rn�aeznber of �he fmn or to an officer of �he
corporation for whoxxa it is intended; or
2. delivered at or sent by registered or certified mai� postage prepaid, to th� last business
address knorvn ta the giver of the �otice.
B. Business address changes must be promptly made in wriiing to the oY.�er party.
C. Whenever the Contract Documents specifes giving noiice by elec�ronic means such eIectronic
notice shall be deemed suf�cient upon confirmation of receipi by the receiving party.
17.02 Computation ofTimes
When any periad of time is referred to in the Contract Documents by days, i� will be cornput�d to
e�clude the first and incIud� the last day of suck� periad. Iithe last day of any such period falls on a
Saturday or Suzaday 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 impased by these GeneraI Condilions and ihe rights and remedies available
hereunder to the parties hereto are in addilion io, a�nd are not to be construed in any way as a Iimita tion
oi, any rights and remedies a�ailable to any ar all of them which are otherwise imposed or available
by Laws or Regulaiions, by special warranty or guarantee, or 6y ot�aer provisions of the Contract
Documents. The provisions of ihis Paragraph will be as effective as if repeaied specif'ically in the
Contract Documents in connection with each particular duty, obligation, right, and reznedy to which
they apply.
crrY or roR�� wor�Tx
STANDARDCONSTRUCT[ON SPECIF[CATION DOCUivIENI'S
Revision: Mad� 9, �0
00�200-�
GENERALCdNDITIONS
Yage 63 of 63
1'7.04 SuYvivalofObligatiorrs
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accarda�ce with �he Contrac� Documents, as well as a�l 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 terminatian of the services of Contracior.
17.05 �eadings
ArticIe and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
GITY OF FORT WORTll
STANDARDCONSTR[1C'1']ON SPECIPICAI'ION DOCUMEI�FT3
Revision: Mairh 9, 2(�
00 �3 ao
SiIPPLEMENTA1tY CONDITTOiJ�
Page 1 af 7
s�ccT�oN oo �3 ao
SUPl'LEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplernentary Conditions
'I'hese Supplementary Conditions modiiy and supplement Section OD 72 QO - General Conditions, and oihex
provisions of the Contract Documents as indicated below. A11 provisions of the General Conditions that ara
modified or supplemented remain in full force and effect as so modified or sup}�lemented. ALl pxavzsions
of the General Conditions which are not so modified ar supplemented remain in fuil Force and effect.
De�ned Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions hav� the
meaning assigned to them in the GeneraI Conditions, unless specifically noted herein.
Mod��cations and Supplements
The foTlowing are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Resolviing Discrcpancies"
Plans govern over Specificatians.
SC-4.OlA
Easement limits shown oz� the Drawing are approximate and were provided to estabGsh a basis for bidding.
Upon receiving the final easements descriptions, Contractor shali compare them to the Tines sho�+n on ihe
Contxact Drawings.
SG4.01A.1., °�Availability of Lands"
The following is a List of knovvn outstanding right-of-way, and/or easements to be acquired, if any as of
Outstanding liag�tt-O� Way, andlor Easements to Be Acquired
PARCEL O WN�R
NUMB�R
�F11)�7D1
'I'ARGE'I' DAT�:
OF P05SESSION
The Coz�d•actor und�rstands and agrees that the dates listed above are estiniates only, are not guaraalteed,
and do not bind the City.
If Contractor coiisiders the final easements provided to diffex nnaterially from the representations on khe
Contract Drawings, Contxacior shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the diffexang easement line locations.
SC-4.01A.2, "Availability of Lands"
Utiliiies or obstructions to k►e reinoved, ad,�usted, and/or relocaied
C1TY ON FOR�' WORTH Commander Rd — Midiicld Stage 2
STANDAKD CONSTRl1CTTON SP�CiTiCATIQN DOCUMENI'S City Project No. 101644
Revised Ma�ch 9, 2020
fl0 73 00
SUPPLEMLNI'ARX CONDITIQNS
Page 2 of 7
The following is Iist of utilities and/or obstructions that have not been ren�oved, adjusted, and/or relocated
as of
EXPECTED U7`ILITY AND LOCATION
OWNER
NONE
'Z'ARGET DATE OF
AD7USTMENT
The Contractor understands and agrees that the dates listed above ara estimates on1y, are not guaranteed,
and do not bind the City.
SC-4.02A., "Subsarface and Physical Conditions"
The following are reports of explorations and tests of subsuriace conditions at the site of the Work;
A Geotechnical Report No. 7370, dated June 15 2018, prepared by ECS Southwest LLP, providing
additional informaiion on snbsur�ace conditions at the work site.
The following are dxawiz��s of physical conditions in or relaking to exisking surface and subsurface
structures {except Underground Facilities) wk�ich are ai or contiguous to the site of the Work:
NONE
SC-4.06A., "Hazardaus Et�vironmeatal Conditions at Site"
The folIowing are reports and drawings of existing hazardous environmenkal conditions �nown to the City:
NONE
SC-5.03A., "Certi�cates of Xnsurancc"
'I'he entities listed below are "additional insureds as their interest may appeax" including their respective
o�cers, directors, agents az�d employees.
(1) Ciry
{2) Consultant: Garver, LLC
{3) Other:
SC-5.04A., "Contractor's Insurance"
The Iimits of liability fox the insurance required by Paragraph GG5.0�4 shali provide the following
coverages for not iess than the following amounts or greaier where required by laws and regiilakions:
5.04A. Workers' Cornpensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
�'IOp,OOa each accadent/occurrence
$IOQ000 Dasease - each employee
$500, D00 Disease -- palicy limit
SC-5.04B., "Contractor's Insurance"
CITY OF FOIt'1' WORTH Commancicr Rd — Mid6eld Stage 2
STA1V17Al2D CONSTRUGTiON SPECIFICATION DOCUML'NTS City Project No. 161644
Revised March 9, 2D2U
00 73 00
SUPPLEMENTARY CON�ITIpNS
Page 3 of 7
5.04B. Coia�mercial General Liability, under Paragraph GC-5.04B. Contractor's Lzability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contracio�• with
minimum liniits of:
$1, 000, 000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement {Amendnne�t — Aggregate Limits of rnsurance) making the
GeneraI A�;gregate Limits apply separately to each job site.
The Cammercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article oithe Certi�cate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Autotxaobile Liability, under Paragraph GG5.04C. Contractor's Liabiliiy Insuranca under
1'aragraph GG5.04C., which shall be in an annount not less than the following amounts:
(1) Automabile Liability - a cornmercial business policy shali provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined sin�le limit basis. SpIit liz�lits are acceptable if limits are a#
least:
$250, 000 Bodily Injury per person /
$500, 000 Bodily Injury per accident /
$I00, 000 Property Damage
SC-S.O�D., "Contractor's Insurancc"
'I'he Contractor's construction activities will requira its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks NONE. It is not anticipated for the contractor
to cross railroad property or tracks.
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the raiiroad company in any manner whatsoever in the use or operation of iis/their trains
or othex property. Such operations on railroad properties may require that Contractor to execuke a"Ri�ht 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 (ii any) required by a railroad company. The requirements specified herein likewise re�ate
to the Contractox's use of private and/or construction access roads crossing said railroad company's
properties.
The Contractual L,iability coverage requixed by Paragraph 5.04D of the General Conditions shall provide
co�vexage for not less tY�an k��e following amounts, issued by companies satisfactory to the City and to the
Railroad Connpany for a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad property:
(1) Generai Aggregate:
(2} Each Occurrence:
0
$NONE
$NONE
_ Jtequired for this Contracd
Cl'I'Y OF FOR'1' WORTH
STANDARI3 CONSTRUCTION SPECIE�ICATION DOCUMENTS
Revised March 9, 2U20
X Not required faY this Contract
Cammander Rcl — MidSeld Sta�;e 2
City Project No. 101644
00 73 00
SUl'PLEMENTARY CONDITIONS
I'age 4 of 7
With respect to the above outlined insurance req�irements, the following shali govern:
1, Where a single railroad company is involved, the Contractox shall provide one insurance policy in
the name of the railroad company. Howaver, if more than one grade separation ox at-�rade
crossing is affected by the Pt�ojeci at entirely separate locations on the Iine or tines of the same
railroad company, separate coverage may be required, each in Yhe amount stated above.
Z. Where more than one railroad company is opexati�n� on the same right-of-way or where several
railroad companies ara involved and operated on their own separate rights-o� way, the Conteactor
may be required to provzde separaie iiisurance policies in the name of each railroad company.
3. lf, in addition to a grade s�paration or an at-grade crossing, other work or activity is proposed on a
railroad campany's righi-of way at a location entir�Iy separate from the grade separation ox at-
grad� crassing, insurance coverage for this work must be znduded in the policy covering the grade
separatioz�.
4. If no grade separation is involved but okher work is proposed on a railroad company's right-of
way, all such other work nnay be covered in a single policy %r that railroad, evan though the work
may be at two or more separate Toeations.
No work or ackivities on a railcoad co�pany's property to be performed by the Contractor shall be
commenced until the Contractor has fumished the City with an ori�;inal policy or policias of #he insurance
For each railroad company named, as raquired above. All such insurance must be approved by the City and
each affected Raiiroad Company priox to the Contractor's beginning work.
The insurance specified above must be carried until a11 Work to be perFormed on the raz�road right-of-way
has been completed and the grade cxossing, if any, is no longer �sed by the Contractor. In addition,
insurance must ba carried during alI maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as fihe insured, together with any tenant ox iessee ofthe
railroad company operating over trac�s involved in the Project.
SC-6.04., "Pro,�ect Schedule"
Project sck�edule shall be tier 3 for the project.
SC�6.D7., "Wage Rates"
Tt►e following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
Heavy and Highlvay Constr r.rction Projects
Commercial Constructaon Projects
A copy of the table is also available by accessing the City's website at:
http s:l/ap�s.€ortworthie�as.gov/Pro i ec�Resources/
You can access the �le by following the direetory path:
02-Consiruction Documents/Specifications/Div00 — General Conditions
SC-6.09., "Per�its and Utilities"
SC-6.U9A., "Contractor obtained permits and licenses"
1. The foldowing are k�own permits and/or licenses required by the Contract to be acc�uired by the
Confractor: TCEQ Construction Dascharge Permit
C1TY dN FORT WOItTT�i Co�nmandet Rd -- i+/Iidfield Stage 2
STA�lDARD CONSTRUCTION SPECIPICA�'ION DOCUMENTS Ciry Project 1Va. 101644
Revised March 4, 202fl
00 73 OD
SUPPLSMENTARY CONDITIONS
Page 5 of 7
7 Street Use Permit (as t'equired. See specificatian 01 55 26)
Contractor is requared lo abtain all permits required by the city to construct the pro�osed infrastrxrcture
SC-6.09B. f`City obtained permits and lrcenses"
The following are lca�owin permits and/or licenses reqtiired by the Contract to be acquired by the City:
I. Permit to Construct Street Conneetion Facilrties on Highway Right Of Way
Contrac%r is responsi6/e for cvsts io o6tain the permit.
SC�6.09C. "Outstanding permits and licenses"
The following is a list of known outstanding permits anc�/or licenses io be acquired, if any as oi
Outstanding Permits and/or Licenses ta Be Acquired
OWNER PERMIT OR LICENSE AND S�OCATION
NONE
5G6.24B., "Tit[e VI, Civ�l Rigt�ts Act of 1964 as amended"
TEIRGET DATE
OF POSSESSION
During the perforrr�ance of this Contract, the Contractor, for itself, its assignees and succassors in interest
(hereinafter referred io as the "Contractor"} agrees as folIows:
1. Cotnpliance with Regala�io�s: The Contractor shall cornply with the Regulation r�lative to
nondiscrimination in �'ederally-assisted programs oi the Department of Transportation {hereina#ter,
"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 incoxpoxated by reference and made a part
of this contract.
2. Nondiscriminatian: �'he Contractor, with regard to the work pexforrnned by it during the contract, sha11
not discriminate on the girounds of race, color, or national origin, in the selection and retention of
subcontrac#ors, including procurements of nn.atez7ials and leases of �quipment. The Contractor shalI not
participate eithex drrectly or indirectly in the discrimination prahibited by 4,9 CFR, section 2I .5 of the
Regulations, including employment pxactices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicita�ions for Subcontractors, lncluding Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by ihe contractor for work to be
performed under a subcont�aci, including procurements oimateria[s or leases of equipment, each
potential subcontactor or sUpplier shali be notii�ed by the Contractor af the Contractor's obligations
under this coniract and the Regulations relative to nondiscrimination on the grounds af race, color, or
nafional origin.
�4. Informaiaon an�d Reparts: The Contractor sha11 provide all information and reports rec�uired by tha
Regulations or directives issued pursuant thereto, and shaIl permit access to its books, records,
accounts, other sources oF infornlation and its facilities as rrr�ay be determin�d by City or the Texas
Depariment of "I'ransportation to he pertinent to ascertain compiiance vcriih suck� Regulations, ord�rs
and instructions. Where any information requared of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information the coniractor shall so certify to the City, or the
Texas Departmenk of Transportaiaon, as appropriate, and shall set %rtl� what efforts it has made to
obtain the information.
CITY OF FORT WORTH Commander lid -- Midfield Stage 2
STANDA.KD CdNSTRUCTIOi*! SPECIFICAI'IDN I)OGLJMENTS City T'roject No. 101 G44
Revised Mai�ch 9, 2020
DO 73 00
SUPPLEtvIEi�lTARY CONDITIONS
Pagc G of 7
5. Sanctions for Noncompliance: In the event of the Cont�actor's noncompliance with the
nondiscrimination provisions of this Contract, City shall iznpose such contract sanctions as i# or khe
Texas Depattment of `I'ransportatian may d�tarmine to be appropriate, including, but zzot limited to:
a.
b.
withholding of payments to the Contractor under the Contiract until the Contractor
compIies, and/or
cancellation, #ermination or suspensian of the Contract, in whole or in part.
6. Incarporation of Provisions: The Contractor shall include the pxovzsions of paragraphs (1) through
(6) in every subcontxact, including procurements of materials and leases of equipment, unless exempt
by the Regulations, ar directives issued pursua�nt thereio. The Contractor shall take such action witl�
respect to any subcontract ar procurement as City or the Texas Depart�ent of Transportation may
direct as a means of enfoxcing such provisions including sanctions for non-compiiance: Provzded,
however, that, in the event a contractor becomes iz�volved in, or is threatened with,litigation with a
subcontractor or suppIier as a result oisnch direction, khe cont�actor may xequesi City to anter into
such litigation to protect the interests of City, and, in addition, the contractor may req�est the United
States to enter into such litigation to protect t�e intexests of the United States.
Additional Title VI requirements can be found in the Appendix.
SC-7.02., "Coordinatio�"
The individuals or entities listed beIow have contracts with the City for the performance of oth�r work at
the Site:
the table 6elaw �vith the
Vendor Sco e of Wor�
Texas .Iet Hangar and Developmenl
Constructlon
�finerican.4ero Hangar artd Development
Const�`uctaon
SC-8.01, "Comnannications to Contractor"
Contractor lo IZPR to EOIl to Meacham
SC-9.01., "C�ty's Project Manager"
� ite "None ">
Coordination
Contractor
Contracior
The following firn� is a consultant to the City responsible for construction management for this Project:
Brandon Beville, PE
Garver
214-619-9050
B C}3 evi I le @ Gary erU 5 A. co m
SG13.Q3C., "Tests and Inspections"
YiJater aracl.Sanitary .Sewer Tests and �npeclions.
�C-16.O1C.1, "Methods and Procedures"
NONE
CITY OF P'ORT WORTH Commander Rd — Midfield Stage 2
STANDARD CONSTRUCTION SPP:CIFIGATION DOCUMEN"1'S City Projcc[ Na. 101644
Revised N[utch 9, 2026
4D 73 OQ
SUPPLL�MENTARY CONDITIONS
Page 7 of7
END OF SECTiON
Revision Log
DAT� NAME SUMMARY OF CFiANG�
�[122/2016 �'. Griffin SG9.01., "Cify's Project Representative" wording changed to City's Project
Manager.
3191202D D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's
website.
G1TY O� FORT WORTH Commander Rd — Midfield Stage 2
3TANBAIZA CONSTRUCTION SPECIfICATION DOCUMENT'S City Project 3�0. 101644
Revised March 9, 2020
O1 11 DO - 1
SUMMAlt'Y OP WORiC
Page l of 3
�
3 �ART 1 - GEN�x�,
SECTION O1 11 00
SUMMARY OF WORK
4 l.l SUMMARY
5 A. Section Includes:
6 1. Suminary of Wark to be perfozmed in accordance vvith the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
S 1. Any c�eviations from the City of Fort Worth Standard Specifications is noted
9 in the provided technical specifications.
10
11
12
13 l.2
C. Related Specification Sections incIude, hut are not neccssarily limited to:
I. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
PRICE AND PAYMENT PROCL+'DURES
14 A. Measurement and Payment
1 S 1. Work associated with this Itexx� is considered subsidiary to the various items bid.
16 No separate payzx�ent will be allowed for this Item.
I7 1.3 RERERENCES [NOT USED]
18 1.4 ADMINISTRAT�VE REQUYREMENTS
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A. Wor� Covered by Contract Documents
1. Woric is to include furnishing all labor, materials, and equipment, and performing
all Work neeessary for this construction project as detailed in the Drawings and
Speci�cations.
B. Subsidiary Work
1. Any and all Work spcci£�ically governed by dacumentary requirements for the
project, such as condations imposed by the Dravvings or Contract Documents in
which no speci#"ic item for bid �as been provided for in the Proposal and the ite�n is
nat a typical unit bid item included on the standard bid item list, thcn tlae ztezx� sha�l
bc considered as a subsidiary item of Work, the cost of which shall be included in
the priee bid in the Proposal for various bid items.
C. Use af Prerr�ises
I. Cvordinate uses of premises under direction of the City.
2. Assume fi�Il responsibility for protection and safekeeping of mater�als and
equipment stored on the Site.
3. Use and occupy only portzons of the public streets and alleys, or other public places
ar other rights-of way as provided far in the ordinances of the City, as shown zn the
Cont.ract Documents, ar as may be specifically authorized in writing by the City.
CITY OF FORT WORTH Commander Rd — Midfield Stage 2
5TAN17AItD CQNSTRUCTION Sf'ECIF[CATiON DOCUMEIVTS City Project No. IOf G44
Rcvised Decem6er 20, 2012
oi ii oo-z
Sl1MMAIiY O�' W�RK
Page 2 of 3
1 a. A reasonable ainount of tools, znaterials, and equipment for construction
2 purposes may be stored in such space, but np more than is necessary to avoid
3 delay in the construction operations.
4 b. Excavated and waste ma.terials shall be stored in such a way as not to interfere
5 with the use o�spaces that rnay be designated to be left free and unobstructed
6 and so a,s not io inconvenience occupants of adjacent property.
7 c. If the street is occupied by railroad tracks, the Work sha11 be canried on in such
8 manner as not to interfere with the operation of the z-ailroad.
9 1} All Work shall be in accardance with railroad requzrernents set farth in
IO Division � as well as the railroad pe�zi.
11
12
13
D. Work within Easements
1. Do not enter upon private property foz any purpose without having previously
obtained permission firorn tk�e owner of such property.
i4 2. Do not store equipment or material on privafe property unless and until the
15 speci�ed approval of the property owner has been secured in writing by the
16 Contractor atid a copy furnished to the City.
I7
18
19
20
21
22
23
2�4
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4D
41
42
43
44
3. UnIess specifically provided otherwise, clear aIl rights-of-way or easements of
obstr�ctions which must be removed to make possible proper prosecution of the
Work as a part of the project canstruction operations.
4. Preserve and use every precaution io prevez�t damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbiz�g, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of te�nporary fences and to aII
other public or private properfy adjacent to the Work.
5. Notify the proper rcpresentatives of the owners or occupants of the public or private
la�ds of interest in lands which might be affected by the Work.
a. �uch notice shall be made at least �S hours in advance of the begir�ning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
carporation, compaz�y, iz�dividual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to properiy of any character resulting
from any act, omission, neglect, or misconduct in the manner or x�zefihod or
execution of the Worlc, ar at any time due to defective work, material, or
equipment.
6. F'ence
a. Restore all fences encountered and refnoved durzng coiastructian af tI�e Project
to the original or a better than original condition.
b. �rect temporary fenczizg in place of the fencing reinoved �+henever the Worlc is
nat in progress and when the site is vacated overnight, and/or at alI tiines to
provide site secua�ity.
c. The cost for all fence work within easeinents, including removal, temporary
closures �nd replaccment, shall be subsidiary to the various itcros bid in the
project proposal, unless a bid item is specifically provided in the praposal.
CITY OP CORT WbRTH Commander Rd — Midfield Stage 2
STA�lDARD CONS`1'KUCTIdN SPTCIPICAT[ON DOCUMEN"i'S City Project No. 1D1644
Revised Uece�nber 20, 2012
Ol E100-3
SiJMMARY OF WORK
Page 3 of 3
1 I.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 USEll]
5 1.9 QUALITY ASSUR.ANCE [NOT USED]
6 1.10 llEL�VERY, STORAGE, AND HANDLING [NOT llSED]
7 1.11 I'IELD [SITE� CONDITIONS [NOT USED]
8 1.12 WARR.ANTY [NOT US�D�
9 PART 2- PRODUCTS [NOT USED]
I O PART 3- �XECUTION INOT USED]
11
zz
END OF S�CTION
Revision �.og
DATE NAME SUMMARY OF CHANG�
13
CI1'Y OF FO1Z`1' WORTF� Commander Rd — Mid�eld Stage 2
STAAIDARD CONSTRUC"1'ION SPHCIFiCA'1'ION DdCUMENI'S Caly Project Na. 141644
Revised December 2D, 20t2
Ol 25 00 - [
SUBSTI7'UTION PROCEDURES
Page 1 af 4
�
2
3 PARTI- G�NERAL
4 1.1 SUMMARY
sEcT1oN al �s o0
SUBSTITUTION PROCEDUR�S
5 A. Section Ir�cludes:
6 1. The procedure for requesting the approval of substitution of a product that is nat
7 equivalent to a product which is specified by descriptive or performance criteria or
S �.efined by reference to i or more of the �ollowing:
9 a. Name of manufacturer
10 b. Name of vendor
11 c. Trade name
I2 d. Catalog nuzx�ber
13 2. Substiiutions are not "or-equals".
14 B. Deviations frorn this City of Fort Worth Standard Specificatzox�
1 S 1. None.
16 C. Related Specification Sectians include, but are not necessarily limited to:
17 1. Division b— Bidding Requirexnents, Contract Forn�s and Conditions of the Contract
18 2. Division 1— General Req�irexnex�ts ,
19 1.2 PRICE AND PAYMENT PROCEDUR�S
20 A. Measurement and Payment
21 1. Work associated with this Item is considered subsidiary to the various iterns bid.
22 No separate payment will be allowed far this Item.
23 1.3 RE�ERENCES �NOT USED]
24 1.4 ADMIN�STRATYV� REQUIREMENTS
25
26
27
28
29
3Q
3I
32
33
34
35
36
37
38
39
40
A. Request for Substitution - General
1. Within 30 days after award of Coz�tract (unless noted otherwise), the City will
consider formal requests from Contractar for substitution of products in piace of
fhose specified.
2. Certain types of equipment and kinds of material are described in Spcci�'ications by
means of refez�ences ta names of manufacturers and vendors, tz-ade names, or
catalog nurnibexs.
a. When this method of specifying is used, it is not inte�ded to exclude from
consideration other products bearing other zx�az�u�acturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment axid lcinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals axe unavailable due to strike, discontinued production of products
meeting speci C�ed zequirelnents, or other factors beyond control of Contractoz;
or,
CITY OF FO1Z`1' WORTi-I Commander itd—Midfield Stage 2
STANDARD CONSTRUCTION SI'ECI�'ICAPIO�*! DOCUMENTS Crty Project tJo, 1O1G44
1{evised July l, Z011
01 ZSOD-2
SUBSTITUT[ON PROCEDURES
Page 2 of 4
1
b. Contractor proposes a cost ancUor time reduction ir�centive to the City.
2 1.5 SUBMITTALS
3 A. See Request for Substitution Form (attached)
4 B. Procedure far Requesting Substitution
5 I. Substitution shall be considered only:
6 a. Af�er award of Contract
7 b. Under the condztions stated herein
S
9
1�
11
12
13
14
15
i6
17
18
19
20
21
22
23
24
25
2b
27
2$
29
30
3i
32
33
34
35
36
37
38
39
40
41
42
43
�44
45
46
2. Submit 3 copies of each written request for substiiuti4n, including:
a. Documcntaizon
1) Cornplete data substantiating connpliance of proposed substitution with
Cantract Documents
2} Data relating to changes in construction schedule, when a reduction is
proposed
3} Data relating to changes in cost
b. �'or products
1} Product identi�ca�ion
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originaliy speciiied
produet, including discrete name or tag nuinber assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized coxnparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requiremenis
4) Productexperience
a) Location of past projects uEilizing product
b) Name and telephone number of persons assaciated vvith referenced
projects knowledgeable concernizzg proposed product
c) Available field data and reports associated with proposed product
5) Sanrzples
a) Provide at request of City.
b) Samples become the propex-ty of the City.
c. For construction methods:
1) Detailed description of proposed method
2} Illustra�ion drawix�gs
C. Approva� or Rejection
1. Written approval or ��ejection of substitution �ive� by the City
2. City reservcs fhe right to requi�•e proposed prroduct to comply with color and pattern
oP specified product if necessary to secure deszgn intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Ordez- i� accordance �ith the General Conditions.
CITY OF N'OR'�' WORTH Com�na�ider Rd— Midfield Staga 2
STANI)AKD CONSTKT7CTION SPECIFICATION DC)CUMi�NTS City Project No. ]03644
Kevised July l, 2U11
O1250fl-3
SUBST1TUTiON PROC�DURES
Page 3 oF�4
1
2
3
4
5
6
7
8
9 L6
4. No additional contracf time wiIl be given for substitution.
5. Substitution wilL be rejecfed if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Speci�'icatioz� Section
c. In the City's apinion, acceptance wiil require substantial revision of the ariginal
design
d. In the Czty's opinion, substitution will not perform adec�uately the function
consistent with the design intent
ACT�ON SUSMITTALS/INFORMATIONAL SUBMITTALS jNOT USEDj
10 1.7 CLOSEOUT SUBM�TTALS [NOT USED]
11 1.8 MATNTENANCE MATERIAL SUBMITTALS [NOT US�DJ
12 1.9 QUALITY ASSURANCF
I3
14
15
16
17
18
19
Za
21
22
23
29�
25
26
A. In making request for substitution ar in using an approved product, the Contractor
represents that the Contractor:
1. Has investagated proposed product, and has detern�ined tlaat it is adequate or
superior in all respects to ihat specifzed, anc� that it will perform function for which
it is intended
2. Will prpvide same guarantee for substitute item as for product specified
3. WiII coordinate installation of accepted substitution into Worl�, to include building
modifications iFnecessary, rnaking such changes as inay be required for Work to be
complete in all respects
�. Waives all claims far additional costs related to substitution which subsequently
arise
1.10 DELIVERY, �TOR.A.GE, AND HANDLING [NOT USED]
1.11 FI�LD jSITE] CONDITIONS [NOT USED]
1.12 WARRA,NTY [NOT USEDj
27 PART 2- PRODllCTS (NOT USED]
28 PART 3- EXECUTION [NOT USED]
24
30
END OF SECTION
Aevision Log
DATE NAME SUMMARY OF CHANGE
CI1'Y OP I'ORT WORTE-� Commandcr I2d— IvIidficld 5tage 2
STANUARD CONSTRUCTIOI`! Sf'ECI�^ICATION DOCiJM13NTS City Project No. ]01644
Revised Je�ly 1, 2U11
oizsoa-4
SUBSTITUTION PROC�:AlJitES
Page 4 of 4
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
lb
I7
18
19
2Q
2I
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4b
47
48
49
so
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
FROJECT: DATE:
Wc hereby subnait for your consideration the following prod�ct instead of the specified item for
the above project:
SGCTION 1'ARAGRAPH SPECIFI�D
IT�M
Proposcd Substitution:
Reason for Substitution:
Include complete information on chan.ges to Drawings and/or Specifications which p�oposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineerin�
and detailing costs caused by the requesled substitution?
B. What effect does substitution have on olk�er trades?
C. Dif�erences between proposed substitution and speci�ed 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 undersigz�ed states that the function, appearance and qualiiy arc equi�alent or supenior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended ,� Recommended
Not reconamended _Received late
By
Date
Remarks
Date
CITY O�' FORT WORT�1
STANDARS7 CC)NSTRUC'1'ION SPECIFICATIOAI DOCUM�,�ITS
Revised 3uly l, 20] 7
Rejected
Commander Rd — Midf eld Stage 2
Ciry Project No. 10 [ 644
Ol 31 19 - 1
PRECONST12UC7'ION ME�TING
Page 1 of3
1
2
3 PART 1 - GENER.AT,
� i.1 SUMMARY
SECTION 01 31 19
PRECONSTRUCTION MEETING
5 A. Section includes:
6 1. Provisions for the preco�struction meeting to be held prior to the siart of Work to
7 clarify constniction contract adrninistration procedures
8 B. Deviations from #.his City of Fort Workh Standard Specification
9 1. None.
10
11
12
13 1.2
C. Related Speci�ca�ion Sections include, but are not necessarily limited to:
1. Division 0� Bidding Requirements, Contraci Fonns and Conditions of the Contract
2. Di�ision 1— General Requirements
PRiCE AND PAYMENT PROCEDURES
1�4 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the varzous iteins bid.
I6 No separate payment will be allowed for this Item.
17 1,3 R�FERENCES jNOT USED]
18 1.4 ADMINISTRATIVE REQUYREMENTS
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Caordination
1. Attend pzeco�struction meeting.
2. Representatives of Conhactor, subcontractors and suppliers attending meetings
s�all be qualified and authorized to act on behalf of fhe entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and re#ained by City for
fi�ture reference.
B. Preconstruction Meeting
1. A preconstruction aneeting will be held within 14 days a�er the execution of the
Agreemcnl and before Work is started.
a. The meeting will be schec�uled and admznistered by the City' Consultant.
2. T�e �'roject Rcpresentative will preside at tk�e meeting, prepare the notes of t1�e
meeiing and distribute copies of same to all participants vv�o so request by fully
completing the attendance form to be circulated at the beginning of the mecting.
3. Attendance shall include:
a. Project Re�resentative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representativcs whom the Cantractor may desire
to invite or the City may request
C1TY OP FORT WORTH Commandet Rd — Midfield Stage 2
STANDARD CONS1'IZUCTTOII SPECINICATION DOCUMENTS Ciry Project No. 101644
Revised August 17, 20i2
U131 19-2
PRECONSTRUC"1'TON MI?ETING
Page 2 of 3
1
2
3
�
5
6
7
8
9
1p
li
12
13
14
15
16
17
I8
19
20
21
22
23
24
25
26
27
28
24
3a
31
32
33
34
35
36
37
3$
39
40
41
42
43
44
45
e. Other City representatives
f. Others as appzopriate
4. Constructioz� Schedule
a. �'repare baseline construction schedule in accordance vvith Section O1 32 16 and
pro�ide at Preconstruction Meetin�.
b. City will notify Contractor of any sck►edule changcs upon Notice of
1'reconstt-uction Meeting.
5. Preliminary Agenda may i�aclude:
a. Introduction of Proj ect Personnel
b. Genera� Description of Project
c. Status of right�of-way, utility clearances, easemez�ts or other pertinent permits
d. Contractor's work plan and schedule
e. Co�tract Time
f. Notice to Proceed
g. Construction Staking
h. 1'rogress Payments
i. Extra Work and Change Order Proeedures
j. Field Orders
lc. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plaias
t. Confined Space Entry Standards
u. Coordinaiion with the City's representative fox operations of existing water
systexns
v. Storm Water Pollution Prevention Plan
w. Coordination with otl�er Contraciors
x. Early Warning Systerra
y. Contractor Evaluation
z. Special Conditions applicable to fhe project
aa. Damages Clazms
bb. Subr�nittai Procedures
cc. Substilution Procedures
dd. Co�rrespondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. 1VIIWBE or MB�/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Cox�nments
CITY OF FOR1' WORTFI
STANi)AKD CONSTRUCTION SPECICTCATION DOCUMENTS
Revised 1�ugust [ 7, 2012
Coinmander Itd - Midfield Stage 2
City 1'roject No. 101644
07 31 f9-3
PE�CONSTRUCTION MEF."FI1VG
Page 3 of3
1 l.5 SUBMITTALS [NOT USED]
2 l.G ACT�ON SUBMITTALS/INFORMATIONAL SUBMITTALS rNOT US�D]
3 1.'� CLOS�OUT SUBMI.TTALS [NOT US�D]
4 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORA.GE, AND HANDLiNG [NOT USED]
7 1.1i FIELD [SITE] CONDITIONS (NOT USED]
8 1.12 WARRANTY [NOT US�D]
9 YART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
I1
12
DA1'E NAME
13
END OF SECTION
Revision Log
SUMMARY OF CHANG�
CITY OF P4R'1` WOR'1'H Commander Itd — Midfield Sta�e 2
STA3�SDARD CONSTRUCTION Sl'ECIFICATION DOCUMFiAITS City Project No. ]01644
Reviscd Augus[ 17, 2012
O13120-1
PRp7ECT MEETINGS
Page l af 3
SECTION O1 31 20
PROJECT MEETiNGS
PART 1 - GENER.A_I_,
1.� SUMMARY
A. Sectaon Includes:
1. Provisions for project meetings Lhroughout the const�uction peiiod to enable orderly
review ofthe progress of khe Wark and to provid� %r systexx�atic discussion of
potential problems
B. Devzatzoz�s ihis City of Fort Worth Standa�d Specifcation
1. None.
C. Related Specification Sections include, but a�-e no# necessa�•ily Iimited to:
1. Division 0— Bidding Req�irements, Contract Forms and Conditions of tk�e Contract
2. Divisaon 1--- General Require�nents
1.2 PRICE AND PAYMENT PROCEDURES
A. Measure�nent and Payment
l. Work assaciated wilh this Item is considered subsidiazy to the variaus items bid.
Na separate payment will be allowed foz� this Ztem.
1.3 REFERENCES [NOT USED]
1.4 ADMIN�STRATIV� REQUIREMENTS
A. Coordination
1. Schedulc, atiend a�d administer as specified, periodic progress mcctings, and
specially called meetings throughout progress of the WQrk.
2. Representatives of Co�1Y�•actor, subcotitractors and suppliers attending meetings
shall be qualified and authorized to act on beha�£ of the entity each represents.
3. Meetings aclrninistered by City may be tape recorded.
a. If rccorded, tapes will be used ta pz-epare minutes and retaincd by City for
future reference.
4. Mectings, in addition to t.hose speci�ed in this Section, may be held when rec�uested
by the City, Engincez- o�� Contractor.
B. Pre-Canstruction Neighborhood Meetin�
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Puhlic Meeting with affected residents to:
a. 1'resent projected schedule, including constxuction start date
b. Answer any construction related ques�ions
2. Meeting Location
a. Location of ineeting io be detezmined by the City.
3. AEtendees
CITY UF FORT WORTH Commandcr Itd m Mid6eld Stage 2
STANDAiZC] COI�TSTRUCTION SPECLFICATION DOCUMEIVTS Gity Project No. ifl1644
Revised 7uly l, 2011
O] 3120-2
PRO]�CT MEETIIdG5
Page 2 of 3
a. Contractor
b. Project Represenfative
c. Other City rept•esentatives
4. Meeting Schedule
a. In gene�-a1, the neighboz-haod meeting will occur withi� the 2 weeks %Ilowing
the pre-construction canference.
b. In no case wiIi const��ction be a�lowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetzngs wiIl be held periodically. Mee�ings will be
scheduied and adrninistered by Project Representative.
2. Adctitional 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. Coozdinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolukion of construction issues
e. Equipment appraval
3. The Project Representative will preside at progress meetings, pzepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completzng the attendance form to be ciz�culated 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 Caniractor may desire
to invite oz� the City may �equest
d. Engineer's representatives
e. City's representatives
f. OChers, as requested by the Praject Representative
S. Preliminary Agenda xr�ay include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which iznpedc construction schedule
d. Review of off sitc fabrication, delivery sclxedules
e. Review of consfruction interfacing and sequencing requizements with other
construction contracts
£ Corrective measures and procedures to zegain prajecCcd schedule
� g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination o£ schedules
j. Review submittal schedules
k, Maintena�ice of quality standards
1. Pending chaz��es and substitutions
m, Review propased changes for:
1) Effect on construction schedule and on campletion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay requesl
C1TY OF FORT WORTA Commander Rd— Midfield Slagc 2
STAAIDARI� COA7S"1'Ri7CTION SPEC1�'TCATION DOCUMEN`7'S City Yroject No. 101644
Revised ]uly 1, 201 I
013120-3
PR0IECT ME�"!'INGS
Page 3 af 3
p. R�vzew status of Requests for Info�-mation
6. Meeti�ag Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
i) Additional meetings may be held at the req�est of the:
a) City
b) Engineer
c) Contracioz�
7. M�eting Locat�on
a. The CiLy will esta6lish a meeting Iocation.
1) To the exfent practicable, nieetings will be held at tl�e Site.
1.5 SIdBMITTALS [NOT USED�
1.6 ACTION SUSMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBIVIITTALS [NOT USED]
1.8 MAiNTENANC� MATERIAL SUBMITTALS [NOT USEll]
1.9 QUAL�TY ASSURANCE [NOT USED]
1.I0 DELYVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD jSITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 � EXECUT�ON [NOT USED]
END OF SECTION
Revision �.og
DATF, NAME SUMMARY OT CHANGE
CITY OF �ORT WORTH Commander Rd — Midfield Stage 2
STANDARD CONSTR[7CTiON SP�,CTI'ICATION DpCUMENTS City 1'roject No. 101644
Revised .1uly 1, 2011
0132 ]6-1
CONS`1'R[JCTION PROGRESS SCHEDULE
1'age 1 af 5
2
3 PART1- GENERAL
sECTION ox 3z ��
CONSTRUCTION PROGRESS SCH�DULE
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
1. None.
12 C. Relaied Specification Sections include, but are not necessarily limiled to:
13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1-- General Requirernents
15 1.2 PRIC� AND PAYMENT PROCEDURES
I6 A. Measurement and Pay�nent
17 1. Work associated wikh this Item is considered subsidiary to the vaz�ious items bid.
18 No separate payinent will be allowed for this Itern.
19 1.3 REFER�NCES
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3$
39
40
1. General requirements for the preparation, submittal, updating, status reporting and
managezxient of the Construction Progress Schedule
2. Speci#ic requirements are presented in the City of Fort Worth Sck�eduIe Guidance
Document
B. Deviations from this City of Fort Wor� Standard Speci�cation
A. Definitions
�
3
Schedule Tiers
s"�: �'-tC�' l�T,. �..l,o,]„ta �„1..,.,.rt t «.,,a 1... ,. „+,-..,.+ e,Y,.,li 1�„-;af.7,,.-.,r;..,,
�
��
� ,
f,.,;io.,�.,wa.a,,...,, a.,,,,ii �,,.;o�a,,...,+.,,,,,, a,..�
. ,
c. Tie�• 3- Schedule submittal rec�uired by contract as described in the
�pecificafion and herein. Majority of City projecis, including all bond program
proj ects
��r:,,.. � e„Ho,�„ro �.,�.�..;ft.,i ,-o ,- a r,.. „�.r,-n,.+_.�n_aan,..„H,,,a ,�, r�,�
� •
r.4or�.�.r.v.r.nf.�.r. i-.� .� r.��or_rr ..fn� c�s.4.iY.
rcrc �
E��e� � c„t,o.�„io n„�..,,� F,.i ,. ..o,� t-.t, ,. ,,,�..,,,+ .,� ao�,.,-;�.°a ;,, +�,,.
C',-.o..;f:,..,�.,,.. ,...,# t,.,,.,,.., T ., ,,.�17�,..,.o,-.....,.,,.,1�., .� ....t� ...:t�l, 1�,,,..
. `"ccc�r�rxcx.rxvr R�j
,7,,,-.,+;,.9.., 1.;..1. .�...l,l;., , ,,;l.;l:+�,
�
,� �..,, .,i„ .,�,+ ; „i,,,�o ., ,�..,.. „�+o., .,+o�. +,-o„+�..o�,t ,-.i�.,+
Baselinc Schedule - Initial schedule subnnitted before work begins that will scrve
as the baseline for measuring progzess and departures from the scheduie.
Progress Schedule - Monthly sub�nitlal of a prpgress schedule dacumenting
progress on the project and any changes anticipated.
CITY OP FORT WORTH Commander Rd — Midfield Stage 2
STA�VDAit[J CONSTRUCT[O�! SPECIFICATION DOC�LTMENTS City Project No. ] 0[ 644
Revised JEily 1, 2Q11
0132l6-2
COIVSTI2UCTION PROGRESS SCHEDULE
Page 2 of 5
1
2
3
4. Schedule Narrative - Conczse narrative of the schedule including schedule
changes, expected delays, lcey schedi2le issues, critical path items, etc
B. Keference Standards
4 1. City of Fort Warth Schedule Guidance Document
5 1.�4 ADMIN�STRATIVE REQUYREM�NTS
6
7
8
9
IO
11
12
13
14
15
16
17
I8
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�41
42
43
44
45
46
A. Baseline Schedule
General
a. Prepare a cost-Ioaded baseline Schedule using approved software and the
Criticai Pxth Method (CPM) as requzred i� the City af Fort Worth Schedule
Guidance Docu�nent.
b. Review the draft cost-loaded baseline Schedt�le with the City to demonstrate
understanding of the woz-lc to be performed and known issues and constraints
rrelated to the schedule.
c. Designate an authorized representative (Froject Scheduler) responsible for
developing and updating the schedule and preparing reports.
B. Prpgress Schedule
1. Update the progress Schedule monthly as requzred i� the City of Fart Worth
Schedule Guidance Document.
2. Prepare the Schedule Narrative to acco�pany the monthly progress Schedule.
3. Change Orders
a. Incorpoxate approved change orders, resulting in a change of cantract time, in
the baseline Schedule in accordance with City of Fort Worth Schedule
Guidance Dacument.
C. Responsibiiity for Schedule CompIiance
1. Whenever it becomes apparent from the cuzxe�nt pzogress Schedule and CPM Status
Report that delays to the critical path have resulted and the Contract cornpletion
date will not be met, or when so directed by the City, make some or all of the
following actions at no additzor�ai cost to ihe City
a. Submii a Recovery �'Ian to the City far approval revised baseline Schec�ule
outlinzng:
I) A written statemenE of the steps intended to take to remove or arrest the
delay to the criticai path in the approved sched�le
2} Tncrease construction rnanpower in such quantities and crafts as will
substantially eliminate the backlog of work and retunn cu�rrent Schedule to
meet projected baseline completion dates
3) Increase the number of working hours per shift, shifts per day, working
days per week, the amo�nt of construction equipment, or any combination
of thc foregoing, sufficiently to substantially eliminate the bacldog of work
4) Reschedule activities to achieve maximum practical concurrency of
accoznplishment af activities, and comply with the revised schedule
2. If no written statement of the steps intended to talce is submitted when so requestcd
by the City, the City may direct the Contractor to incrcase the level of effort in
manpower (trades), equipment and work schedule (overtizne, wee�Cer�d and holiday
work, etc.) to be einployed Uy the Contractor in order lo reznove or az�-est the delay
to fhe critical path in the approved schedule.
a. No additional cost for such worlc wiI� be considered.
CITY OF FOtt"1' WORTF� Camniander Rd — Midfield Stage 2
S'1'ANDARD COiVSTRUCTION 3PSC1FICA'TION IIOCUM�NTS City Project No. ] 01644
Revised Ja�ly l, 2011
Q13216-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
D. The Cantract coxnpletion tirz-�e wi11 be adjusied only for causes specified in this
2 Co�tract.
3 a. Requests for an extension of any Contract completion date must be
4 supplemented with t�e following:
5 1) Furnish justi�cation and supporting evidence as the City may deem
{, necessary to determine whether the zequested e�tension of tixzle is entitled
� under the provisions o�this Contract.
g a) Tlae City wi11, after receipt of such justification and supporting
g evidence, make �ndings af fact and will advise the Contractor, in
10 . writing thereof.
11 2) If the City finds that the requested extenszon of time is entitled, the City's
12 detertnination as to the tatal niunber of days allowed �ar the extensions
13 shall be based upon the approved total baseline sclaedule and on a11 data
X4 relevant to the e�tension.
15 a) Such data shall be included in the nex# updaiing of the Pragress
� 6 schedule.
17 b) Actual delays in activities wlaich, according to the Baseline schedule,
1 g 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
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
2. Submit each request for change in Co�tract completion date to ihe City witkain 30
days after ihe beginnir�g of the delay for which a time extensian is requested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted wvithin
the foregoing time liinit.
b. I'rom time ta time, it m.ay be necessary for the Contract schedule or compietion
time to be adjusted by the City to reflect the ef£ects of job conditions, weather,
technical difficulties, striiccs, unavoidabie delays on the paa�t of the City or its
representatives, and other unfareseeable conditions which may indicate
schedule adjustn:�ents or completian time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
work or Contraet completion time to reflect the cha.t�ged conctitzons and thc
Contractor shall revise his schedule accordingly.
a} No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contz�act time
extensions beyond the actual completion of unaffected worlc, in wlaich
case the Cox�tractor shall take all possible action to minimize any time
extension and any additianal cost to the City.
b) Available �loat tiine in the Baseline schedule may be used by lhe City
as well as by the Contractor.
3. Float or slack time is def ned as the amount of time between the earliest start date
and the latest start date or between khe earliest finish date and the latest �nish date
of a chain of activities on �e Baseline Sclaedule.
a. P'loat or slacic time is not for the exclusive use or benefit of either the
Contractor or the City.
b. 1'roceed with work according to early start dates, and the City shall have the
right to rescrve and apportion float time according to thc needs of the project.
C1TY OF FORT WORTH
STANUAItD CONSTRUCTION SPECIFICAT1dN DQCUMCNI'S
Itevised Jnly 1, 2611
Commander Kd — Midfield Stage 2
City ProjecE No. 10164�}
O1 32 16-4
CONSTRUCTION PR�GRI?SS SCHSDUI.E
Page 4 of 5
1
2
3
4
5
6
7
8
9
10
lI
12
13
14
J5
16
17
c. Acknowlecige and agree that actual delays, affectiz�g paths of activities
contaaning float tirne, will not have any effect upo� contract completion times,
providing that the actual delay does not exceed tk�e float time associated with
those activities.
E. Coordinating Schedule with Other Contract Schedules
1. Where worlc is to be perforrried under this Contract concurrently vvith or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shall be coardinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriaie cont�acts from the City for the
preparatian and updating of Baseline schedule and rnake the required changes
in his schedule when indicated by changes in corres�onding schedules.
2. Tn case of interference between the operatio�s of different contractors, the City will
detern�ine ti�e work priority of each conizactor and the sequence of wark necessary
t� expedite the completion of the entire Project.
a, ln such cases, the decision of the City shall be accepted as final.
b. Thc temporary delay of any worlc due to such circuinstances shall not be
considered as justiiication for claims for additional coznpensation.
18 1.S SUBM�TTALS
19 A. Baseline Schedule
Za
21
22
23
24
25
1
2
26 B. Progress Schedule
27 1. Submit progress Schedule in native file forixaat and pdf format as required in the
Zg Ciry of Fort Worth Schedule Guidance Document.
29 2. Submit progress Schedule monthly no later than the last day of the month.
30
31
32
33
34
35
36
37
38
39
C. Schedule Narrative
Submit Schedule in native file format and pdf format as required in the City of �'ort
Worth Schedule Guidance Document.
a. Native file £orrnat includes:
1) Primavera (P6 or Primavera Contractor}
Submit draft baseline �chedule to City prior to tk�e pre-construction meeting and
bring in hard copy to the meeting for review and discussion.
1. Subxxait the schedule narrative in pdf format as required in the City of Fort Worth
Sck�edule Guidance Document.
2. �ubznit schedule narrative monthly n.o latcr than the last day of the inon:th.
D. Submittal Process
1. The City administers and managcs schedules througli Buzzsaw.
2. Cantractor shali submit documents as required in the City af Fort Worth Schedule
Guidance Document.
3. Qnce the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
CITY OF' I'OR'f WOIL`1'I�
STt\NDAR� CO1VS'I'RUCTIO�T SPECIFiCATiON DOCLJiv[�NTS
Revised.Tuly 1, 2011
Comn3ander Rd — Midfield Stage 2
City Praject No. 101644
01321b-5
CONSTRUCTION PROGRESS SCHEI?ULE
Pagc 5 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
1�
l.6 ACT�ON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUSMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising the construction Progress �chedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in tbis Specification shall be prepared,
updated and revised to accurately reflect the perfonmance of the construction.
C. Cantxactor is responsible for the qualily of all submittals in this section aneeting the
standard of caxe for the construction industry for simiIar pro�eefs.
1.l Q DELIVERY, ,STORAGE, AND HANDLiNG �NOT USED]
�.11 FI�LD [SITE] CONDITI�NS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - i'RODUCT� [NOT USEDJ
15 pART 3- EX�CUTION �NOT US�D]
16
17
DAT� NAME
18
END OF SECTION
Revision Log
SUMMARY OF CHANGE
CiTY OF F012T WORT�I
STANDARD CONS'1'RUCTION Si'ECIPICA�'iQN DOCl71Va�N1'S
Revised Juky 1, 2QI l
Commander ltd — Midficld Stage 2
City Projecl ido. 1D16�4
003215-0
COIVSTRl3CTIaN PFtQGRESS SCH�DUL�
Page 1 of 10
SECTION QO 32 15
CONSTRUCTiON PROJECT SCHEDUI,E
PART1� GENERAL
�.1 SUMMARY
A. Seciion Includes:
i. General requirenrients for the preparation, submittal, updating, status reporting and
management of the Const�'uction Project Schedule
B. Deviations from this City of Fort Worth Standard Specification
� . None.
C. Related Specification Sections include, but are not nacessarily limited to:
1. Division 0-- Bidding Requirennents, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
D. Purpose
The City of Fort Worth {City) is committed to delivering quality, cosi-effective
infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
properly structureci schedule with accurake updates. This supports effectzve monitaring
of progress and is input to cr�tical decision making by the project manager throughout
the ]ife oFthe project. Data from the updated project schedule is utilized in status
reporting to various levels of the City organization azjd the citizenry.
This Document com�lements the City's Siandard Agreerrient ta guide the construction
contractor (Contractor) in preparing and s�bmitting acceptable schedules for use by t�e
City in project delivery. The expectation is the performance of the vvork follows the
accepted schedu�e and adhere to the contractual timeline.
The Contractor wiii designate a qualified representative {Project Scheduler) respansible
for developing and updating the schedule and preparing status reporting as required by
�he City.
1.2 PRYCE AND PAYMENT PROC�Di7RES
A. Measurement and Payment
1. Work assaciated with this Item is considered subsidiary ta t11e various items bid.
No separate payment will be allowed fQr this Item.
2. Non-compliance with this speci�cation is grounds for City to with�old payment of
the Contractat's invoices until Contractot• achieves said compliance.
1.3 REFERENCES
A. Projact Schedules
Each project is repeesenied by City's master p��oject sched��le that encoinpasses the
entire scope of activities envisioned by tl�e City to properly deliver the work. When the
City contracts with a Contractor to perform construction of the Work, the Cantractor
CITY OF �'ORT 4VOIt'fH Commander Rd — MidGeld 5tage 2
STANDAILD SYEC]FICA"fION City Project Na. 101b4�3
[tevised JU LY 20, 201 S
0032 tS-0
CONSTRUCT[ON PKOGRESS SCH�DUL�
Page 2 of ld
will develop and maintain a schedule far their scope of work in alignment witY� the
City's standard sc�edule requirements as de�ned herein. The data anci informatian of
each such schedule will be leveraged and becoine integral in the master project
schedule as deeix�ed appropriate by the City's Project Contt•ol Specialist and approved
by the City's Project Manager.
Master Praject Schedule
The master project scl�eduie is a k�olistic representation of the scheduled activities
and milestones %r the total projecl and be Critical Path Method (Ck'M) based. The
Ciiy's Project Manager is accountable for oversight of the development and
maintaining a master project schedule for each project. When the City contracts for
the design ax�d/or constructian of the project, #he nrzaster project schedule will
incorporate elemen#s of the Design and Construciion schedules as deemed
appropriate by the City's �roject Control Specialist. The assigned City Project
Control Specialist creates and mai�tains the master project scheduie in P6 (City's
scheduling software).
2. Construction ScY�edule
Tk�e Contractor is responsible for developing and nxaintainin� a schedule for the
scape ofthe Contractor's contractual requirements. The Contractor will issue an
initial schedule for eeview and acceptance by the City's Project Control Specialist
and the City's Project Manager as a baseline schedule for Contractor's scope af
r�vark. Contractor will issue current, accurate updates of t�eir schedule (Progress
Schedule} to the City at the end of each month throughoui ihe life of their work.
S. ScheduIe Tiers
The City has a portfolio of projects that vary vvideiy in size, complexity and content
requiring different scheduling ta effectively deliver each project. The City uses a
"tiered" approach tn align the proper sclaedule with the criteria fo�' each project. The
City's Project Manager determines tiae appropriate schedule tier for each project, and
inciudes that designation and the associated requirements in the Contractor's scape of
work. The following is a summary of the "tiers".
1. Tier 1: Small Size and Short Duration Project {design not required)
The CiLy develops and maintains a Master Project Schedule for the project. No
schedule submittal is required from Coni�•actor. City's Project Cantrol Specialist
acquires axjy necessary scheduie status data or ii�formation throu�h discussions with
the respective party on an as-needed basis.
2. Tier 2: SmaIl Size and Short to Medium Duration Project
The City develops a�nd maintains a Master Project Schedule far the project. The
Contractor identi�es "start" and "finish" milestone dates on key elements of their
wark as agreed with the City's Project Manager at the kici�off of their work effart.
The Contractor issues to the City, updaies to the "start" and "finisk�" dates for such
nr►ilestones at the end of each month thraughout the life of their wark on the project.
3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
"I'he City develops ai�d maintains a Master Project Schedule for the project. The
Cantractor develops a Baseline Schedule and �naintains the schedule of their
respective scope of vvork on the project at a level of detail (generally Lev�l 3} and in
Cl"CY OP FOKT WORTH Comtnander Rd— Midficld Stage 2
STANDARD SPECIPICATIOAI Ciiy Pro.jectl�a 101644
Revised .il3LY 20, 2018
OP32 ]5-0
CONST[tUCTfON PROGRESS SCII�llUL�
Page 3 of 10
alignment with the WBS siructure in Section 1.4.H as agreed by the Project Manager.
The Contractor issues to the City, upciates of lheir respective schedule (Progress
Schedule) at the end of each monit� throughout the life of their work on the project.
C. Scheduie Types
1'roject delivery far the City utilizes two types of schedules as noted below. The City
develops and maintains a Master Pt•oject Schedule as a"baseline" schedule and issue
monthly updates to the City Project Manager {end of eac� �nonth) as a"progress"
schedule. The Contractor prepares and submits each schedule type to fulfill tlaeir
contractua� requirements.
1, Baseline Schedule
The Contractor develops and subxnits to the City, an initial schedule for their scope
of t�or� in alignment vvith this specification. Once reviewed and accepted by tIae
City, it becomes the "Baseline" sched�zle and is the basis against which all progress
is measured. The baseline schedule will be updated when there is a change or
addition to the scope of work impacting tl�e dura#ion of the work, and only after
receipt af a duly authorized change order issued by the City. Ix� the event progress is
significantly behind schedule, the City's 1'roject Manager may authorize an update
to the baseline schedule to facilitate a more practical evaluation of progress. An
example of a Baseline Schedule is provided in Specificatian DO 32 15.1
Construction Aroject Schedule Baseline Exannple.
2. Progress Sch�dule
The Contractoz- updates their schedule at the end of each month to represent tl�e
progress achieved in the work which includes any impact frorx� authorized cllanges
in tl�e work. The updated schedule must accurately reflect the current sLatus of the
work at that point in time and is rreferred to as the "Progress Schedule". The City's
Project Manager axzd Project Control Specialist reviews and accepts each progress
schedule. In the event a progress schedule is deemed x�ot acceptable, the
unacceptable issues are identi�ed by the City within 5 working days and the
Contractor must provide an acceptable progress schedule within 5 vvorking days
after receipt of non-acceptance notification. An example of a Progress Sclaedule is
provided in Specification 40 32 15.2 Canstruction Project Sched�le Progress
Exa.mple.
l.A CITY STANDARD SCHEDUL� REQUIREMENTS
The following is an overview of the meihodology far developing and maintaining a
schedule for delivery of a project.
A. Schedule Framewark
The schedule will be based on the defined scope of work and follow the (Critical Path
Methodology) CPM method. The Contractor's schedule will align with the requirements
of this specification and will be cost loaderl to reflect their plan for execution. Overall
schedule duration will align vvith the cont�•act«al requireinents for the respective scope of
woz•�C a.fid be reflected in City's Master k'roject Schedule. The Project Number and Name
of the Project is required on each schedule and must match the City's project data.
B. Sched�le File Name
GITY OF PORT WOKTH Commander Rd — Midtield Stage 2
STANllARI) Sl'ECIFICATION City Project No. 1U1644
Revised JULY 20, 2018
p03215-0
CONS7'Iti3CTION PROGRE55 SCIIHllULi:
Page 4 of 10
AII schedules submitted to the City for a praject will have a file name that begins with the
City's project num6er followed by the na�ne of the ps�oject followed by Gaseline (if a
baseline schedule) or the year and month (if a progress schedule), as shown below.
o Baseline Schedule File Name
Format: Caty ProjectNumber 1'rojectName Baseline
Example: 101376 No�th Montgomery Street HMA C Baseline
• Progress Schedule File Na��e
Format: City Project Number_Project Naine YYYY-MM
Example: 101376 North Montgoznery Street HMAC_2018_O I
s Project Schedule Progress Narrative File Narrze
Forrr3at: City Project Number_Project Name PN_YYYY-MM
Example: 101376 North Montgomery Street HMAC_PN_2018_01
C. Schedule Templates
The Co�atractor will utiiize the reievant sections fi•om the City's terr�plates provided in the
City's document naanagemeni system as the basis for creating their respective project
schedule. Specifically, the Contractor's scl�edule will align with t�e Iayout of the
Construction section. The templates are identified by type of project as noted beiow.
� Arterials
� AvEatio�n
e Neighborhood Streets
• Sidewalks (later)
• Quiet Lones (later)
o Street Lights {later)
� Intersection Improvements (later)
� Parks
� Storm water
o StXeet Maintenance
� Traffi c
s Water
D. Schedule Calendar
`I'he 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
T�ing, Memorial, Independence, Labor, Thanksgiving, day after Thaa�ksgiving,
Christmas). The Contractor will establish a scheduie calendar as part of the schedule
development process and p��ovide to tY►e Project Controi Specialist as part of tbe basis for
their schedule. Variations between the City's calendar and the Contractor's calendar
must be t•esolved prior to Che City's acceptance af their Baseiine project schedule.
E. WBS & Milestane Standaxds for Schedule Development
The scope of work to he accomplished by the Contrac#or is repr�esented in the schedule in
the form af a Work Breakdown Structure {WBS). The WBS is the basis for the
developanent of the schedule activities and sllall be imbedded and depicted in the
schedule.
CiTY OF C'OlZT WORTII Commander Rd — MidCcld Sta�,e 2
STAIVDAIZD SP�,CIFICA'f[ON City Project IVo. 1016�4
Revised .![JLY 20, 2018
00 32 l5 - p
CONSTRUCTION Pk20GTLti,SS SCHEDULE
Page 5 of lfl
The fo]lowing is a summary of the standards to be followed in preparing and maintaining
a schedule for project delivezy.
Contracior is required to utilize the City's WBS structure and respective project type
template for "Construction" as shown in Section 1.4.H below. Additiona� activities
may be acEded to Levels 1- A� to accominodate the needs of the organizatiion executing
ihe work. Specifically the Contractor will add activities under WBS XXXXXX.$0.83
"Construction Executian" that delineates the acti�ities associated with the various
compar�ents of the work.
2. Contractor is required to adhere to the City's Standard Milestones as shown in
Section I.4.I below. Contractor will include additional milestones representing
intermediate deliverables as required to accurately reflect their scope of work.
F. Schedule Activities
Activities are the discrete elements of work that make up the schedule. They will be
organized under #he umbrella of the WBS. Activity descriptions should adequately
describe the act�vity, and in some cases the extent of the activity. Aii activities are
logically tied with a predec�ssoz- and a successor. The only exception to this rule is for
"project siart" and "project fnish" milestones.
The activity duratian is based on the physical amount of work to be perfarmed for the
stated activity, with a maximum duration of 20 working days. [f the work for any one
activity exceeds 20 days, break that activity down incrementally to achieve thzs duration
constraint. Any exception to this requires review and acceptance by the City's Project
Control Specialist.
G. Change Oz-ders
When a Change Order is issued by the City, the itnpact is incarporated into the previously
accepted baseline schedule as an update, to clearly show impact to the project timeline.
The Contractor submits this updated baseline schedule to the City for review and
acceptance as described in Section 1.5 belaw. Updated baseline sched�zles adhere to the
following:
1. Time extensions associated with approved cox�tz�act �odif[catiqns are limited to the
actual amount of iime the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. Tl�e re-baselined schedule is subinitted by the Contractor within ten workclr�ys after
the date of receipt of the approved Change Order.
The changes in ]ogic or durations approved by the City are used to analyze the impact
of the change and is included in the Change Order. The coding for a n�w activity{s)
added to the schedule for the Change Order includes t�he Change Order number in the
Activity ID. Use as naany activities as needed to accurately show the work of the
Ci�ange Order. Revisions to the baseline schedule are not effectiv� until accepted by
the City.
I-T. City's Worlc Breakdown Structure
CITY OP PORT W0127'H Commander Rd — Midfield Stage 2
S`CAt�IDAI2D SPECIFICATION City Project No. 101644
Reviscd JULY 20, 2018
003215-0
CONSTRUCTIOI�I PROGRESS SCHEDULE
Page 6 of Ip
WBS Code WBS Name
XXXXXX Project Name
XXXXXX.30 Design
XXXXXX30.10 Design Contractor Agreeme�t
XXXXXX30.20 ConceptuaI Design {3q%}
XXXXXX.3030 Prelimi�ary Design (60%)
XXXXXX30.40 Final Design
XXXXXX30.50 Environmental
XXXXXX.30.60 Pernaits
XXXXXX.30.60.10 �ermi�s - Identification
XXXXXX.30.60.20 Permits - Review/Approve
XXXXXX.40 ROW & Easemenis
XXXXXX.40.10 ROW Negotiations
XXXXXX.44.20 Condeznnation
XXXXXX.70 Utility Relocation
XXXXXX.70.10 CJtiiity Relocation Co-ordination
XXXXXX.SO Construction
XXXXXX.80.81 Bid and Award
XXXXXX.S0.83 Constructior� Execution
XXXXXX.80.85 Inspection
XXXXXX.80.86 Landscaping
XXXXXX.90 Closeout
XXXXXX.90.10 Construction Contract Close-out
XXXXXX.90.40 Design Contract Ciosure
1. City's Standard Mil�stones
The following milestone activities (i.e., important events on a project t�af tnark critical
points in time) are oF particular interest to the City and inust be reflected in the project
schedule for all phases of work.
Activity ID
Desig�u
3D20
3040
31Q0
3120
3150
3160
3170
322d
3250
32b0
C1TY OP FORT WORTH
STANDARI) SPECI�'ICATION
Revised JULY 20, 2018
Activitv Name
Award Design Agreement
Issue Notice To Proceed - Desigr► Engineer
Design Kicl�-off Meeting
Submit Coz►ceptuai Plams to Utilities, ROW, Traf�c, 1'arks, Storm Water,
Water & Sewer
Peer Review Meeting/Design Review meeting (tecl�nical}
Conduct Design Public Meeting #1 (required)
Conceptual D�sign Coniplete
Submit Preliminary Plaz�s and Specifications to Utilities, ROW, Traffic,
Parks, Storm Water, Water & Scwer
Conduct Design �'ublic Meetin� #2 (required}
Preliminary Design Co�r►plete
Commander Rd — Ivlidfield Stage 2
City Projcc# No. ] 0 f 644
003215-0
CO�IS'IRUCTION C'ROGRESS SCHEI7ULE
Yage 7 of 10
3310 Subinit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
3330 Conduct Design PL►blic Meeting #3 (if required)
3360 Final Design Complete
ROW & Easemc�ts
4000 Right of Way Start
4230 Right of Wa� Complete
Utilify Relocation
7000 Utiji�ies Start
7120 Utilities ClearedlComplete
Construction
Eid and Awa�rd
8110
8150
8240
Start Advertisement
Conduct Bid Opening
Award Construction Contract
Construction Execution
8330 Conduct Constructi�n k'ublic Meeting #4 �'re-Construction
8350 Consiructio�a Start
8370 Substaxitiai Completion
8540 Construction Completion
9130 Notice of Completion/Green Sheet
9150 Construction Contract Closed
9420 Design Cantract Closed
1.5 SUBMITTALS
A. Schedule Subnriittal & Revievv
The City's Pz�oject Manager is responsible for reviews ar�d acceptance of the Contractor's
schedule. The City's Froject Control Specialist is responsible for ensuring aSignment of
the Contractor's baseline and progress schedules with the Master Froject Schedule as
support to the City's Project Managee. The City �•eviews and accepts or rejects tbe
schedule within ten workdr�ys of Contractor's submittal.
Schedule Format
The Contractor will submit each schedule in two electronic for�ns, one in native file
formai (.xer, .xml, .mpx} and the second i�� a pdf format, in tlae City's document
management system in the lacation dedicated for this purpose and identi�ed by the
Project Mana�er. In the event the Contxactor does not use Primavera P6 or MS
Project for schedt�ling purposes, the schedule information xnust be submitYed in .xls or
.xlsx forinat in compliance with the saznple layout (See Specification 00 32 115.1
Construction Project Scheduie Baseline Example}, including activity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractor will develop theie schedule for tl�eir scope af work and submit their
initial schedule in elect�onic form (in the �ile fo��mats no�ed above), in tha City's
docu�nent management system in ihe location dedicated For this purpose within ten
workdays of the Notree afAwarct.
Commander ltd — Midfield Stage 2
C1TY OF FOCZT WOItTH Cjty Prnject No. 101644
STANDAI��] SYECIFICATi ION
Revised JUT..Y 2Q, 2UL8
003215-0
CONSTRUCTION P120GRESS SCfIE1�UL�
Yage $ of 10
The City's 1'roject Manager and Project Control Specialist review this initial schedule
to determine alignment with the City's Master Project Schedule, including format &
WBS structure. Following tl�e City's review, feed�ack is provided to the Contracior
far their use in finalizin� their initial schedule and issuing (within five workdc�ys} their
Baseline Schedule for �nal review and acceptance by the City.
3. Yrogress Schedule
The Contractor• will update and issue their �roject schedule (Progress Schedule) by the
last day of erreh month #hroughout the life of their work on tk�e project. The Progress
5chedule is submitted in electronic form as noted above, in the Cify's document
managernent system in the location dedicated for this pl�rpose.
The City's Project Contral team reviews each Progress Schedule for data and
infarmation that support the assessment of the update to the schedule. In the event
data or i�farmation is missing or incomplete, the Froject Controls Specialzst
communicates directly with the Contractor's scheduler for providing same. The
Contractar re-submits the corrected Pragress Schedule within S workd�ys, fol�owing
#he submittal process i�ated above. The City's Project Manager and Project Control
Specialist review the Contractor's progress schedule far acceptance and to monitor
performance and progress.
The following list of items are required to ensure proper status information is
contained in the Prpgress Schedule.
� Baseline Start date
� Baseline Finish Date
� °/a Complete
m Float
� Activity Logic (dependencies)
� Critical Path
� Activities added or deleted
• Expected Baseline Finish date
s Variance to the Baseline Finish Date
B. Monthly Constsuctip�� Status Report
The Coniractar submits a written status repo�t (referred to as a progress naz�ative) at the
end of each month to accompany the Progress �chedule submitial, ��sing the standard
for�nat provided in Specification 00 32 153 Construction Project Schedu�e Progress
Narraiive. The content of the Construction Project Schedule �'rogress Narrative should
be concise and complete to:
s Reflect the current status of the work fqr the reporting period (including actual
activities started and/or completed during the reporting period}
s �xpiain variances fror�n the baseline on critical path activities
e �xplain any potential schedule cqnflicts or delays
m Descrzbe recovery plans where app�•opriat�
� Provide a sua�amary forecast of the work to be achieved in the next reporting period.
C. Submittal Process
CITX OP FpIiT WORTH Commander Rd — Midfield 5tage 2
STAN]]ARD SPECI�'ICA'I'ION City Project No. 101644
ReviscdJUL'Y 2D, 20l8
00 32 15 - 0
CONSIRUCTIOM PROGRESS SCI iGDULE
Page 9 of 10
� Schedules and Monthly Construction Status Reports are submitted in Buzzsaw
fol�owing fhe steps outlined in Specification 00 32 15.4 Construction Project
Schedule Submittal Process.
• Once the project has been compleCed and Final Accepiance has been issued by the
City, no fur�her progress schedules or constz-uctio� status reports are required from
the Contractor.
1.6 ACTION SUBMITTALS/INI+ORMATIONAL SUBM�TTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT U�ED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising tl�e Contractor's Pi•aject Schedule shall be
experienced in the preparation of schedules of similar comple�ity.
S. Schedule and supporting aocuments addressed in this Specification shalI be prepared,
updated and revised ta accurately reflect the perfonx3ance of tt�e Contractor's scope of
work.
C. The Contractor is responsible for i�ae q��ality of all submittals in this section meeting the
standard of care foz tk�e construction industry for similar projects.
1.10 DELIVERY, STOHAGE, AND HANDLING [NOT USED]
1.11 FI�LD [SITE] COND�T�ONS [NOT USEDj
1.12 WARRAIVTY [NOT USED]
1.13 ATTACHMENTS
Spec 00 32 15.1 Construction Project Schedule Bas�liz�e Exannple
Spec 00 32 15.2 Construction Project ScheduIe Progx�ss Example
Spec 00 32 15.3 Construction Project Schedule Progress Narrafive
Spec 00 32 15.4 Construction Project Schedule Submittal Process
PART 2 - PRODUCTS [NOT USED]
PART 3 - �XECUTION [NOT iTSED]
END QF �ECTYON
CI"I'X OF hQfi"I' WORTH Cammander Rd — MidCeld Stage 2
S7'ANllARD SPECIFICATION City ProjccfNo. Ip1644
Revised ]ULY 20, 2018
oa3z Es-o
CONSTKUCTION PItOGRESS SCH�DUI�E
1'age EO of 10
Revision Log
DAT� NAME SUMMARY O�' CHANGE
July 20, 20� $ M. Jarrell Initial Issue
C1TY O�' �'ORT WORTH Commander Itd — Miditeld Stage 2
STAI+lDARi]ST'ECIFICATION CityProjectl�io. i01G44
Revised .TUI.Y 20, 2018
QO 32 l5. [ - 0
CONSTi2UCTION PROGRESS SCH�,DULE—I3ASEL[t�IE EXAMPT.E
Pa$e 1 of 5
SECTI�N 00 32 I5.1
CONSTRUCTION PROJECT SCHEDULG — BASELJNE EXAMPLE
PARTI- GENERAL
The following is an ��ample of a Contracto�•'s project schedule that illustf•ates the data and
expectation %r schedule content depicting the baseline for the project. This versian of the
schedule is referred to as a"baseline" schedule. This example is intended to provide
guidance for the Contractor when developing and s��bmitting a baseline sc�aedule. See CFW
Speci�cation DO 32 15 Constr«ction Project Schedul� for de#ails and reguirements regarding
the Contractor's project schedule.
C1TY OF FpKT WQRTI [ Commandcr Kd — Midfield Stage 2
STAIV]]AItD CONSTRUCTION SPI:CIFICAI'TON DOCUMCt�I'I'S City Project No. ]01644
Revised JULi' 20, 2018
OD 32 151 - 0
CONSTRUCT[ON YKOGIZESS SCHEDULE — BASELINE EXAMPL�
Page 2 of 5
�
�
� M
i 0
�
� �
U�7 R�
� �
�
�
�
�.
v
�
�
(13
.�,
�
�
�' tll
�� �
� �
� �
1 �
� �
A�5
�" �:]
., �� � � � .,
m �
:3
1�
�
�
�
.�
a
�
ca
�
�
�
!�
�
�
�
��
ei
�
m
e
0
f,5
d}
�
�i]
��
�'
6.
�
� ��
�i } F�ry}� i ia
+J .i f6 i vl
4{ i�5� il O �]
iG a5 aai �� ..�
� � ��y 7 ,�, ' i
? . cy n n� ,
iil ii_ al •, ��� i�i m
� l 'S i � J�' �
�; z '��
., �. •.i�.� . w
ir�i � � ` F - rvl
� �IM � r e� �
�
.,
4
4
�
n �
� �
v ��
Fi �j ;+
� LL � �
{� �`
� . �� n� �
��.�}�L''��
f � F lll ?
t�y���,,;�n
� ���
C 4 � B �} �� �
n �C �• ii 7! n.a
� i • z• n
�' wi�,� i� �+i
i �'
fiE
...,,w�`�.....'i"�,.,..c,�.�.��,;r..^pr.; i.�[,
� ta �
M � • NF
'��� , �a p a�y� a N rQI ti p� i� �. a oI�
o L'tIM r'+ ri ri 1+�Y �4 �i iw xa M� ,. !. ni r� M^S I�i M 9d
��
�i oo s nO �} c+o ��� r� c- nn.: n o
i I �I +!I Cr� �L - � O f� M� " VI J3 • ih fP t
�I {i 6� �} rt�4 �T � r} w Iry r+f iR �s ni �. m m in�+i K] I�
{ W w Ip •• r� � V qp �i� N �i. ' iii { AP 4P .� h• '�, �� i{ ^ D] {i a
t' ii � H �i ':i :i `i � ' � � ;; M n ^ :z :'i �i � � iJ c�,,r:r�'i' �i fii
` ; � � � .� � � � � �' w Y $ h` � w� y� �r : w � �; = w' a � $
y� '-} ,� � 7 7 �� ] i, �j rvj �� �+ ti � � i i Q Q: J-�i o a�i
y S �... tY � r.� {' n. i u' O i3 i� n' � r� �il it [i s �� y� [S �r r
r+
'Y 8■I n. hi m��. iii „��� iq w w� �� �.� � IX1 W��� ., ��� 00 fu .� 0.t o] In
n ri -� ^ b xi 4{' r^' ry� ri N ii iw ry iY R� �� i. �� FA 1'�N �i rt � �
� ry � r � � ra m , f� �.'F � � s� �1 � � � 7 y T '3' '} � �
�, ? i . , �, �, m o, � ,� m
- M �:i I� � n r ii i�. . n� n
� � A Y � •, � � � :q V , � � � ; w 4 ; r, C � � � � , ,.. � � � � �: � � � 4 �
:.k ��� `:�.,�,�.,���, _ � � ��,�.,�.,;I"� �u7r:n��x
�
I
�
�
�
� . � � �'- �
� � � � �r m �
� � � �! ` r�. . k�
4 �� } �. � n � � i: .,
Ai ��� i. �. � � �� �.
�I � i � � �c . 'J� a � �
� �'��: j!1;�rI ��'{ Y�u�S��r �S�� ��gu
V c� �;y I_ � n on k �' �� 13 �€ n� w ° K
I2 C1 ti�a� �i �9
+� � S� i� �� �I 4} n I.:lS y� �' � F ��� I,i +q li t' � �
� a tl' 4 t1 [a fi � r1 O � tl G �_ i5 i
u — N }� C y $' +F IY �] � i] {. C id A � I.T � iT
. � *J �t m I} � IS �� � �J�51 Li � � r � � i — � �� j�';
� � n 'r � n � m n ra d
d
:. w {q M
�
�
V
�
�
� °�
� �
� ]��
� rTr�1
�Yq ^
l l �i
�
� �
� �
iU
�A �
� d
� �
1 �
�
�
�
�
1j��
ae./
C
� �
� �
� � �
�
.�
� �..% �
4 4 A
� � �
�
�
� �
� 'e
� � �
� ��
C
� [p �
'� � �
' �'
CITY OF FOR7"�NOTZTI� Cominander Rd — MidiieEd Stage 2
S'1'ANDAI2D CONSTRUCTION SPECIFICATION DOCUMFNTS City Projecl No. 101G44
Reviscd 7ULY 2U, 2p18
003215.l-0
COIVS"I'RUCi'IO�f PRpGRE55 SCHEDULr - I3ASELINE EXAMYLE
Pagc 3 of 5
00
� M
N
� �
�
� g�
N N
� b"
�
�
�
4
�
a
c�,
�
�
�
�
�
�
�
i��yi�
W
a- `
3�
�
�
�.� g�. � r..� .:� IP �*i u a� .� � ra �, � ea �i .a t+ „.
r�
F� .
+� 1!.i L� �.� � it �1 � �� �'}. ai iqt i.l iS
¢i � �'� Yi u} u: � �] �ti �%i +} �'/ .} rt���' �i �} YI'1�.� nj
n �:
r5� w ry
� y_� �} {��� L+ IJ CI p1 O rr} d ii o� ��lyi d�
�f A1 � {1 li �i �!F ia �r i4 � �� i�� v� MO .5 .'} i�} �8 dn
�r m v.c n� � a� F M�{� µ JpI �r, �.� ��� m v" �n .�i o(}� in �. a. a�
�� N.*i ij � ij �i N ii i� Y} 11 2 �� 2i i{ {� �i N SV i� � N 4V
�; . I'� G� r w � n� � ° �i i5 g � .i. � � ' � � n.
F�`�� v�:�.� �� ��i tt�c�e_ f r� `.�'Clc��"��01 y 49�
� ii �_� W�. � i y F � I � - i " '
i � il - .1 u 5� +1 IV �1 . +} i� ¢ •
u� u) i[: W cl •i 11. J] fn u m m W dl �11 ' 0.' �1� A dl n m QI
�+�1{, i: �,i .� �i �� s J� � f 1 � N�i ' N%i N i� �� N
� i �i � �
x � y; � +' �, � � �!� d� � � :4 Q �V.� � ,? � � LL w �E
oJs.�c''"�' � . N� ii ��'. a� 40' i�'
.� o � ._ - r
� � ,e �[ �n ii en %� r- � � � �u � e.i .`y _ .. F r � =i .r.; � o
! { +r � � � � , u Y ] . � w �� ' � y� � � r I ' ° L . — ' � � e� i . i z ; a a J
I I
I
�
� �
� �
� H
� �
1 �
� �
� t9
� .a.l
fi �
:�.��i
F r p�
I � � a
;��; n
I I E
�
N i�5 �
� � i�i fi �
r i 1' 1 J
� �' m� �.G L �
'n 1" , � r .1�' C�' � �" �' e
I i �.. . � i� h�� 1 h� � n 8 d U
� � u' H 7 �.� � y � � �� � :.. '; � � p, � $�
F ^' �y7 � . �! } °n i � ` � �$}7 .o �a
�� �� � 41 � ��.�i i' P 1L' K��.' ��� }' IJ[ H 5�'r � G3
`-i �: .r j{� , s im n��, mi „f � i_� :o o� o v v
� � � , �, ,�i � I � ;rj r � � � i � ry . � �� j'1 j.j �r � M � �
a � � V a
w
, �„ �.. �..��.. �� ;] ��
q
�I�
� ti u
1 r' +F �
e�i et � " ,.
n
m
cQi N � {fi �
♦ M N
• Y} ��s al
,i� �. 9� m � . '..�
:. � i� n i. ej
r+R cv
k '+ �;_ �i'�
�2 �7�
y1 jh P N TT ..
W 61 �y1 � �n
�.i ri p N; i
��,"�?
�: �� o � � ❑
r�
r{ : F � � ' ti
�
��
��
L•
r
L_ �
L �
� I� a
u �' �
J y{�
� � �
;' � � �
. � � �
� � k `� �
;]��� � � F
�
�
i�jw �a ;.' R
;wiro m `�' V
i 3
� h.
� rn�
um'�i ;
['� p'
.n �:
4�•
{' -F � � �
:. F� ri '7� �'
�� q` � .�`, � 7'
t :- �' �' ! a'
• i il� �s �
`�����r�N;
ti �
�� �:����
' %� �I t � mE
1
. :� .1 i�� ry M;
i'
i
L�
�i
� } n
�� � ii
� u ia
15 S!
+� e7 y _.
i � � � � �
� � � t'
{, � � U
,n 1i
�
�
�
6�i
�
�
ri �--�
� �
d1 �
A �
�p!3 �
�id �
� �
� �
�
� �
i� i �
i �
�
1"�
�
�
�
�
� �
� �
� � �
� � Q7
G.
� � �
� � �
4 � �
�
L �
� �
� � �
�� t�K
.0
� � �
�
S � C.1
� ' �
CITY OF �'ORT WORTH CommanderRd-- Iv[idlield Stagc2
SI'ANDAItD CONSTRiJCT[ON SPECIFICATIONDOCUMENTS City Projecti+fo. i0t644
Rcvised 1[JL'Y 20, 20 ] 8
0032i51-0
CONSTRUCTIOA! PROGIZESS SCHCDC]LE — BAS�LiNE ]?XAMPI.E
Page4of5
CITY OF FOIt"C WORTH Commander Ttd — Niidfield Stage 2
STANDAI2D CONS'1'RUCTION SPECIFICA'fI03d �QCUMEIITS City Project No. 101644
Tteviscd .TULY 20, 201 &
00 3z is.i - a
CONSTRUCI'IQN PROGRL:SS SCIIEllULE—BASELIIVE �XAMPLE
Page 5 of 5
�ND OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. 7a�•rell Tnitial Issue
CITY OF FORT WOI2TH Com�nander Kd — MidCcld Stage 2
STANDARi] CONSTRUCTION SPEGIFIGA'l'ION DOCUMENTS City Projcct No. 101644
Re�ised JiILY 2Q, 2Q l S
DO 32 15.2 - 0
CON�TRUCTI031 PILOGRESS SCIICDULP — P1tOGR�SS �XAMPLE
Page 1 of 4
SECT�ON DO 32 � 5.2
CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE
PART1- GENERAL
`I'he following is an example of a Contractor's project schedule that illustrates the data and
expectation for schedule content depicting tkZ� pz-ogess for the proj ect. This version of the
schedule is reFerred to as a"progress" schedule. This example is inter�ded ta provide
guidance for the Contractor when develaping and subrraitting a progress scl�edule. See
CFW Specification 00 32 15 Construction Project Schedule for details a�d requirements
regarding the Contractor's project schedule.
CI'1'Y OF HOIZ"f �J`i701ZTH Commander Rd — Midfield Stage 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 10l644
Itevised 7ULY 2p, 2018
ao3z �s.2-o
COAfSTRUCTION PROGRESS SCHEDULE - PROGRESS EXAMPLE
Page 2 of 4
�o
r
� ty
N
E �
� ti
�
N
N �
�. L1�
� � I.l
� iA � �..
f
� `�
LL �b
i
�_ ��
�
�
�
U
�
�
�
.4
�
I�.
�
� �,
� �
'� �
� �,
� �
:,3
�
� �
�
a
V
;,,
�
�
�
�
��
�
�
�
e
+.a
�
{n
�
�
.�
N
�
t�.
U l. o o R �0 � I'I •� �I:r� �I N f{ r� r� N 14 r� r� �� !! �I rl �I f1 N�`� F! 1V lY N lY {`�I �� f� f4 q N
�CI p R£} -} �. � p G i 3 + _ � iJ f i �J I, f5 O O�
d[i �� { � T . .. . +'i � ��� �- M � �l $- �D � �.= iv �-'}. W
Cp x- �U.fi � .� .i IH x. ..� .� .i {� .� .. ��� in ��. 1w • iii �� .i n .i .� r� [O 0. '� .. ei n r• �l• [p {p�
� fy:k? +S�;I `+� S' � 'Y h! I:I � :i ti r1 `�� �i �• �i'� i� �i �i 2� i �* � �l � :a ci � � c`� sv�
� " - .
�� w � �> > � i .l � � �'� ��;+ i 'S � y ` ii � `: ��
��� �� � �� :�.�, 7� ��Sx �i���k���= � ��+4��}b����;�� � �TI
s: *i: a�i t�'. u� oi ' . 4.i ri �i �t� {� ��, n. n� .1! ri o 4 w n��„ iii x� � ~� �.'4. E
.�., m _i2' .. _ . . � - - � � ;7��.°°.�° � "�
;i:1t��;�� "F `].�� ::.f:�`;R`�:l f �;,9,^.':"�"`t����: �:l�k1F
7 � ; � F� R �
y��'���h�_ ���������,�n�3�� �r��;���������?�- ���,
�! iS u�s � cs w n c'n - tl . G] F�� Ei'`- � I �J I'i �� - � � �.
GJ ,�� ,� •I � , lin � y� _ x N pp�
d1 m � M1 ���. � �i � .� ? � � �.? ��� � �iT, �F .7!�� � ��{ `� � � � � � � � � � ��
�� � � �4 � �'�:
, , .,_, � . .�.,,r .,��:.,,�,,�.,., ��„ �._,.. ,..u� ,,,E
�.� .�w m . � t� ��. �., n, ,: �, �r .� .� .� � w m 4 � �„ .� .� � �n ��. �� � .� W� m m:
ia S 2� �� i.� � o O� �� .I �.I r�.� h p'� ri ii ri Li il Sv i t �� �F �} •' 4+r �.�
;�������•c+ � �'{.�r}�y'�;�,�� �'#����,�� ������ ���
�
fL f f ti � ,i �i { t � ►ti � � l"'i3 � � ��' ;�a �. �: . ��'i .� � e� rt � �� ;.� � ii :� � fi ��
r � - a: � „ « . ..�. . r � � � . _ . � � r „ d ' v� x� xR � • .� � a�;
o n u p o� i� a'i:� o u o i:; u u:o o�a o� o o a u c� u o n�
i
��i i Ff 19 i }{ +T�.M ' i 5i 'i� � rt.4i !y� i{ � F� � � lii �i Yi �,�j Y iYi IY nJ i`i r R � y�,
�".; n S� � � .-.}� e. � v �� ., i�� �, � �. �• ,� :� :'. b F {'f, ; ;" rt��.-� vi j] '�7 �n �n � � ^.o ''rl ;^ a ra�
�
{3
h
� �
��; ��
li�fj � �
� h
� r.
tf �� '�
,;, �, �
e {' �
is �;
P_ a M1
ki L�� � i1
�w�f�� a� �� r
�.# -��;;�
���,;� �,�'�
[����� �h
�J�t�� n�;F
_ � �v
�
I
;
�
F'i
�
�
�
n
� �
� �
� �
� �
��q �
Vl �
� �
� v�
� �
�
Ql
� �
� �
I �
�
�
�
I
�
a�
c
a� �
�ii �
� � .�
� �
�
� � �
� i� �
�r � s
� i�i� � � �►
�
� � ��� �. a
�;` ^��; i� �� �
�I ni n fi �� p�y; =�t C
r� i� II� 1' ; 4� ;{ .5� ,� .{I M Q '�
� '1 " e n
� � �il* � �� � � � � �.�� 1� �^ r}1 p �ix � V � � � � �
� :' � •, , � - � • , �
��������� ������t�;' ��;�.P�.E,�s ,��a�t� ���i � � �`
� �
� ^1��,��..�..,'�+i��.��'d, ���r������'� "ri*�� � q�i �
� � 9�':i kl R �'f� Ft �:F:'fd }+� � � :� � i'� i^n � � '� +s � �� w. €" hl � � �� d EY U
� 3
� � � � � I
�
,�
CITY OF FORT WORTH Cominander Rd - Midfield Stagc 2
STANDARD CONSTRUCTION SPF..CIFICATION DOCUM�NTS City ProjectNo. 1U1644
Re�ised JULY 20, 20 [ 8
oa 3z is.z - o
CONSTRUCTION YTtOG12E55 SCTi�D1JLE — PROGRESS EXAMPLE
Page 3 of 4
�o
r
G7
[y y�..,
C 0
� �1
� �
ry N
,,. C4.
s
,�
tl,
�
a
�
�
�
Q
�
�
'!'�
��
�
��
d
�
�
� �
.� �}�
� G
� �4'
�, .J
ii •I f! iY C� (y ai +4 !f il iY tV N�i N ii r.l N N+'I Cl�ty �(V lV {.1 FF ff ry
r. r� �p ia io la t, �' .. � �c� u .. ., o .. ,. � �. . �,,"��:� �. � i,�.�, .,
n ..�npo �ua:�o.nry apo !,Q �... � _� .�� n �. .r c mG ... u,i� �� .2,� .F��
f }V fl � N N il �' � N�f4 fY � ry � 'J � �+ }C �I ;�I :�' �.N N N { SL {�
������#,� ��I'�ry� ��� �r.�.. „s ���n�-,�
i 5 v �4 N ,� 1.1 IS � � � �I � ii �� � � �\ �
o �u
o���ppps ��: wmsrp�p ��yq no�oa�.�.��� � o�, mti��. ���„ �,..m
��� N q N N +i R L! ty� i4 {�I { i� i i � i {L i� i 1 {v � i i L�I
�
����� ����������.��}�: , }����
4 ��:- � �,o- _ ��
..�4��..4,,,{,_.,�„�,,.,,.,mo,�- my.��
;�I '] � � � ci '1 :i'�� �I ;] ;; 6 I i � � �'I }. � }•f y kl b; ;^
��p;g 1 g� h h
4s i{tiY4�9 F' �h {f u:�,4ry �� Y�y 8
,,, .,.,�,,, ;s�,,,:'i.. �.s ,,,,
� m w .� �. �.��n m ..� ��� M m o� tn v
5] F: Y�1 � � � :'
"•� � 'n��a'�9�
' k:#Ik� �� ;iS'� 1."s ,
� �.� � ����W ��������.i��
.:i i � s i m w�h ��i h�: ._ i: t�� ti fi�
_ Y ., :�.,� . ..
p G' p�p 8p p� F� C. Sl 0 �� � L J
o ci f �;, f� "c� o
� m ��� " i• m
���i;;�.
� � � 6 �, �
.,,� �.s.�
W � ,
Mry� 4�;�
� � � :��,�
0 o u u v��
��� �t ry �, +� a r,� n r� tv�ty;
.
r. .� � i7 n_, i � q�o�
ro wi.o{ .,� o� a, o� s m v�lm�
� ' {I {i [f � 4� � u N;�.
}� •�
'� '� � � 5 �7 � �{' � � � E� E
ri w ��i s^ �i� �'�rn,
i' �C �c r� � �, �;
:� � � ;t � � � ,4 ��;
F;� �:n ,. �� �e� w,�, w m{�!a, �
�a �� �{� �{ ra �i � I�� fyi�
S i? � � � � ��� � �i4�
„ �'_m-.�•tiU���
.� r w �_ •• p ,�� � �
z�� '.. �s:� " ��
i� �"��, : �:
� i? �a � � 2 � •
� i� �u' f � ' Aa:
n u o:
• � i O �;� � � � � � ir,�y NJ 1V " FM1 r .- N N' - �"i � �' N � Mi .4.{ �i , ` M � � � � .
tY
� [d �i� �n �j' � � ., fi �, .� � �n � ', ��� � �- � .: i � r� �" � p 4n � ' - :, �C .. ��. �; 'N3 "�� �a r � �
� �
II
� � ��
fi � �
R 5� �
N � �
, �.
� N `I
A $ � �; �
� ��?� w�
i' � � �',�� : �. b �,
{, r L , y „�
�i � K $��
� y,� � ' R: � �
" ��l Y�,. �°°�r; ��.� ��;,,� �'!
� �}A���M�: �nE"�°mL" n�,�' � �;;��;�.
� iV! C3. �4 :. +� t' � r� I: hJ 13 �1� li' �
' �" ' � �: � "' � `'' " , �� � �' � 6r `' � �
� � FI'� `� '� �' " � � I'I : `-"i � � '? '� :t -i '!.;.1.:5 �
p�
;��
�L:
i
':� .
� �
� yy O
�'} �
n a e : �r�
�i � � �
�?i n�=�,T
�5 Y �, �!
f Gy ! i !� +a
a� � �
�is ��ii�
��a
� � � �t
4 � � �y
f.l . �
f} �
� � � � r;
�„� ��� ;
� ���,
f. , 1��'I•.b c�
� F �4 F+ ij � r �
� � ,` u: � �. � �
�� � �t� �
� i.:4�
r'� �� ti �} r s',, i
� �� �.�{��' ,
u�
�
�
�
�
�
w
� b
�a �
��
��
� �
A F�
i9 �1
� �
� �
��
��
1 �
I �
�
7"�
�
�
�
�
c
:3 �
�f �
�' � �
� � m
�.
a � E
� � �i
� � �
� � �
�
�
„� c
fl �
� � �
� .� �
�.
m 'ro
� �
� C� l�
' � �
CTTY OF PORT WORTH Commander Rd — Nlidfield 5tagc 2
5TAIV�ARD COtYSTKUCTION SP�CIFICATION DOCUMEN'['S City Project No. 101644
Revised NLY 20, 2018
OD 32 15.2 - 0
CONSTKUCTTON PROGT2ESS SCIIEI7ULE—PROGI2ESS TiXAMPLE
Page 4 of �
END OF SECTION
C1TY OF P'aRT WORTH Commander Rd -- Midficld Stage 2
STEINDA[iD CO�lSTRTJCTION SP�.CIFICATION �OCURhEN`1'S City Project No. 101644
Ttevised NLY 20, 261 S
0032J.5.3-0
— PROGRESS NA[tRAT[VE
Page 3 of i
Reporting Period:
Pro�ect Name:
City Project No:
City Praject Manager:
SECT�4N QO 32, �5.3
CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE
Date Issued:
Company Name:
Engineer's Praject Nv:
�ngineer's Praject Manager:
A. L'rst of acti�ities accomplished in the
1. (insert text here)
2. (insert text here)
3. (insert text here)
4. (insert text here)
5. (insert text here)
6. (in5ert text here}
B. List of acti�ities to be accom
1. (inser� text here)
2. (insert text here)
3. (in5ert text hereJ
4. (insert text here}
5. (insert text 1�ere)
� 6. (insert text here)
C. List any pot�ntial d
�,. (insert text here)
2. (insert text hereJ
3. (insert iext here)
D. List any actual de
�.. (insert text hereJ
2. (insert text here)
3. (insert text here)
rting period.
lish�d in the next reparting period
and provide mitigation actions
and provide recovery actions
City of Fort Worth, Texas
Construction Projeci Schedule Narrative Report for CFW Projects
TPW bfficial Release Date: 7.z0.2D18
Pagelofl
013233-1
1'i2ECONSTfZUC`1'lON 'Vlll�O
Page [ af2
�
2
3 PART1- GENERAL
4 �.I SUMMARY
sECT�oN ai 3� �3
PRECON�TRUCTION VIDEO
5 A. Section Includes:
6 1. Administraiive and procedural requirements far:
7 a. Preconstruction Videos
8 B. Deviations frozxx this Czty of Fort Worth Standard Specification
9 i. None.
10 C. Related Specification Sections incZude, but are not necessarily liinited ta:
11 I. Division 0— Bidding Requireinents, Contr�ct rorms and Conditions of the Contract
12 2. Division 1— General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 I..3 REFERENCES [NOT USED]
I8 1.4 ADMINISTRATIVE REQU�REMENTS
19 A. 1'reconstruction Video
20 1. 1'roduce a preconstructian video of t1�e site/alignment, ir�cluding all areas in the
21 vicinaty of and to be affected by construction.
22 a. Provide digital copy of video upon request by the City.
23 2. Aetain a copy of the preconstruction video until the end of the maintenance surety
24 period.
25 1.5 SUBMITTALS [NOT U�ED]
26 l.G ACT.iON SUB11'�ITTALS/�NFORMATIONAL SUBMITTALS [NOT U�ED]
27 I.7 CLOSEOUT SUSM�TTALS [NOT US�D]
28 1.8 MAINTENANCE MATERIAL SUSMITTALS �NOT USED]
29 1.9 QUALYTY ASSUR.ANCE [NOT USED]
30 1.10 DELYVERY, STORAGE, AND HANDLING [NOT USED]
31 111 FIELD [SITE] CONDITIONS rNOT US�D]
32 1.12 WARRANTY [NOT USED]
33 PART 2- PRODUCTS [NOT USLD]
CITY OF FORT WORTH Cominander Rd — Midfeld $tage 2
STANDARD CONSTRUCTION SPECIFICATIpN DOCUMEi*!T$ Cily Project No. 1D1644
Revised duEy 1, 2011
013233-2
PRECONS�tUCi'ION ViDEO
Page 2 oF2
PART 3 - EXECUTION [NOT USEDJ
END OF SECTION
Cj'�Y OF NOItT WORTI�I Commandcr Rd — Midtield Stage 2
STANDARD CONSTRUC'1TON SPECI�ICATION DOCUMBNTS City 1'roject No. 1 Dl G44
Revised duly 1, 2011
O 1 33 OQ - 1
SUBMYf i'A�.S
Page l of 8
I
2
3 PART � - GENERAi,
4 1.1 SUMMARY
SECTION fl1 33 00
SUBMITTALS
5 A. Section Includes:
6 1. General inethods and requirements of submissians applicable to t�e following
7 Work-related submittals:
8 a. Shop Drawiz�gs
9 b. Product Data (including Standard Product Lzst submittals)
10 c. Sarnples
I 1 d. Mock Ups
12 B. Deviations from this City of Fort WorCh Standard Speeification
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. Divisian i� Genez�al Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement az�d Payment
19 1. Worlc associated with this Item is considezed subsidiary to the various itexx�s bid.
20 No separate payment will be allowed �or this Item.
21 1.3 RE�'ERENCES [NOT USEDJ
22 1.4 ADMINYSTRATIVE REQUIREM�NTS
23 A. Coordination
24 1. Notify the City in writing, at the time of submittal, of �ny deviations in the
25 submittals from the z-equirements of the Contract Docu�aents.
26 2. Coardination o� Submittal Times
27 a. Prepare, prioritize and transmit each subxn�ttal sufficiently in advance of
28 perfon�►ing the related Worlc ar other applicable activities, or within the tinae
29 ,specified in th� individual Work Sections, of the Speeifications.
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 z-e,submittal (if required)
33 b} Coordinatioza with other submiitals
34 c) Testing
35 d} Purchasing
36 e) Fabrication
3'7 � Delivery
38 g} Sirnilar sequenced activities
39 c. No extension of fime will be authorized because of the Cont�actor's failure to
40 transmit st�bmittals sufiiciently in advance of the Work.
Cl`fY OP PORT WOR1'H Gommander Kd — Mid�eld Stage 2
STANDARD CONSTRUCTIpN SPSCIFICATION Df)CUMEIV"1'S City ProjectNo. 1D1644
Revised December 20, 2012
ois3ao-z
SUBMITTALS
Page 2 of S
]
2
3
4
5
6
7
8
9
10
ll
12
13
14
15
16
17
18
19
20
21
22
23
2�}
25
26
27
2$
29
3a
31
32
33
3�4
35
36
37
38
39
40
41
42
43
4�4
�45
�46
d. Mal�e submittals prompily in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Nutnbering
1. When submitting shop drawings or sa.rnples, utilize a 9-character submittal cross-
reference identificaizon numbering system in the following manner:
a. Use the first 6 digits of the appIicable Specification Section Nuznber.
b. Far the next 2 digits number use numbers O1-99 to sequentially number each
initial separate item or drawing submitted under each speciiic Section number.
c. Last use a letter, A-Z, indicating the resubnnission of the same drawing (i.e.
A-2nd submission, B=3rd submission, C=4th submission, etc.}. A typical
subrriittal number would be as follows:
03 30 00-OS-B
1) 03 30 00 is the Specification Section for Concrete
2) OS is the eighih initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certificatian
1. Review shop drawings, product data and samples, inciuding those by
subcontractors, prior to submzssion to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Caialog numbers a�d similar data
d. Conformance with the Contract Documents
2. Provide eacI� shop drawing, sample and product data submitted by the Contractor
with a Certiizcation Statement affixed including:
a. The Cont�ractor's Company name
b. Signature of submittal reviewer
c. Certifieation Statement
1} `By this submittal, I hereby represent that I have detennined and verified
field �neasuxernents, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checiced and coordinated each
item with other applicabie approved shop drawings."
D. Subxniital Format
1. Fold shop drawings larger than 8%z inches x 11 inches to S'/z inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) DeseriptionafPac�Cet
2) Contractor Certi�ca�ion
b. List of items / Table af Contents
c. Product Data /Shop Drawings/Samples ICalculations
E. �ubzx�ittal Content
1. The date of submission and the dates of any previous subznissions
CTTY OF FORT WORTH
STANll,4ItD CONSTRiJC"1'TON SPECIF[CATIOIV 170CUMENI'S
Revised December 20, 2012
Commander ILd -- Midfield Sfage 2
Ciry Project No. I O1644
01 33 DO - 3
SUBMITTALS
Page 3 of S
2
3
4
5
6
7
S
9
10
�1
12
13
14
15
I6
17
18
19
20
2l
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
2. The Project tiile and number
3. Contractor identification
4. The nazx�es of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as s�ch
7. Aelation to ad�acent or critical features of the Work or materials
8. Applicab�e standards, such as ASTM or Federal Specification z�uzxAbers
9. Identification by highlighting of deviations from Conlract Docuanents
10. Idez�ii�cation by hzgt�lzg�ting of revisions oz� z-esubmittals
11. An $-inch x 3-inch blank space for Conttactor and City stamps
F. Shop Drawings
1. As specified in individual ViTork Sectians includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwor� xx�ar�u Facturing instructzox�s
e. Custo�x� tex�aplates
f. Special wirtng diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. lletails
a. Relation of the various parts to the �xiain �x�eznbers and lines of the structuz-e
b. Where cozxect fabrication of the Woz-�C depez�ds upon �eld measureznents
1) Pravide such measurements at�d note an the drawings prior ta submitting
for approval.
G. Product Data
1. For submittals of product data for produc�s included on the Ciry's Standard Product
List, c�early identify each itern selected for use on the Project.
2. For submittals of product data for praducts not included on the City's Standard
Froduct List, submittal data may include, but is not necessarily lixnited ta:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as tI�e manufacturer's product specification and znsiallation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statcmenfs of compliances and applicability
4) Rou�hing-in diagrams and templates
5} Calalog cuts
6) Froduct photagraphs
CITi' OP FOILT WORTH
STANDARD CONSTIZUCTION SPECIFICATION DOCUMENTS
Revised Decem6er 20, 2012
Cominandcr Rd — Arlic�#icld Stage 2
Ci[y Project No. ] 01644
0133OQ-4
SUF3ivill'TALS
PageAof8
1
2
3
4
5
b
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2S
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
7) Standard wiring diagrams
8) Printed perfonmance curves and operational-range diagrams
9) �'raduction or quality cox�trol inspection and test reports and certifications
10) Mili reports
11) Product operating and xnaintenance instruc�ions and recoxnmended
spare-parts listing and printed prod�ct warraniies
12) As applicable to t�ie 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 af manufactured or fabricated Work
2} Sxnall cuts or containers of materials
3) Complete units of repetiiively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbals and units of Work to be used by the City for independent
i�spection and testing, as applzcable to the Worlc
I. Do not start Wozlc requiring a shop drawzng, sainple 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 d�rawings and data is at the Contractoz-'s
risk.
2. The City will not be Iiabie for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, xnaterials, fabrication, and installations in confornnance
with approved shop drawings, applicable sainples, and product data.
J. Submittal Distribution
1
2.
Electronic Distribution
a. Coz��rm development of Proj ect directory for electronic submittals to be
uploaded to City.'s Buzzsaw site, or another external FTP site approved by tk�e
City.
b. Shop Drawings
1} Upload submittal to designated project directory and noti�y appropriate
City representatives via email of submiital posting.
2) Hard Copies
a} 3 copies for all submittals
b) If Contractor requires n�ore than I�ard copy of Shop Drawi�gs
returned, Contractor shall submit xnore than the number of copies listed
above.
c. Pzoduct Data
1} Upload submittal to designated project directory and notify appropriate
City representatives via email of subtnittal posting.
2) Hard Copies
a) 3 copies for all subrnittals
d. Sa�nples
1) Distributed to the Project Representative
Hard Copy Distribution {if required in lieu of electronic distribution)
Cl'FY OF rORT WOItTT3
STANllARD CONS1'RUCTiON SPECII�ICATIOII DOCUMENTS
Revised December 20, 2D12
Commander Rd Midfield Stage 2
Ciry Praj ec# No. 101644
Dl 33 DD - 5
SUI3MITTALS
Page 5 of 8
1
2
3
4
5
6
7
8
9
10
lI
i2
13
14
IS
16
17
18
19
20
21
22
23
24
25
Zs
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
4S
46
47
48
a. Shop Drawings
1) Distributed to the City
2) Copies
a) S copies for xnechanical submittals
b) 7 copies for all other subnnzttals
c) �f Contractor requires more than 3 copies of Shop Dravcrings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Dis�-ibuted to the City
2) Copies
a) 4 copies
c. Samples
1} Distributed to t.he Project Representative
2) Copzes
a) Submit the number stated in the respective Speci�cation Sections.
3. Distribute reproductions of approved shop drawings and cop�es of approved
product data and samples, where rcquired, to the job site fiIe and eIsewhere as
directed by the City.
a. Pravide nu�her of copies as direcied by the City but not exceeding the number
previousZy specified.
K. Submittal Review
1. The review of shop drawings, data az�d samples wzil be far general conformance
with Ehe desigz� concept and Coz�t�ract Documents. This is not tp be construed as:
a. Permitting any departure from the Contract requirements
b. Relievrng the Contractor of responsibility for any errors, inciuding details,
di�nensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or prodnct data by ik�e City
does not relieve the Contracior from his/her responsibility with regaz�d to the
fulfillment of the te�rnns of tlae Coz�tract.
a. All rzsics of error and omissipn are assumed by the Contractor, and the City will
have r�o responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associafed work and trades, for selecting fabrication processes,
for techniques of assembIy and for performing Work in a safe manner.
4. If' the s�op drawings, data or samples as submitted describe variations and show a
depart�ire from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or tixne �or
performance, the City may retuz-r� tk�e revzewed dxawings without noting an
exception.
5. Subzx�ittals will be ��eturned to the Contractor under 1 of the following eodes:
a, Code 1
1) °NO EXCEPTIONS TAKFN" is assigned when there are no notations ar
comments on thc submittal.
a} When returned under this code the Contractor may release the
equipment and/ar material far manufacture.
b. Code 2
CITY OF FORT WORTH
STAA1llAI2ll CONSTRUCTION SPL�C[FICATION DOCUMI:NTS
Revised Dcccinber 20, 2012
CommandeG RcE —1Vlid�e�d Stage 2
City Project Na. 101644
O1330U-6
SUBIVIITTALS
Page 6 of $
1
2
3
4
5
b
7
8
9
10
11
f2
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
�}4
45
46
47
48
49
c
d.
1) "EXCEPTIONS NOTED". This code is assigned when a canfirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the eq�ipment or material for xx�an.u�acture;
however, all notations and comments must be incorporaied inta the
final product.
Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This coinbination of codes is
asszgned when notations and comments are extensive enough to require a
resub�nnittal of the pac��age.
a) The Contractor may release the equipment or material far manufacture;
however, all nofations and cornments must be incorporated into the
final producE.
b) This resubinittal is to address all cominents, omissions and
non-conforming items that were noted.
c) Aesubmittal is to be received by tk�e City within 15 Calendar Days of
the date of the City's transznittal requiring the resubmittal.
Code 4
I) "NO"I' APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a} The Contractor must resubmif the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a differeni xnanufacturer/vendor
to meet the Cantract Documents.
6. Resubmittals
a. Handled in the saxne xnaz�ner as fixst subinittals
I) Corrections other than requested by the City
2} Mariced with revision triangle or other similar method
a) At Contractor's risk if not r�arked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be perfQrmed at times conveniex�t to the City
and at the Contractor's expense, based on th�e City's or City
Representative's then prevaiIzng rates.
2) Provide Contractor reizxxburseznent to the City within 30 Calendar Days for
alI suck� �ees invoiced by the City.
c. The �eed for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entiile the Contractor to an extensian of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review subrnittals deemed partzal, at tk�e City's
discretion.
b. Subinittals deemed by the City to be not complete wilI be returned to the
Contractor, and will be considered "Nofi Approved" until resubmitted.
c. The City may at its option provide a Iist or mark the submittal directing fhe
Contracto�r to t�ae areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then wt-itten notice must be
provided thereof to khe City at least 7 Calendar Days prior to release for
manufacture.
CITY QF FOR1' WORZ'H
S1'ANllARL7 CONSTRUC"CiON SP�CTPICATIbN DOCUMENTS
Revised December 20, 2Q12
Commander TZd — Midfield ,Stage 2
City Projcct No. ] 0[ 644
Ol 33 QO - 7
SUSMITTALS
Page 7 of 8
1 9. When the shop drawings have been completed to the satisfaction of the City, the
2 Contractor may carry out the construcfion in accordance therewith and no further
3 changes therein except upon written instructians from the City.
4 10. Each submittal, appropriately caded, will be returned witk�in 30 Calendar Days
5 follor,ving receipt of submittal by the City.
b L. Mocic ups
7 1. Mock Up units as speciiied zn indivadual Sectians, include, but are not necessarily
8 limited to, completc units of the standard of acceptance for that type of Worlc to be
9 used on the Project. Remove at the completion of the Work or when directed.
10 M. Quali�cations
11 1. Tf speci�cally required in afher Sections of these Specifications, submit a P.E.
12 Certification for each item required.
13
14
15
16
17
IS
19
20
N. Request for InFormation (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract docuxx�ents
b. When the Contractar believes theze is a coz�flict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Speczfications
1} Identify the conflict and request clarification
2. Use the Request far Information (RFI) form provided by the City.
21 3. Numbering of RFI
22 a. Pre�x with "RFI" foIlowed by series number, "-xxx", begin�ing witla "O1" and
23 increasing sequentially with each additional transzn.ittal.
24 4. Sufficient information shall be attached to pez�it a written response without further
25 information.
26 5. The City will log each request and will review the request.
27 a. If review o� the project information requcst indicates that a change to the
28 Contract Documents is required, the City will issue a Field Order or Change
29 Order, as appropriate.
30 l.5 SUSMYTTALS rNOT USED]
31 l.fi ACTION SUBMITTALS/INFORMATIONAL �UBMITTALS [NOT USED]
32 I.'� CLOSEOUT SUBMITTALS �NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED�
35 11Q DELIVERY, STORAGE, AND HANDLING [NOT USED]
36 1.1I FIELD [SITEJ CONDITIONS [NOT USED)
37 1.12 WAItRANTY INOT USED]
CI'['Y OF FORT WORT�1 Co�imander Rd — lV�idficid Stagc: 2
STANDAILC] CONSTRUCTION SPSCIPTCATION DOCUMEN'1'S City Prvject No. 101644
Kevised Dccet��ber 20, 20 ] 2
013300-8
SUSMITTALS
Page 8 of 8
1 PART 2- PRODUCTS [NOT USED]
2 PART 3- EXECUTION [NOT USED]
3 �ND OF SECTION
4
Aevision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. 7ohnson 1.4.K.$. Working Days modifieti to Calendar Days
C1TY OF PORT WORTl� Cammander Rd -- Midfield Stage 2
S'ft#NDARD CONSTRUCTIdN SPECIFICATION DOCUMENTS City Froject No. E 61644
Rcvised December 20, 2� 12
013513-1
SPIiCIAL PR07P.CT PROCEDUItSS
Page 1 of 8
�
3 PART1- GENERAL
4 1.l SUNiMARY
5 A. Seetion Includes:
6
7
8
9
10
11
12
13
14
15
16
17
18
19
SECT�ON O1 35 13
�PECIAL, PR�J�CT PROCEDURE�
The procedures fpr special project circumstances that includes, but is not liznited to:
a. Coordination with the Texas Departmcnt o� Transpartation
b. Worlc near High Voitage Lines
c. Confined Space Entxy Program
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Department Noti£icatian
g. Public Notiiication Prior to Beginning Construction
h. Coordination with United States Army Corps of Engineers
i. Coordinatiox� within Railroad permits areas
j. Dust Control
k. ��nployee Parking
B. Deviatio�s from this City of Fort Worth Standard Specification
1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division d— Bidding Requirements, Contract I'orms 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
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
1. Coordination within Railroad permit areas
a. Measurement
1) Measurement for this Itena will be by lump suin.
b. Payment
1) The work perfoz-med and materials furnished in accordance with this Item
will be paid for ai the lump sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4) AdditionalInsurance
S) Insurance Certificates
6) OtY►er requirements associated with general coordination with Railroad,
including additional ezx�ployees required to protect the right-of way and
properiy of the RaiIraad from damage arising out of and/or from the
construction of the Project.
2. Railraad Flagznen
CITY OP FOR'1' WORTH Commander Rd -- Midfield Stage 2
STANDAltll CONSTRUCTION SPrCIFICATLON DOCiJMJ:%TT$ City Project No. 101644
Revised December 20, 2012
Oi 35 13 -2
SPrCIAL P1iOJ�CT PROCL-�DURES
Page 2 of S
1
2
3
4
5
6
7
8
9
10
11
I2
13
a. Measurement
1) Measurement for this Itex�n will be per working day.
b. Payment
1) The work perfonmed and materials furnisk�ed in accordance with this Item
will be paid for each working day that Railroad �'Iagmen are pre,sez�t at the
Site.
c. The price bid shall include:
1} Coordination for scheduling flagmen
2} Flagnr�en
3} Other requirerr�ents associated with Railroad
3. All other items
a. Woz�k associated with these Items is considered subsidiary to the various Ite�ns
bid. No separate payrrzex�t will be allowed for thzs Item.
14 1.3 REFERENC�S
15 A. Reference Standards
16 l. Reference standards cited in this Specification z�efer to the current refez-ence
17 sYandard publis�aed at the time of the latest zevision date logged at the end of this
18 Specification, unless a date is specifically cited.
19 2. Health and Sa�ety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
20 High Voltage Overhead Lines.
21 3. North Central '3'exas Council o� Governments (NCTCOG) — Clean Construction
22 Specification
23 1.4 ADMINI.STRATIVE REQUIREMENTS
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
40
41
42
43
44
45
A. Coordination with the Texas Department of Transportaiion
1. When work in the right-of-�vway which is ux�der the jurisdiction of the Texas
Department of `I'ransportation (TxDOT):
a. Notify tk�e Texas Department of Transportation prior to coxnmencing any work
therein in accordance with the provisions of the permit
b. All work performed in the T�OT right-of-way shall be perFormed in
compliance with and subject to approval ftom the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Aegulatory Requirements
a. AIl Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accardance with
Health az�d Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size �nneeting all OSHA requireanents.
3. Equzpment operating within 10 �eet of high voltage lines will require the following
safety £eatures
a. Insulating cage-type of guard about t�►e boom or ann
b. Tnsulator links on the lift hook conneciions for back hoes or dippers
c. Ec�uipment must meet the safety requirements as set forth by O�HA and t}�e
safety requirements of the owner of the higla voltage lines
4. Work within 6 feet of high voltage electric lines
CITY OF PORT WOR�'H Commander ltd—Mid�eld Stage Z
S`1'ANAARD CONSTRUCTION SPL'CIFICATION DOCUMti�.NTS City Project i�Io. 101644
Kevised Decamber 20, 2612
o� 3s �a-3
SPECIAL PROJECT PROCEDURES
Page 3 of S
1
2
3
4
5
6
7
8
9
10
ll
I2
13
14
15
16
17
1$
19
2D
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
�}2
43
44
45
a. Notification shall be given to:
1) The power company (example: ONCOR}
a) Maintain an accurate log of all such calls to power coznpany and record
action taken in each case.
b. Coordinatian with power company
1) After notification coordinate with the power coxnpany to:
a) Ez-ect ternporary mechanical barriers, de-energize the lines, or raise or
Iower the lines
c. No personnel may work within 6 feet of a high valtage line befare the above
requirements have been met.
C. Con�z�ed Space Ent7-y Program
1. Provide and follow approved Confined Space Entry Program in accordance with
QSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confned spaces sn accordance with OSHA's k'ermit Required for
Confined Spaces
D. Air Po�lutioz� Watch Days
1
2.
General
a. Observe khe following guidelines relating to working on City construction sites
on days designated as "AIR POLLUTTON WATCH DAY�".
b. T}rpical Ozone Seasoz�
1} May 1 through October 31.
c. Critical Emission Tiine
1) 6:a0 a.zra. to 10:00 a.m.
Watch Days
a. The "I'exas Commission on Environmental Quality (TCEQ), in coordination
with the National Weather Service, will issue the Air PolIution Watch by 3:00
p.m. on the afternoon prior to the WATCH day.
b. Requirements
1) Begin work after I0:00 a.m. whenever construction phasing requires the
use of motori�ed equipment for periods in excess of 1 hour.
2) Howevez�, the Contraetor may begin work prior to 10:Od a.m. if
a) Use of motorized equipment is less than J. hour, or
b) If equipment is new and certified by EPA as "Low Emitting", or
equipment burns Lfltra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
�. TCEQ Air Permit
1. Obtain TCEQ Air Permit for constz-uction activities per requirements of TCEQ.
F. Use of Explosives, Drop Weighl, �tc.
� J. When Contract Documents pernnit on the project the following will apply:
a. Public Notification
1} Submit notice to City and proof of adequate insurance coverage, 2�4 hours
priQr to coznmencing.
2} Miniznum 24 hour public notification in accozdance with Section 01 31 13
46 G. Water Departxnent Coordination
CITY OF �'OR`�' WORTH
STANDARD CONSTKTJCTION SPSCIFICAI'ION DOCUMENTS
12evised December 20, 2012
Comn�ander Rd �� Nfidfield Stage 2
City Project No. 101644
013513-4
SPECIAL PROJECT Pi20CEDURES
Page 4 of S
1 1. During the consiz-uction of this project, it will be necessaxy to deactivate, for a
2 period of time, existing lines. The Contractor shall be required to coordinate with
3 the Watez Department to determine the best times for deactivating and activating
�l those lines.
5 2. Coordi�aate any event that vvill require connecting to or the operafion of an existing
6 City water lin� system with the City's representative.
7 a. Coordination shall be in accordance with Section 33 l2 25.
8 b. If needed, obtain a hydrant water meter from the Water Department for use
9 during the life of named pz-oj ect.
10 c. In the event that a water val�e on an existing live system be turned off and on
11 to acco�nodate the construction of the project is required, coardfnate this
12 activity thzough the appropriate City representative.
13 1) Do not operate water line valves oiexisting water system.
14 a) Failure to comply wi1l render the Contractar in violation of Texas Penal
15 Code Title 7, Chapter z8.03 (Criininal Mischief} and the Contractor
16 will be prosecuted to the full extent of the lavv.
17 b) In addition, the Contractor will assume all liabilities and
18 responsibilities as a result of these actions.
19 H. Public Notification Prior to Beginning Constracfion
20 1. Prior to beguu�ing construction on any blocic in the project, on a block by block
21 basis, prepare and deliver a notice or flyer af the pending construction to the front
22 door of each residence or business that will be ir�apacted by construction. The notice
23 shail be prepared as follows:
2� a. Post notice or flyer 7 days prior to beginning any constr�ction activity on each
25 block in the project area.
26 I) Prepare flycr on the Cantractor'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 witbin the block
32 e) Name of the contractor's foreman and phone number
33 f� Name of the City's izaspector and phone number
34 g) City's after-hours phone number
35 2) A sample of the `pre-construction nofification' flyer is attached as Exhibit
36 A.
37 3) Submit schedule showing the construction start an.d finish time far each
38 block of tk�e project to thc inspector.
39 4) Deliver flyer to the City Inspectar for review p�r�ior to distribution.
40 b. No canstruction will be allowed to be�in on a�y block until the flyer is
41 delivered ta all residents of the block.
42 I. Public Notification of Temporary Water Servzce Intemzption during Construction
�3 1. Tn the event it becoines necessary to tempararily shut down water service to
44 residents ar businesses duzir�g cpnsir�etion, prepare and deliver a notice or flyer of
45 the pending interruption to ik�e front door of each affected resident.
46 2. Prepared notice as follows:
47 a. The notification or flyer s�all be posted 24 hours prior to the temporary
48 interruption.
CPfY OP �ORT WOR'I'H CoEnmander Rd — Midfie�d Stage 2
STAi*lDARD CONSTRUCTION SPECII�'CCATIOJV DOGUIViENTS Ciry Praject I�io. 161644
Revised December 2Q ZOf2
013513-5
SP�CIAL 1'ItO.IECT P1ZOC�,DLJILES
Page 5 of 8
1
2
3
4
S
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
3S
39
40
41
42
43
44
45
46
b.
c.
d.
e.
f.
Prepare flyer on the contractor's letterhead and include tk►e following
informati on:
1) Name of the project
2) City Project Nurnber
3) Date of the interruption of service
4) �'eriod the interruption will talce place
5) Name of the contractor's foreman and phone nurnber
b} Name of the City's inspector and phone number
A sample of the temporary water service interruption notification is attached as
Exhibit B.
Deliver a copy of the temporary interxuption notification to the City inspector
for review prior to being distributed.
No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
Electronic vexsions of the sample flyers can be obtained ftom the Project
Construction Inspector.
.T. Coordination with United States Army Corps of Engineers (USACE)
At locaiions in the Project where construction activities occur in areas where
USACE permits are required, meet ail requixements set forth in eacl� designated
penmit.
K. Coordination within Railraad Fermit Areas
1. At locations in the project where construetion activities occur in areas where
railroad pennits are required, meet all requirements set forth in each designated
raijroad permit. This includes, but is not lirriiied to, pro�isions foz:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of anc�/or from the construction of
the project. Proper utility clearance procedures shall be used in accorda�ce
with the pennit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
3. Railraad Flagmen
a. Submit receipts to City for veri�cation of vvorki�g days that railroad flagmen
were present on Site.
L. Dust Control
Use acceptable measures to cantrol dust at the Site.
a. If water is used to contro� dust, capture and properly dispose of waste water.
b. If wet saw cutting is perforn�ed, capture and properly dispose of slurry.
M. Employee Parlcing
1. Provide parlcing for employees at Iocations approved by the City.
N. Coordinat�on with North Central Texas Council of Governments (NCTCOG) Clean
Construction Specification.
C1TY OF RORT'�NOR1'H
STANDARD CONS3'RUCTION SPECIFICATION DOCUM�:NTS
Revised December 2D, 2012
Commander Rd — Midfield Stage Z
City Project No. ] 01644
Ol 35 13 - 6
SPECIAL PRO.I�CT PROCEDUR ES
Page 6 of S
1 1. Comply with equipment, operatianal, reparting and enforcement requireinents set
2 forth in NCTCOG's Clean Consttaction Specifcation.
3 1.5 SUBMITTALS �NOT USED]
4 i.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBM�TTALS [NOT USED]
6 1.8 MAINTENANCE MAT�RIAL SUBMITTALS jNOT USED]
7 1.9 QUALITY ASSUR.ANCE �NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USEDJ
9 1.11 F�ELD [SYTE] CONDITIONS [NOT USED]
10 1.12 W�iRRANTY �NOT USED]
I 1 �'ART � - PRODUCTS [NOT US�D]
12 PART 3- EXECUTlON �NOT USED]
13
14
END 4F SECTION
Revision Log
DATE NAM� SUMMAIZY OF CHANGE
I.4.5 — Added requirement of co�npliance with Health and Safety Cade, Tide 9.
8/31/2012 D. 7ohnson Safety, Subtitle A. Public 3afety, Chapter 752. High Valtage Overhead Lines.
1.4.E — Added Contr�actor responsibiliry for obtaining a TC�Q Air Permit
C1TY OF FORT WORTH Cotnmandar Rd � Midfield Stage 2
STANAARD CUNSTRUCI'ION SPECIFICAT101V llOCLJM�:NTS Ciry T'roject No. 101 G44
Revised December 20, 2012
O l 35 13 - 7
SPECIAL l'ROJECT PROCEllURES
Page 7 of 8
i
2
3
4
S
6
7
8
9
IO
11
12
13
��
15
16
17
18
19
20
2I
22
23
24
25
26
27
28
29
30
31
32
33
34
35
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
EXHIBIT A
(To be printed on Contractor's Letterhead)
� L 1 i �
� �' � �! ��, ' � ,,
� �� �, ��
,,I
�� �
THIS 1S TO 1NFOR�UI YOU THAi UM�ER A CONTRACT WITH THE CITY QF FQRi
WORTH, OUR COIVriPANY WILL WORK ON UTILITY L[NES OM OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMA`iELY SEVEN DAYS FROM TH� DATE
OF THIS NOTICE,
IF YOU HAVE QUESTIONS AB�UT ,4CC�SS, SECURETY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. �coN7RAC70�'S SUP�121N7ENDEN7� AT �TELEPHON� NO.�
OR
M1'. CCITY INSPECTOR> AT < T�LEPNONE NO.>
AFTER 4:30 PM OR �N WEEKENDS, PLEASE CAL� {8'17) 392 830G
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CiTY OH' FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIOIV DOCUivIEtVTS
Revised December 20, 2012
Commander Rd — Midfield 8tage 2
CityPrajectNo. ]01G44
O13513-8
SPEC�AL PROJGCT PROCEDURES
Page 8 of 8
1
2
EXHIBIT B
���T �V�RTH
�:
� �a� ��. x�t�
�,ro�Ce ¢�a:
���'�r� � " ��.,�%����,� ����� ����+'�
����������
DiJE TO IITII.ITY DMPR.OVENf�PIT5 IAi YOiJB NEIGEE�ORHQOD, 'YOUR
WATE� SEI2'VICE WiLL BE INT'�YtRUP'I'ED ON
BETVYEEIV "l'HE HOIIKS QF A1�iD
i�' ypil I3AVE QiiESTIONS ABOiJT TFIIS SHtiT-Oi3'I', PLEASE CA,LL:
14IR. A�
(COIVTRA.CTORB SUP�RIIVT�NDEN�') (TELEPHONE Ni3MBER)
OR
MR. AT
(CITY INSPECTO�} ('F�LEP�IOPIE NLTMBER)
T�II3 INCONVEIVIEI+ICE wILL BE AS S�IOR'I' AS POSSISLE.
THAIQK XOiJ,
CONTRACTOIt
3
4
Com�nander Rd — Midficld Stage 2
CTTY OF FORT WORTH Gity Projec[ Na. 101644
STANiJARD CONSTRUCTION SFEGIFICA`TTON DOCCJMENTS
Revised December 20, 2012
fl 1 45 23
TESTING A1VD Q�iSP�CTION 5ERVICES
Page 1 of 2
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection seivices procedures and coordination
B. Deviations fr�om this City of �'art Workh Standard Specification
1. None.
C. Related Specification Sections include, but are nat necessarily li�aaited ta:
L Diviszon 0— Bidding Requirements, Contract Forms and Condztians af the Contract
2. Division 1— Gencral Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payzxaent will be allowed for this Item.
a. Contracta�- is responsible for performing, coordinating, and payment af all
Quality Control testing.
b. City is responsible for performing and payment for �rst set of Quality
Assurance testing.
I} If the first Quality Assurance test pe�'or�rr�ed by the C�ty fails, the
Contractor is responsible far payment of subsequent Quality Assurance
testing until a passing test oceurs.
a} Final accepiance will not be issued by Caty until all required payments
for testing by Contractor have been paid in full.
I.3 REFERENCE� [NOT USED]
1.4 ADMINISTRATIVE REQUXREMENTS
A. `I'esting
i. Complcte testing in accordance with the Contract Documents.
2. Caordination
a. When testing is requixcd ta be performed i�y the City, notify City, sufficiently
in advance, when testing is needed.
h. When testing is required to be completed by the Contractar, notify City,
sufficienCly in advance, that testillg wiIl be perfonned.
3. Distribution of Testing Repot�ts
a. EIectronic Disl� ibution
1) Confirm development of Proj ect directory for electronic submittals to be
uploaded to the Ciiy's docufnent nriax�agement s�stem, or another external
FTP site approved by the City.
CTTY OF PORT WORTH Commander Rd -- Midfield Stage 2
STANDARD CONSTI2LTCTION SPEGiFTCATION DOCUM�NTS Ciiy Praject Na. 101644
Revised March 9, 2020
01 45 23
TF.STIMG AND INSPECTION SERV[CES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submzttal pasting.
3) Hard Copies
a) 1 copy for alI subinittals subnr�itted to the Project Representative
b. Hard Copy Distribution {if xequired in lieu of electronic distribution}
1) Tests performed by City
a) Distri6ute 1 haz'd copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to Ciiy's ProjecC Representative
4. Provide City's Project Representaiive with t�ip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of deli�ery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractar frozx� obligation to
perform woz-�C in accordance voith the Conkract Documents.
1.5 SUBMITTALS [NOT USEDJ
1.6 ACTION SUBMITTALS/CNFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUSM�TTALS �NOT USED]
1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY AS,SUR.ANCE [NOT USED]
1.10 DELXVERY, STORAGE, AND I�ANllLING [NOT USED]
] ,l ] �'IELD [SITE] CONDITIONS [N�T USED]
l.l.� WARRANTY �NOT iJSED]
PART � - PRODUCTS [NOT USED]
PART 3 � EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANG�
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted thaL elcctrnnic suUmittals be upEoaded
lhz�ough the City's document management system.
CITY OF FOlt'1' WORTH Commander Rd -- Midfield Stage 2
STANDARl) COI�;STItUCTTON SPEC]PICATiON DOCUM�NTS City Projcct No. 101644
Reviscd March 9, 2020
O1 50 flD - !
TGMPpRARY FACILITISS AND CONTRdLS
Page t of 4
1 SECTION O1 50 OQ
2 TEMPORARY �'ACILITIES AND CONTROLS
3 PART ] - GENER.AI,
4 l.l SUMMARY
S A. Section Includes:
6 1. Provide temporary facilities and controls needed for the Wor�C including, but not
7 necessarily limited to:
8 a. Temparary utilities
9 b. Sanitary facilities
10 c. Storage Sheds az�d Buildings
11 d. Dusi conlxol
12 e. Teznporary fencing of the construction site
13 B. Deviations frorn this City of Fort Worth Standard Specification
I4 l. Nane.
l5
16
17
18 1.2
C. Related Specification Sections include, but are not necessarily limzted to:
1. Division 0— Bidding Reyuire;nents, Contract k'o�s and Conditions of the Contract
2. Division 1— General Requirer3rients
PRICE AND PAYMENT PROCEDURES
l9 A. Measurement and Payax�ez�t
20 1. Wor�C associated with this 7tem is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REk'ERENCES [NOT US�D]
23 1.4 ADMTNISTRATIVE REQUIREMENTS
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A, Temporary Utilitics
1. Obtaining Te�nporary Service
a. Malce arrangements with utility sez�vice 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
Accepta�ace.
1) Included are fuel, power, light, heat and other utility services necessary for
executipn, completion, tcsting and initial operation of Wark.
2. Water
, a. Contractor to provide water renuired for and in coz�nection with Work to be
performed and for specified tests of piping, equipznent, devices oz- other use as
required for the completion of the WozIc.
b. Provide and maintain adequate supply of paiable water for domestic
consumpLion by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City I weeic before water for construction is desired
CT'1'1' OP FORT WQItTH Cammander Rd—Midfield Stage 2
STA�TDARD CONS`TRUC`i'lOi1 SPECIFICA�TI�N DOGLTMCNTS Cily Projcct No. 101644
Revised July 1, 2011
O1500fl-2
TEMPOIZATZY FACILTTiES AND CONTROL.S
Page 2 of 4
1
2
3
4
5
6
7
S
9
10
Il
12
13
14
15
i6
17
18
19
20
21
22
23
24
25
26
2'7
28
29
30
31
32
33
34
35
36
37
38
39
4fl
41
�2
43
�4�
d. Contractar Payment for Construction Water
l.) Obtain construction water meter fro�xz City for payment as billed by City's
estabiished rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Wor�, including
festing of Work.
1} Frovide power for lighting, operation of equipmeni, or other use.
b. Electric power service inciudes temporary power service or gencrator to
maintain operations during scheduled shutdown.
4. Telephane
a. Provide emergency telephone service at Szte fpr use by Contractor personnel
and otl�ers performing work or furnishiz�g services at Site.
5. "I'emporary Heat and Ventilation
a. 1'rovide temporary heat as z�ecessary for protection or completion o� Worlc.
b. Provide temporary heat and ventilation to assure safe woxking conditions.
B. Sanitary Facilities
l. Provide and maintain sanitary facilities for persons on Site.
a. Comply witk� xegulations of State and local departments af health.
2. Gnforce use af sanitary facilities by construction pez�sonnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be aliowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste o�f site at no less than weekly iniervals and properly
dispase in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and mainlained throughout Project.
�4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Pz�ovide adequatciy ventilated, watertight, weatherproof storage facilities with floor
above graund level for materials and equipment susceptible to weather damage.
2. Siorage of materials not susceptible to weather damage may be on blocks off
ground.
3. �tore rr�aterials in a neat and orderly manncr.
a. Place materials and equiprnent to permit easy access for identifcation,
inspection and ix�ventory.
�}. Equip building with lockable doors and iighting, and provide electrical service for
equipment space heaters and heating or ven#ilation as necessary to provide storage
environrx�enis acceptable Yo specified manufacturers.
5. FiII and grade site for temporary structures to provide drainage away from
te�nporary and existing buildings.
6. Remove building from site prior to k'inal Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required an contract
docutnents
45 C. Dust Control
CITY OF FdRT WORTI3
STANDARD CONSTRUCTTON 5P�C1T'ICATION DOCUM�NTS
Aevised July 1, 2011
Commander Rd — Nlidfield 3tage 2
Ci[y Project No. ]01644
I
2
3
4
5
6
7
8
0
oisoao-3
TEMPORARY FACILl'1TES AND CONTROLS
Page 3 of4
1. Contractor is responsible for maintaining dust control through the duration of the
proj ect.
a. Contractor z-emains on-call at all times
b. Must respond in a timely zxianner
F. `I'emporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Worlc from dama�e due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMYTTALS/IN�'ORMATIONAL SUBMITTALS [NOT US�D]
IO 1.7 CLOS�OUT SUBMITTALS [NOT US�D]
I 1 l.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
I2 1.9 QUALITY ASSURANCE [NOT US�D]
13 11Q D�LIVERY, STORAGE, AND IIANDLING [NOT USED]
14 111 FI�LD [SITEj COND�TlONS [NOT USED]
]5 1.12 WARRANTY [NOT USED]
16 PART 2- PRODUCTS (NOT US�D]
17 PAR.T 3- EXECUT�ON CNOT U�ED]
18 3.1 INSTALLERS [NOT USED]
19 3.2 �XAMINATION [NOT USED]
20 3.3 PREPARATION [NOT USED]
21 3.4 INSTALLATION
22 A. Tex�nporary Facilities
23 I. Maintain all temporary facilities for duration of constnzetion activities as needed.
24 3.5 [REPAIR] / [RESTORATION]
2S 3.6 RE-IN�TALLATION
26
27
28
24
30
31
3.7 I+IELD foxj SIT� QUALITY CONTROL [NOT USED�
3.8 SYST�M STARTUP rNOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CL�ANINC [NOT USEDJ
3.11 CLOSEOUT ACTIVITIES
A. Teinporary �'acilities
C1TY OF FORT WORTH Commander Rd— Midfield Stage 2
STANDA�D COI�STRUCTION SPECIFICATiOi*! DOCiTMEi�fTS City Project No. ] 01644
Revised July 1, 2011
O] 5000-4
TEMPOR.ARY FACILITIES ANA CaNTKOLS
Page 4 of a
1 1. Reznove all temporary facilitzes and �'estore area after completion of the Worlc, to a
2 condztion equal to or better than priqr to start of Work.
3 3.12 PROTECTYON [NOT USED]
4 3.13 MAINTENANCE [NOT USED]
5 3.1� ATTACHM�NTS �NOT USED]
6 END OF SECTION
7
Revision Log
DATE NA,ML�' SUMMARY OF CHANGE
CITY OF Fd1tT WORTH Coinmander Rd — MidSeld Stagc 2
STANDARD CdNSTRIlC"I'lON SPECIFICATION DOCUMEI�!"1'S City Yraject No. ] 01644
RevisedJuly 1, Z011
aiss26-�
STILE%T USS L'�RMIT AND MODIFICAT[ONS TO TRAFPIC CONTROL
Page L of 3
�
SECTION O1 55 26
S`I'REET i�SE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
i4
15
A. Section Includes:
1. Administrative procedures for:
a. Skreet Use Pez�nit
b. Modification of approved traf�c control
c. Removal of Street Signs
B. Deviakions from this City af Fort Worth Standard Specification
1. None.
C. Reiated Specification Sections include, but are not necessarily Iimited to:
1. Division 0— Biddin.g Requirements, Contz�act Forzns and Conditions of the Contract
2. Division 1— General Requirements
3. Section 34 7I 13 — Traffic Control
I6 �.,2 PRCCE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
1 g 1. Worlt associated witli this ltern is considered subsidiary to tk►e various Items bid.
j9 No separate �ayment wiil be allowed for this Item.
20 1.3 REFERENCES
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Keference Standards
1, Reference standards cited in this specificaiion re�er to tbe current reference siaxxdard
puhlished at the time of the latest revision daie logged at the end of this
specification, unless a date is specifically eited.
2. Texas Manual on Unifo�rn Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE RCQi7IREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Dravvings, provide Traf�c
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are nat included in the Drawings, prepare traffic
control plans in accordance wxth Section 34 71 13 and subm�it to City for
review.
1) Allow minimurn 10 working days fnr re�iew of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Per�it is required.
a. To abtain Street Use Permit, subznit Tra�fic Control Plans to Ciry
Transportation and 1'ublic Works Department.
CITY OT' FORT WOIZTH
STAN�)ARD CONSTRUCTION SY�CLFTCATIdN DOCUM�NTS
Revised .Tuly l, 2011
Commander Rd — Midfield Stage 2
City Project No. la 1644
O15526-2
STREET USLF l'�RMIT AND iVIOD1FICA`1'IONS TO TRAFFIC CON'1'ROL
Page 2 of 3
I
2
3
1} A�lovv a minimum of 5 working days for permit review.
2} Contractor's responsibility to coordinate review of Traff c Control plans for
Street Use Permit, such that co�struction is not delayed.
4 C. Modif cation to Approved Traf�c Control
5 1. Prior to installation traffic control:
6 a. Submit revised traf�c control plans to City Department Transportation and
7 Public Woz-ks DeparEment.
8 I) Revise Traf�c Control plans in accordance witk� Section 34 71 13.
9 2} AI�ow rninimum 5 vvorking c�ays for review o� z-evised Traffie Control.
10 3} It is the Contractor's responsibility to coordinate review of Traffic Control
I 1 plans for Street Use Permit, such tkaat construction is not delayed.
12 D. Removal of Street Sign
13 1. If if is determined that a street si� xnust be removed far construction, t1�en contact
14 City Transportation and �'ublic Works Department, Signs and Markings Division to
15 remove t1�e sign.
16
17
18
19
20
21
22
23
24
25
E. Temporary Signage
1. In the case of regulatory signs, replace pennanent sign with iezxiporary sign meeting
requizements of the latest edition of the Texas Manual or� Uniform Traffic Control
Devices {MUTCD}.
2. Install temporary sign befare the removal of pennanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Pubiic Works Department, Signs
and Markings Division, to reinstall the pertnanent sign.
F. Traffic Control Standards
1. Trafiic Control Standards can be found on the City's Buzzsaw website.
26 1.5 SUSMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INTORMATlONAL SUBMITTALS [NOT US�D]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED�
29 1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUAL�TY ASSURANCE [NOT US�D]
31 1.10 DELTV�RY, STORAGE, AND HANDLING �NOT USEDj
32
33
1.11. FIELD [SITE] CONDITIONS [NOT USED]
1.1.2 WAIZRANTY [NOT USEllI
34 PART 2- PRODUCTS jNOT USED]
35 �ART 3 - EXECUTION [NOT USED�
3G
END OF S�CTION
CI1"Y OP' F()RT WOR'TH Coinmander Rd — MidfieEd Stage 2
STANDARI] CONS"I'ILUCTIpN SPECIFICAI'ION DOCUMENTS City Projecc No. 101644
Revised July 1, 201 1
015526-3
ST[2EET USE FL1tFVIl'T' ANI7 MOD�FiCATIONS 1'O TRAFFIC COI+ITROL
Page 3 of 3
Revision Log
DATE NAM� SUMMARY OF CHANG�
CPI'Y OF PORT WOR1'H Commandec ILd — Midfield Stage 2
STf1NDAkZD CONSTRUCTION SPEC]FICATION DOCUMFNTS Ciry Project No. 101644
Revised .Tuly 1, 2a11
o� s7 �� - i
S`1'ORM WA`['ER POLLUTION PREVENTIDN
Pagc I of 3
9
SECTION Ol 57 13
STORM WATER �'OLLUTiON 1'REVENTION
3 PART 1 � GENER.A,L
4 1.1 SUMMARY
5
6
7
8
9
10
1I
12
I3
A. Sectio�n �ncIudes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Rcquireznents, Contract Forms and Condifions of the
Contract
2. Division 1--- General Requirements
3. Section 3I 25 00 -- �rpsiqn and Sediment Control
1� 1.2 PRICE AND PAYMENT PROCEDURCS
15
16
17
18
19
20
A. Measure�ment and Payment
1. Construction Activities resulting in less than 1 acre of disturbar�ce
a. Work associated with this Item is considered subsidiazy to the varions Items
bid. No separate payment will be allowed foz this Itein,
2. Construction Activities resulting in greatez ihan 1 acre of disturbance
a. Measurement and Paynne�t shall be in accordance vvith Section 31 25 00.
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. Notice of lntent: NOI
24 2. Notice o�Termination: NOT
25 3. Storm Water 1'ollufion Prevention Plan: SWPPP
26 4. Texas Commission on Enviroiunental Quality: TCEQ
27 5. Notice of Change: NOC
28 A. Refercnce Standards
29 1. Reference standards cited in this Specification xefer to tl�e current reference
3� standard published at the tixz�e of the latest revision date logged at the end of this
31 Specif cation, unless a date is specifically cited.
32 2. Integrated Storm Management (iSWM) Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRAT�VE REQUYRI:MENT�
35 A. General
36 1. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwa#er Pollution Prevention �'lan.
CITY OF FOR`i' SrV012'TH Commander Rd — MidSeld Stage 2
STANDARD CONSTRUCTIdN SPECIPICATION llOCUMENTS Ciry Project No. 161644
I2evised7uly l,2pll
OI5713-2
STORM WATER POLLiJTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
2
3
4
5
6
7
8
9
10
1I
12
l3
I4
15
16
17
18
19
20
1
2.
3
Less than 1 acre of disturbance
a. Provide erosion a�d sediment conkrol in accordance with Section 31 25 00 and
Drawings.
1 to less than S acz�es o� disturbance
a. Texas Pollutant Discharge Elimination �ystem (TPDES} General Constructian
Pez-mit is requircd
b. Complete SWPPF in accordance witb `�'CEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
T�lsa000
a) Sign and post at job site
b} FriQr to Prcconstz-uction Meeting, send 1 copy to City Department of
Transportation and Public Worlcs, Environmental Divisipn, (817) 392-
6088.
2) �'rovide erosion and sediment conlrol in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Pe�x�it
d) SWPPP
e) TC�Q requirements
5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Constru�ction
Permit is requized
b. Coxn.plete SWPPl' in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and subxnit ta TCEQ along with required fee
a} Sign and post at job site
b) Send copy to City DepartKx�ent of Transportation and Public Works,
Environmental Division, {$17) 392-6088.
2) TCEQ Notice of Change required if malcing changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 2S 00
b) "I'he Drawings
c) TXR150000 General Permit
d) SWl'1'Y
e) TCEQ requirements
4} Once the project has been completed and all ki�e closeoui requirements of
TC�Q have been met a TCEQ Notice of Termination can be subxx�itied.
a) Send copy to Cily Depariment of Transportatian and Public Worlcs,
Envirann�ental Division, (817) 392-6088.
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
39
40 1.5 SUBMITTALS
41
42
43
44
45
46
�47
A. SWPFP
Submat in accordance with Scetion 01 33 00, except as stated herein.
a. Prior to the 1'reconstruction Meeting, subnnit a draft copy of SWPPP to the City
as follows:
1) 1 copy to t�ie City Froject Manager
a) City Project Managcr will forward to the City Department of
Transpartation and PubIic Works, Environmental Division for revzew
CiTY OF FOR'1' WdKTH Commander Rd -- Midfield Stage 2
STANDACtD CONSTRUCTION SPECIFICATIOiv DOCUM�,�lTS Ciry L'roject No. ] 01644
Revised July 1, 2Q11
015713-3
STOR1Vi WATER POLLUTION PREV�NTION
Page 3 of 3
1 B. Modified SWPPP
2 1. If the SWPPP is revised during conskruction, resubmit modified SWPPP to the City
3 in accordance with Section O1 33 00.
4 1.6 ACTION SUBMITTAL�IINF�RMATIONAL SUSMITTALS [NOT USED]
5
b
7
8
9
lQ
11
12
13
14
15
I.7 CLOSEOLTT SUBNiITTALS [NOT US�DJ
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ
1.9 QUALITY ASSURANC� jNOT USED]
1.10 D�LIVERY, STOR�IGE, AND HANDLING [NOT USED]
L11 FIELD [SITE] CONDITIONS [NOT USED]
1,12 WARRANTY [NOT USED�
PART 2- PRODUCTS �NOT USED]
�ART 3 - EXECUTION [NOT USED]
�ND OF SECTION
DATE , NAM�
Revision Lag
SUMMARY OF CHANGE
CITY OF FdRT WOR"fH
STA�IDAJtD CONSTRUCTION SP�CIFTCATiON DOGUMENTS
Revised July 1, 2011
Commander Rd — Midfield SYage 2
City Projecl Na. 1 U 1b44
015813-!
TEMP4RA1tY i'IZO.I�CT SIGNAGE
Page 1 of 3
1
2
SECTTON O1 58 13
TEM�ORARY PR03ECT SiGNAGE
3 pART1- GENERAL
�4 1.1 SUMMARY
5 A. Section Includes:
b 1. Temporary Project Signage Aequixements
� B. Deviations from tbis City of Fort Worth Standard Specification
g 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
1p 1. Division 0— Biddzng Requirements, Contract Forms and Conditions of the Contract
11 2. Di�ision 1— General Requirements
12 1.Z PRICE AND PAYMENT PROCEDURES
i 3 A. Measure�nent and Payment
ir� 1, Work assoeiated with this Item is considered subsidiary to the various Items bid.
15 No sepaz�ate payment will be allowed for this Item.
16 1.3 RE�ERENCES [NOT USED]
I7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
18 � S Si7BM�TTALS [NOT USED]
14 1.6 ACTION SUSMITTALSI�NrORMATIONAL SUBMITTALS [NOT USED]
20
2l
22
23
24
25
26
27
28
29
30
31
1.7 CLOSEOUT SUSMITTALS [NOT USED]
I.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAG�, AND 13ANDL�NG [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED�
1.�.2 WAItRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ozx] OWNER-SUPPLYEDPRODUCTS [NOT USEDj
Z,2 EQUI�MENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Pro�ide free standing Project Designation Sign in accordance wiih City's 5tandard
Details for project signs.
Ci`i'Y OP FOR1' WORTH
S'PANUARD CONSTftUCTION Si'P.ClPICATION DOCUMSNTS
licvised Ju1y 1, 20l 1
Comfnander Itd —Midfield Stage 2
City Pro}ect No. l01 G�44
Ol 58 13 - 2
TEMPOKARY PROSECT SIGNAGE
Pabe 2 of 3
1 B. Materials
Z 1. Sign
3 a. Constructed of 3/9-inch fir plywood, grade A-C (exterior} oz better
q 2.3 ACCESSORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USED]
6 PART 3 - EXECUTION
7
8
9
SO
11
12
13
14
15
16
I7
18
19
20
21
22
23
2A
25
2b
3.1 INSTALL�RS [NOT USEDj
3.2 �XANIINATION �NOT USED]
3.3 PREPARATYON [NOT US�D]
3.4 iNSTALLATION
A. General
1. Provide vertical instaIlation at extents of project.
2. Relocate sign as needeci, upon request of khe City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT US�D]
3,6 RE-iNSTALLATION �NOT USED]
3.7 FIELD [ox] SIT� QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT US�D]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT US�D]
3.13 MAINT�NANCE
2� A. General
28 1. Maintenance will include painting and repairs as needed oz directed by the City.
29 3.14 ATTACHMENTS [NOT [7SED]
30 END Or SECTI4N
C1TY O�' FORT WOKTH
STANDAIZD CONS'Z'[LLTCTION SPECIFICATION AOCiTMflNTS
Revised Saly 1, 261 i
Coinmander Rd — iVlidfield Stagc 2
City Project Na. 1D1644
O1 58 13 - 3
TEMPORARY YROIL�CT SIGNAG�
Page 3 of 3
Revzsion Log
DATE I NAME I SUMMARY OF CHANGE
C[TY OF FORT 4VOR1'H Cummander Rd — Midfield Stage 2
STANDAItD CONS`i'TZUCTION 5Y�'CIFICATION DOCUMENTS Ciry Projecl No. 101 C44
licvised July 1, 20ll
p 1 60 00
PRdDUCT REQTJiI2F.M�NTS
Pagc 1 of 2
SLCTION OI 60 00
PRODUCT REQUIREMENTS
PART1� GENERAL
Ll SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Devi�atio�s fi-om this City of Foi-E Worth Standa�•d Specification
1. None.
C. Related Specification Sections include, but a�e not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Fai�ms and Conditions of ihe Contracf
2. Division I— General Requiiements
�.� PRICE AND PAYMCNT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMIN�STRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the CiEy's website at:
htfps:l/apps.fortworthtexas.�ov/ProjeetResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Standard Product List in ihese Cantract
Documents shall be allowed for use on ihe Project.
1. Any subsequently approved prod�cts will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
pzoducts incIuded on the City's Standard Product List.
I. The City reservcs the right to not allow products to be used for ccrtain projects even
though the product is listed on the City's Standard Product List.
D. Althaugh a specific product is included on City's Standard P�-oduct List, not ail
products from that manufac�.u-er are approved for use, including but not limited to, that
manufacturer's standard product.
F. See Section O1 33 �0 for submittal requirenaents of �'raduct Data included on City's
Standard Product Lisi.
1.5 SUBMITTALS [NOT US�D]
' 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMrTTALS (NOT USED]
1.7 CLOSEOUT SiTBM�TTALS [NOT USLD]
1.S MAINTENANCE MATERYAL ST]`BMITTALS [NOT USED]
1.9 QIIALITY ASSURANCE [NOT US�D]
CI'IY OP PORT WORTH Commander Rd — Midfeld Stage 2
STt1NDARD CONSTRUCTION SP�'CIP'ICATION DOCiTMENTS City �rojecl No. ] 01644
lievised Ivlarch 9, 2d20
O1 60 00
PI2pDUCT 1tEQUIRE1ViL�NTS
Page 2 of 2
110 DELYVERY, ST�RAGE, AND HANDLING [NOT USED]
1.I1 F�ELD ESJTE] CONDITIONS [NOT USED�
I.12 WARRANTY [NOT L1SED�
YART 2- PR4DUCTS jNOT USED�
PART 3 - EXECI3T�ON [NOT USED]
END OF SECTION
Revisiorn Log
DATE NAME
16/12/12 D.7ohnson
3/9/2020 D.V. Magana
SUMMARY OF CHANGE
Modified Lacation of Ciry's Standard Product List
Removed reference to Buzzsaw and noted that the City approved pxoduc�s list is
accessible through the Gity's website.
Commander Itd— Midfield Stage 2
CITY OF FORT WORTH City Project No. 101644
$TANDAItD CONSTRUCTjON SPECIFICATION DOCUNiEI�`fS
Ctevised March 9, 2U20
61G600-[
PRODUCT STORA(iE ANll HANULING 12T:QUIREMENTS
Page 1 of 4
1
2
SECTION Ol 66 00
PRODUCT STORAGE AND HANDLING REQU7REMENTS
3 PART1- �ENERAL
4 1.1 SUMMARY
5
6
7
8
9
14
11
12
i3
l4
15
If
A. Section Includes:
1. ,5cheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. �xposure to clements or harsh environments
B. Deviations from this City af Fort Worth Standard Specif catzon
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 Requireanents
1.2 PRIC� AND PAYMENT �ROCEDURES
17 A. Measurement and Payzx�ent
18 I. Worlc associated with this Item is considered subsidiary to the vaz�ious Items bid.
19 No separate paymenf ovill be allowed for this Item.
20 l .3 REF�RCNCES [NOT USED]
21 l.4 ADMINYSTRATIVE REQUIREMENTS [NOT USED]
22 1.5 SUBMITTALS [NOT USED]
23 1.6 ACTION SUBMITTAL�IINFORMATlONAL SUBMITTALS [NOT USEDJ
24
25
26
27
28
29
30
3I
32
33
1.7 CLOSEOUT SUBMITTALS [N�T USEDj
1.8 MAINTENANCE MATER�AL Sl1BMYTTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products o�• equipment as required to allow tizx�ely installation
a�ad to avoid prolonged storage.
2. Provide appropriaYe personnel and equipment to receive deliveries.
3. Delivery trucics will not be perfnitted to wait e�tended periods o� time on the Site
far personnel or ec�uipment to recezve the delivery.
CTTY OR FdRT WORTH Coimnander Rd — Mid�ieEd Stage 2
STANllARD C�NSTRUCTION SPECl}�1CATIDN DOCiIMENTS City Project Na 101644
Reviscd July 1, 20 E 1
01660D-2
PRODUCT STORAGE AND kiANDLING REQUiR�NiENTS
page 2 of �
1
2
3
4
5
6
C. Starage Requirements
1. Store materials in accordance with rnanufacturer's recommendations and
requireznents of these Specifications.
2. Malce necessary provisians for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work ta prevent
damage to any part of Work ar existing facilities and to maintain free access at
all times to all parts of Wark and to utility service eompany installations in
vicinity of Work.
� B. Handling Requirements
g 1. Handle products or equipment in accozdance wifh tbese Contract Documents and
g manufacturer's recomm.endations and instructions.
10
J1
12
13
14
15
16
17
18
19
2Q
21
22
23
24
25
26
27
28
29
30
3i
32
33
3�}
35
36
37
38
3.
4.
5.
6.
4. Deliver products or equipmez►t in manufacturer's original unbrolcen cartons or other
conYainers designed and constructed to protect the contents froxn physical or
environinental damage.
5. Clearly and fully mark and identify as to manufaclurer, item and i�stallation
location.
6. 1'rovide manufacturer's instructions for storage and handling.
Keep materials and equipment neatly and compactly stored in locations that wzll
cause minimum inconvenience to oiher contractors, publzc travel, adjoining owners,
tenants and occupants.
a. Arrange siorage to provide easy access for inspection.
Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
Provide off-site storage and protection when on-site storage is not adequate.
a. Provide adci�esses of and access to off-site starage locations for inspection by
City's Project Representative.
Do not use Iawns, grass plots ar other private property for storage purposes without
written pertnission of owner or other person in possession or control of prenaises.
7. Store in manufacturers' unopened containers.
S. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property or�mers and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and pzivate driveways and street crossings open.
10. Repair or xeplace damaged lawx►s, sidewalks, streets or other improvements to
satisfaction of City's Projeci Representati�e.
a. Total length rnlhich materials inay be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Projeck Representative.
CITY OF FORT WOKTT�
STANDARD CONSTRUCTION SPEG�NICA"I'ION DOCUMT'N1'S
Revised 7uly l, 2011
Commandcr Rd — Midfield Stage 2
City Project No. IDlC44
01 66 00 - 3
PRODUCT S�'ORAGE ANA HANDLiNG ReQU[ILEIV[E1V;fS
Page 3 of �
1 1.11 FIELD [SYTEJ CONDITIONS [NOT USED]
2 1.I2 WARRANTY [NOT USED]
3 PART 2- PRODUCTS [NOT USED�
4 PART 3 - EXECUTION
5
6
7
8
4
10
11
I2
13
14
15
16
17
18
14
20
21
22
23
24
25
2b
27
28
29
30
31 INSTALLERS [NOT IISED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT US�D]
3.6 RE-INSTALLATION [NOT USED]
3.7 FYELD �o�] �ITE QUALITY CONTROL
A. Tests and lnspections
1. Znspect all products ar equipment delivered to the site prior to unloading.
B. Non-Conforxxiing Wor�
1. Reject all products or equipment that are damaged, used or in any othez� way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USEDJ
3.i0 CL�ANING [NOT US�D]
3.11 CLOS�OUT ACTIVYTIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equi�ment in accordance with manufacturer's written directions.
B. Store products or equipxr►ent in location to a�oid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
lk�e manufacturer.
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OT' FORT WOR"PH
STANDAKD CONSTRUCTION SPEC3FTCATION DdCUMEI�FTS
Revised July l, 2011
Commander Rd — Mid�eld Stagc 2
City Project No. 141644
O1 G600-4
PRODUC'1' 8"1'012AGE ANJJ HANDLIIZG REQUIREML�NTS
Pagc 4 of 4
Revision Log
DATE NAM� SUMMARY OF CHANGE
CITY OP �OTt1' WORTH Commander Rd—Midfield Stage 2
S 1'ANDARD CONSTRUCTION SPECINICATTON DOCiJN[CNTS City Projcct I�la. 101644
Rcvised 7uly 1, 20l 1
01 70 0D - 1
MOT3ILIZATION AND iZL1VIOBILIZATLON
page 1 of 6
�
3 PART1- GENERAL
SECT�ON O1 70 00
MOBILIZATION AND REM4BILIZATION
4 1.1 SUMMARY
5 A. Section Includes:
6
7
$
9
10
I1
12
13
14
15
16
i7
18
l9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�k
35
36
37
38
39
40
41
42
43
4�3
�45
2
�
1. Mobilization and Demobilization
a. Mobilization
1} Tzansportation of Contractor's personnel, equipineni, and operating supplies
to the Site
2} Establishnrzent of necessary general �acilities for the Contractor's operation
at the Site
3} Premiuxns paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to ano�her location wit�iin the designated Szte
5) Relocation of necessary generai faeilities for the Cantractor's operation
frorn 1 location. to another location on the Site.
b. Dcxnobilization
1) `I'ransportation of Contractor's personz�el, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3} Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilizaiion and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
Remobilization
a. Rezx�abilization for Suspension of Work speeifically required in the Conkract
Documents or as required by Ciiy includes:
1} Demobilization
a) Transportation o� Contractor's persoruiel, equipment, and operating
supplies ftom the �ite including disassernbly or temporarily securing
equipment, supplies, and other facilities as designated by the Co��tract
Docu�ents necessary to suspend the Work.
b} Site Clean-up as designated in khe Contract Documents
2) Remobilization
a) `I'ransportation of Contractor's pexsonnel, equipment, and operatjng
supplies ta the Site necessary to res�tne the Work.
b) Estabiishment of necessary generai facilities �ar the Contxactor's
operation at the Site necessary to resuine the Work.
3) Na Payments will be made for:
a) Mobilization and Demobi�ization from one location to atiother on the
Site in the normai pragress of perforrning the Worlc.
b} Stand-by or idle time
c) Lost pro�ts
Mobilizations and Deznobilization for Miscellaneous Projects
a. Mobilizalion and Demobilization
CITY OF FORT'WORTH
STAI�D.41tD CONSTIZUCTIOI*t SPEC1TiGAT10N DOCUIv[E1V1'S
Revised t�lovember 22, 2016
Commander IZd — Midficld Stage 2
City Projact Na. 101644
017DD0-2
NfOBILIZATION AND 1t�,NTO$ILIZA'I'TON
Page 2 of 6
1
2
3
4
5
6
7
8
9
10
11
I2
13
14
15
16
17
IS
19
2fl
1) Mobilization shall consist of the activities and cost an a Work Order basis
necessary for:
a) Transportation of Contractor's pexsonr�el, equipment, and operating
supplies to the Siie for tk�e issued Work Order.
b) Establishment of necessazy general facilities for the Contractar's
operaiion at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessa�y for:
a) Transportation of Contractor's personnel, equipment, a�d operating
supplies from the Site including disassembly for each issued Work
Order
b} Site Clean-up for each issued Work Order
c} Removal of all buildings or other facilities assembled at Ehe Site for
each Work Oder
b. MobiIization and Demobzlization da not include activities for specific items of
work for which payz-�ent is provided elsevvhere in the cont�act.
�. Emergency Mobilizations and Demobilization for MisceIlaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City ar�d ihe
xnobilization occurs within 2�4 hours of the issuance of the Work Order.
B. D�viations froan this City of Fort Worth Standard Specification
1. None,
21 C. Related Specification Sections incluc�e, but are not �ecessarily limited to:
22 1. Division Q— Bidding Requirements, Contract Fprms and Conditions of the Contract
23 2. Division 1— General Requirements
24 I.2 PRICE AND PAYMENT PROCEDURES
25
26
27
28
29
34
3I
32
33
34
35
36
37
38
39
�}0
41
42
43
44
45
A. Measurement and Payn�ent [Cons�lt City Department/Division for dir�ction on if
Mobilization pay iteix� io be included or the item should be subsidiary. Include the
appropriate Section 1.2 A. 1.]
1. Mobiiization and Demobilization
a. Measurc
1) '�his Item is considered subsidiary to SS-120 Site Preparataon. +�
Tfo„�.. l.;.d
�a.
b. Payment
i) The work perf'ormed and rnaterials furnished in accordance with tliis Item
are subsidiazy to the various Items bid and no other compensa�ion wi11 be
allowed.
�
a� �`� x�a�Ax�
Y � -rl�;., r�,..,, , ,;tt t,,, .,,o ,-oa �-... +ho r,,.,,,. � ,.t, „� r�zo � ,.�tr
���
T�i.,l.;l;.�.,�;.,., ; ...,1....1.,+.,a �.,, +l,o l.��o 1,:�7 �.+,1,._n.,���i11 .,.,+ 1.�,
�} -
� ��
�} ,
�,,..,-.-,.,.� ., �,. i�.,., �w„ i,.....�. ,� .,, � ...,,,.t,:i;�.,+;,,,, na,.i,;i;�.,+.,,., �r,.,11 �,o
. �
„a,. ,-+;.,i ,. „� �n � ii„
CITY O�' FORT WOR1'H Commander Rd—Midticld Stagc 2
STANDARD CONSTRUCI'iON SPEC]FICATION DOCUMENTS Ciiy Project No. 1 U 1644
Revised Na�ember 22, 20 E 6
O170Q0-3
MOBILIZA"1`TON ANA REMOBILIZATION
Page 3 of 6
9
10
11
12
13
14
lS
16
17
Z8
19
2V
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�io
�l
42
43
44
4S
46
, _
+' -
� - -
�
� - - -
�' -
j��
.
_�
��
„ � . ,. .
■
+ ll i a
�� ,
� •
+ �� ■ . •
��. �.
a
ir
_-�•-
�-:
a- "�
� -r�,; ;fo... �,,.. rxr„��,.rco r,.� .,ao oa�.�,,.:,�; . +„ �::v
rt„ � �,;,�
,�l uh�Y t..•t� n �� ,.t,•1• _ r1.. » «
z.7 �vrvnrrrcEt�iOs--�""��wiiiiic�i6xx —Prir"a i4��
U li1 �� 'i1 1,� ,Y, ,-o.] 7-... +h� 1„m.. � .,..1, .,.. tha . .,.-1.
11R i,'1'.��ti..,� ;..�1,.,,l�ro� n+ +1,n 1,.,�., 1,;.7 ..,,1.. .,,,,7 .�.;11 .�,.F T��
. ..., u..0 ...�� ...,� ,,..
�,-,,,�...,.,..;,;,.,,-:�n ��,.,ri i,o „ ns,�a,-,,,a n„ti.,.,a:.,,... +„ tka , ��,:,� :��.,.�
� �
�
F�-.o �4.� a.�T �-.o n��.�. nra
C1TY ON FORT WORTH
STANDAR� COtdSTRL1C`1'TON SPTCIFICATION DOCUMIiNTS
Revised t�lovember 22, 2D16
Commander Rd — Midfield Stage 2
City Proj ect No. 101644
o� �oaa-a
MOBILIZATION AND 1tEMOBlIs[ZATiON
Page 4 of 6
� �z-� z'���i�ir �c'�""���6biii'a�$"'n—ni3i�3r't�2 �� cc
a
2 �z'liFfa�iEkH}fkgE"� +1.., �,�:,,�+o.a !''.,+,+rnnt a �,��.t��.:il t,., ,..,1,.,.1.,a�.a .,., rliv
3 t,.t.,l r�.,.,+.• ,.r � .,+ � . �_d�„ .,1,7,. a � ,. .,.,,..... :��
� u��, ::Y.
4 .
5 .
6 ..� �xr�.,,� y ai „��t,,, ,,,a;,,�r�,a r-�,..,t,..,,.+ ., ,,. � ,- ,. „�+n,..+;,,,, rE..,,,� <
� ,,,a rnoi „�rt,� ,�.,,.t�.;i;.,.,r:,,,, t,.,,,,, ,V. t,:a ,,,- rr�,,,,,,�+ ii ft,� .,.,.,.
�
g o
� �
4 ,,. .t.H;,,�.e.,a,-;� te�� .:�� r�� �.,;a:
> >'
10 1,� [xrt,o„ coi ��+�,� ,,,�:,,�+.,,7 r�„rr,-.,,.r ., ri+ �,-_,. ,.�+,-.,�,.�. rF,,,,,� :
11 �a �cai „F+t,� ,-.,,.�.;i.�.,f,,,� i,,.k, _,.�b;� ,... rr,,,..,,�.t fr ., „� A,��
�
12 ..rr,,,..,,a7vi „�+i,� }�+ni_xz,,;s, a�..,;�..,.,, ,.�a,.,.:.,.,,,,, �u �«uv�
'�, , ^ �,b�
13 , , � .
14 .;�, i..,. ,a,,.a,,,,�„� �..,,,�. �ti,., ., Hf.
XS..1 'fxll..,,., Tno% ,.f'rt,o ., 1.,,�fo�] f'.,,,r«.,,.t ., .,+-F�,-,. ..�F.-..,.F;,,,, 7t..,,�� ;
16 ..,a � nnoi „�f�.n .,,,,t„i;�..,-;�r �,,,,..,., � ,.. �,:a ,,.. rr,,,,,,,�.+ +�.,, ,M
�
�% .,lr..., ,,,J7o� „�Frt-.o +..+.,1 ,. a.-.,�,,.,.Ta ../.7.-�;.,�.To r'',,,-.rp�,.e
rt� � �
1 g €�i�iv^c`T-2�'V�3iE�}�G�iS-�v&���"r"r1r�rvE�i{�. p,+o , +.l7or_fl.a 7a.,
19 .;1T L,o .Xoa..�.+�.7 � .,,,� +1,;� � ,-.r.
i� �-t�c-�C�l}t-a�tliit�fa-t6 cc �e •
21 „rr,. ,.ar oi ..r+�tn�_�
n� ry ��
22
23 e�e�ee�ie�r.
24 �-}
25
25 .,.,+;,,,, . ,;�i �-.o .,r�,,..,,,a
27
28
29
30
31
32
33
34
35
3s
37
38
39
�40
�: �
42
43
44
4S
46
47
48
Z"�.-
�
� �
�} •
� �
�
Ek�Ec�:'scrr�u5�3iv�ii acR--ccua�%iLciSi�cc�E��� •;1f I.�, ...,:,� � ,- .,r +l,o , 9,;r
,,,,t, «c,.o,.;f;e,a ne,..,.i-.ris,,,+:,..,» ,.,-a,,.,,.o, .;.t, r�,,,,},-�„+
�ee�
� TL.o ,.,-;..o �h.,ll :.,..i..a�_
t1 Tla.,,.,t,:1;.�„�;,,,-, .,� ,�o�..r;l,o,7 .,-, Co,.r;r.�._1 1_A 'L��1
T7 . . . .
21 De,v...L.;l;.�.,ti�,-. .,., .70�..,-:l-.o,7�Y.s'o�i��. Y.Y A'1 ., 7\
z7
� 11T� v. r.+�, ...a� �-.o w.nrao � r_c�4nri�k _icl�r. 4.m.� .� �i.nF..s��.�4n n n4a� 41.i�
� a
�
� D�.,-.,..T-.;1<.��f;.�,-, F.�_��..« .,FCxI....l �rU ic,i�uii: u vj' �iij'
�
�
„rca,.+;,,., nn �� nn
� > >
:ri4� 4kin T4o�m
. �,. r �� •
� �e��
CITY OF FORT WdRTH Cocnmander Rd — Midtield Stage 2
STANDA12I3 CONSTRUCTION SPECIFICATION DOCUMEN"1'S GEty Project No. E D1644
Revised Novcanber 22, 2016
ai�aao-s
MOBiLiZATTOhI A1VD TtLMOBILTZATION
Page 5 oF6
1
2
3
4
5
b
7
8
9
ia
11
12
13
14
15
16
l7
I8
19
2�
21
22
23
24
25
Zb
2%
28
'�7
�i: '�t�
y] 'Y'�.r.'fX7r.«�. r.`.«� r•m...a ns.r� mn4o-.�.n�n {�-..rninHor� i r.ranvina. .i4� 4�in Tfom
�1
��s�e�-�ec�=�e� "�4e�s�r� n��a��e-��€ei--��e-��
• « 1 n ,a o,- T� 7 • � a • .i , •+b. !� .,+.-., e
�-riiE��C�' Ct'�E�3 �Oixc-vmvrLv�9�ir'r'cc`E�£8zrini-r^cEE9rrcrFix"xcc�vzcsrc^vacrucs
„a ��,.,n �,,,-r�o �.,.,r � .- ,-„+,.i<.
� rr�,e e „r,.,r� : ,.r..,�e:
��.�r„�,:i;�„�;,,r .,� ao�,.,-;�,oa ;,, co,,.�,.�. r 7 n z.n.�_ti
� „o,,..,.�.;,;��.�„ri �� aon,.�.;�.a�,_;��n�f;�n_, ., � � � �,
c�: , � ,
��
�
� ��
,�.} r�,,,,,,,,,,,,,,,,,,,+ � ,. f�,;n T�o.... .,�...ii i..e � ,. e ,.�, ��r„�..r:.,,,.:,.� „�a
� ��
�
�1C�Zize�s�f�.0 cca �i v'v xu�e�' `�4e�`", «,.�> ...;11 t,,, ,...,:.] F .. ., f �1... . .,; t
�Se--��' �6�3 "tx�„ L nr� �.,,,,,.,.,,.,,,., nrt„�.,i:.,.,a;,.,,» ; „«,a.,.,,.o . ,;�t,
� Tl,�., ., .,l,.,ll : ..l,,.ao
� �.�„�.;i;.,..+;,,,, .,.. ao��,-,�.oa .,, ce,.t;,.., i i n �.,�
2l TIo,V...1,;1<.��+;..,. .,� �1�.,...-:T-.�,.7 :,-. Co..r;.,., 1 1 A 2�.71
z7
� > >
�
29 1.3 REFERENCES [NOT USED]
30 1.9 ADMIN�STRATIVE REQUIREMENTS [NOT USED�
31 I..S SUBMITTALS [NOT US�D]
32 1.6 YNFORMATIONAL SUBMITTALS [NOT USEDJ
33 1.7 CLOS�Of7T SUBMITTALS [NOT USED]
34 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED]
35 1.9 QUALITY ASSURANCE [NOT U,SED]
36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
37
38
1.11 FIELD [SITEJ CONDITIONS [NOT US�D]
1.12 WARRANTY �NOT USEDj
Cl`fY OF POIiT WOItTF� Co�nmander Rd — Midfield Stage 2
STANDARD CONSTRUCTION SPECIf�TCATION T70CTJMENTS City Projcct No. ]OT6�}4
Revised 1Vovember 22, 2016
0170D0-6
MOSILIZATION AND REMOBILIZATION
Page 6 of 6
1 PART 2 � PRODUCTS [NOT USED]
2 YART 3 � �XCCUTION �NQT USED]
3 END Ok' 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 spcciiication flexible for either subsidiary ar paid bid item far Mohilization.
C1TY ON I�'OTi1' WORTH Commande� Rd — Midfield Stage 2
STANDARD CONSTRi7CTION SPECI�ICATION DOCUMENTS City Project No. 101644
Revised Novemher 22, 2016
oi�iz3-�
CONSTRUCTIUN STAKING AND SURVEY
Page 1 of7
1
2
3 �ART1- GENERAL
SECTION Ql 7l 23
CONSTRUCTION STAKING AND SURVEY
4 l.l SUMMARY
5 A. Section Includes:
6
7
8
l. Requirements for construction staking and canstruction su�rvey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
9 C. Related Specification Sections include, but are not z�ecessarily limited to:
10 1. Division Q— Bidding Requirements, Contract Forms and Conditions of the Contract
f 1 2. Division 1— General Requirements
12 1.2 �RICE AND PAYMENT PROC�DURES
13
14
1S
16
i7
18
19
20
21
22
23
24
25
26
27
20
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Fayment
�
�- �
� r�r�...,.._ «+ �,,.- �t,;.. rr.,,.,., Rt,.,il 1-.o t,,. 1,,,Y„� .,
� ��
1\ Tl-.a wl� rF o.7 .,,,.7 rl,o „t� .,I� �„-., �t,a,a r ,-.�.. .;+1, =Hiu
��7
«
� « ,�
r,a i... ..ry� ,. rreta� � ,a ++ F t t r„aa,r :� Ft,o �,.,,,�.
«� ,..,�,L .a..,�........ ... �., �,.....r
�
E �rt, � l,:a �1.�11 ;,�,.1„�a t..,F .,,.4 t.o �i; ::��� :v �t,� � tl,,.,.i,z,.•
� . �..��.� .. ..b.
]� �r,.,-;l;,,.,+:,.,� ,.�.,,,.,r«,.1 .�.,r., ., .;.70.7 i... l�:F.,
�
� �
;�, +i,o �:ot�
��
,� o�„ ,.E;,. .,,a .,,,�.,-.,;,<-.,� „�,. �,� „f.:,n s#aU;�� a��•, m��� �����:�.. . : �?:�
�r..-w. �F«n..4 n�.na4n�� . .. 4t.o !'�.4<.�n n4��r�n.-.l +nr.n..�n}�.
2. Construction Survey
a. Measurement
1) This Itein is considered subsiciiary to the various Items bid.
b. Payment
1) The work perfo�rned and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other coznpensation will be
allowed.
� n � u, .'r+ �„ o
� �€�suret��
� •
� �
� rrt, i ,.� a �a .t,o �ra .,��_ �;. .,t,,,,a , ru...,.,:��...,., ..':�t� +t,:.,
Trccr�r�vc pr'ki{�z�v�rr-€�� *cir�`x�-�1�= i�S��FEE�ic z�^va"—"�.�, R::.? � c•.:: :: J"
CITX OF FOR'I' WORTH Commander Rd — Midfieid Stage 2
STAi+fDAHI] CONSTRUCTIQN SP�CIFICATION DOCUMENI'S City Project No. 1D1644
Rcviscd February l4, 2UI8
Ol 71 23 - 2
COI�lSTRUCTION STAKING ANI� SURVEY
Page 2 of 7
1
2
3
4
S
6
7
8
4
� »
� �zrnrc-�6�' ` �^vavci-ci6�#6#� �+ ......a., .,. t,......�. X,..� __..,....,
a .7 h ,.,-7� �. ..Teao�1 .J t + +.,1 . �.-I. ; ..1�.�1�A :«, at,., 1,,,-.,., �
z.0 �v �v�u. ,..�..� ,....x...,.... ..� �.., ..,....t, .,.....aa
�
� Trti e�..a �t,.,Ti ;„i„�1 t, �. v� �., �:.��:.�a t„ +r,o �_ t�,,.....,.�..
� ....... w �.... �.,.......�.b..
71 r.;,,1,7 ,,,., v...+.. .,..,t � „b.,.f.. +.. ;.]�,�,r;f:, 1,,.,.,ti„u : i� �;�,.leto,7
�� r�..�....
F :1'e'
��
�
.,i„�n .,fi,� �:,,;�,,, ., , �;yo�
] 0 1.3 R�rERENCES
ll
12
13
14
15
16
17
A. De£'tnitions
1.
2.
3.
4.
Co�struction Surve - The survey measurements made prior to or while
construction is in progress to cont.�ol elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
As-built Survev The �neasurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
Construction Stakin� — The placement of stakes and markings to provide offsets
and eleva�ipns to cut and fill in order to locate on khe ground the designed
structures/itnprovements included in the Project Drawings. Construction staking
shall include staking easexnents and/or right of way if indicated on the plans.
Survey "Field Checks" — Measurements made after construction staking is
completed and before construction vvork begins to ex�sure that structures marked on
the ground are accurately located per Pro�ect Drawings.
18
14
20
21
22
23
24
25
26
27
28
29
30
31
32
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) -- 01 71 23.16.01_ Attachment A Survey Stalcing Standards
2. City of �'ort Worth - Standard Survey Data Collector Library (fxI) �les (available
on City's Buzzsaw website).
3. Texas Deparhnent of Transportaiion (TxDOT} Survey ManuaI, latest revision
4. Texas Society of Professzonal Land Surveyors {TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
33
34 l.4 ADMINISTRATIVE REQUYREMENTS
35 A. The Contractor's se[ection of a surveyor mnst comply with Texas Government
36 Code 225� (quali�"ications based se[ection) for E�is pro��ct.
37 1.5 SUBMITTALS
38 A. Submiitals, if required, shall be in accordance with Section O1 33 00.
39 B. All submittals shail he received ax�d reviewed by the City prior to delivery af work.
4D 1..6 ACTION SUBMITTALSIIN�'ORMAT�ONAL SUBMITTALS
41 A. Field Quality Control Subrr�iitals
B. Technical Refez�ences
CiTY OP CORT WOR1'H Commander Rd — Midfield Stage 2
STANDARD CONS`i'RUCTION SPECiFICATTdN DOCUMENTS City Praject �Io. F01644
12evised February 14, 20I8
017123-3
CONSTILUCTION STAKING AND SURVEY
Page 3 of 7
1 1. Documentation verifying accu�acy o�field engineering worlc, including coordinate
2 conversions if plans do not indicate grid ar ground coordinates.
3 2. Submit "Cut-Sheets" confonning to the standard te�nplate provided by the City
4 (refer to Q 1 71 23.16.01 — Attachrnent A— Survey Staking Standards}.
5 I.7 CLOSEOUT SUBMITTALS
6 , B. As-built Redline Dzawi�g Submittal
7 1. Subzx�it As�Built Survcy Redline Drawings docume�nting the locatians/elevations of
8 constz-ucted improvements signed and sealed by Registered Professional Land
9 Surveyor (RPLS) responsible for the work (refer io 01 71 23.16.01 — Aftachment A
10 — Sur�ey Staking Standards) .
11 2. Contractor shall submit the proposed as-built and completed redline drawing
12 submittal one {l) week prior to scheduIing the project final inspection for City
13 review and comment. Revisions, if necessary, shall be made to the as-buzlt redline
1� drawings and resub�mitted to the Ciry prior to scheduling the construction final
15 inspectzoz�.
I5 1.8 MAINT�NANCE MATERTAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSUR.ANCE
18 A. Construction Staking
19 1. Construction staking will be performed by tk�e Contractor.
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4a
41
42
43
2. Coordination
a. Contact City's Pro�ect Representative at least one week in advance notifying
the City of when Constz-uction Staking is scheduled.
b. It is the Contxactor's responsibility to coordinate staking such tk�at
construction activities are not delayed or negatively iznpacted.
3. Genez-al
a. Contractor is responsible for preserving and xx�aintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perfonr� stalcing. If in the opinion of the City, a
sufficient number of stakes or nr�arlcings have becn lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
Construction Su�rvey will be performed by the Contractor.
2. Coordinatio�
a. Contractor to verify that horizontal and �ertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction s�rvey wi11 be perfo�ed in ord.er to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractar shall perform
construction survey and verify eontrol daia including, but not limited to, tk�e
following:
1) Vez��catian that established benchmarks and contxol are accurate.
CiTY OF FOR1' WORTH Coinmandea-Iid—Mid�eld Stage 2
STANllA1tD CONSTRUCTION SPECIFICATION DOCUMEN"fS City Project Na. 101644
Revised I'ehruary 14, 201$
O17123-4
CONSTRL7CTTON STAKING AND SURVEY
Page 4 of 7
1
2
3
4
5
6
7
8
9
10
11
12
�3
14
15
16
2) Use of Benchmarks to furnish and nnaintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish t1�e Iacation of the pipe.
�4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tuz�neling drive.
5) Provide access for the City, if requested, to verify the guidance system and
Clae line and grade of the carrier pipe.
6) `I'he Contractor remains fully responsible for the accuracy of the worlc and
correction of it, as required.
7) Monitor line and grade continuously during construction.
$) Record deviation with respecl to design Iine and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does npt meet the specified tolerances (as outlined in
Sections 33 OS 23 and/or 33 OS 2A), immediately notify tlae Czty and correct
the installatio� in accordance with the Contract Documents.
17 1.10 .DELIVERY, STORAGE, AND HANDLING [NOT USED]
i8 1.11 FIELD [SITE] C4NDITYONS [NOT USED�
19 1.12 WAItRANTY
20 PART 2 - PRODUCTS
21 A. A construction survey will produce, but will not be limited to:
22
23
24
25
26
27
28
29
30
3
31 4.
32
33
34 5.
35
36
37
38
39 6.
�40
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical cantrol elevations (benchmarks)
sufficiently permanent and Iacated in a manner to be used throughout construciion.
The locatian of planz�ed facilities, easements and improvements.
a. Establishi�ag final line and grade stalces for piers, floors, grade bearns, parking
areas, utilities, strects, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, vvhen required by the client, indicating the horizonfal and vertical
Iocation of facilities, easements and improvements, as built.
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 ieznplaie
which can be obtained froxn tk�e Survey Superintendent (817-392-7925).
Digital survey files in t�ae follqwing formats shalI be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shape�le (.shp)
c. CSV file (.csv), formatted with X and Y coordinates in se�arate columns (use
standard templates, if available}
Survey files shatl include vertical and horizontaI data tied to original project
control and benchmarks, and shalf include feature descriptions
� 1 YA R.T 3- EXL CUTION
42 3.1 INSTALLERS
CI"TY OP �'ORT WQRTH Commander Rd — MidSeld ,Stage 2
STANDARD CONSTRUC�']ON SPECIFICA'f10N DOCiJNIC�ITS Ciry Project No. ] 0] 644
Revised Rcbr�cary 14, 2018
O17123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 7
1 A. T010T'aI1G2S:
2 1. The staked location of any improvement or facility should be as accurate as
3 pz-actical and �ecessary. 'I'k►e degree of precision zequired is deper�dent on �nany
4 factors all of which must remain judgmental. The tolerances listed hereafter are
5 ba.sed on generalities and, under certain circumstances, shall yield to specific
6 requiremen�s. The surveyor sha11 assess any situation by review of the overall plans
� and through consultation with responsible parties as to tk�e need for speci�c
g tolerances.
9 a.. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
�p toierance. Horizontal alignment for earthworlc and rough cut should not exceed
11 1,0 ft. tolerance.
12 b. Horizontal alignment on a structure shall be within .O.lft tolerance.
13 c. Paving or concrete for streets, curbs, gutters, parking area,s, drives, alleys and
14 vvaikways shall be Iocated within the coniines of the site boundaries and,
� 5 occasionally, along a boundary or any other resirictive line. Away from any
16 restrictive line, these facilities should be staked with an accuracy producing no
17 more than O.OSi�. tolerance fram their speeified locations.
lg d. Underground and overhead utiiities, such as sewers, gas, watez, telephone and
� 9 electric lines, shall be located horizontally within their prescribed areas or
2p easements. Within assigned areas, these utilities should be staked with an
21 accuracy producing no more than Q.l ft tolerance from a specified locatian.
22 e. The accuracy required for the vertical location of utilities varies widely. Many
23 underground utilities require only a minirnu�m cover and a tolerance o� 0.1 t�.
24 shouid be maintained. Undergz-ound and overhead utilities on planz�ed profile,
25 but not dependin.g an gravity flow for performance, shauld nnt e�ceed 0.1 ft.
2,6 tolerance.
27
28
29
30
31
32
33
34
35
36
37
B. Surveying instruments shall be kept in close adjustment according to rz�anufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibratzon report at any time and recommends regular maintenance schedule i�e
perFormed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in suc� fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical iacations slaall be established from a pre-established benchrnark and
cl�ecked by closing to a diiferent bench maz�k an the sarrze datum.
3. Construction survey field wor� shall correspond to the client's plans. Irregularities
or conflicts found shall be reported prorz�ptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for fruture reference.
38
39 3.2 EXAMINATION [NOT USED]
40 3.3 PREPARATION [NOT US�D]
41 3.4 APPLICATION
42 3.5 REPAIR / RESTORATION
43 A. If ihe Contractor's worlc damages or destroys one or more of the control
44 monuments/poinis set by the City, ihe monuments shali be adequately referenced for
�5 cxpedient restoration.
Cl"fY OF FOR�' 'WORTH Commander Rd — Ivlidfield Slage 2
STANDARD CdNSTKUCTION SPECIFICAI'I03+F DOCUMENTS Ciiy Project No. f 0 i 644
Revised February 1a, 201$
O17123-6
COIVSTRUCTiON STAKING AIVD SURVEY
1'age 6 of 7
1
2
3
4
5
6
7
8
1. Notify CiEy if any conirol data needs to be restored ar replaced due to damage
caused during construction operations.
a. Cont�-acior shali perform replace�nents and/or restorations.
b. The City may require at any time a survey "rield Check" of any xnonuanent
or benchmarlcs that are set be veri�ed by the City surveyors before further
associated work can move forward.
3.6 RE-YNSTALLATION jNOT USEDJ
3.7 FIELD �oR] SITE QUALITY CONTROL
9 A. It is the Contractor's responsibility to maintain all stal�es and control data placed by the
10 City in accordance with this Specification. "I'his includes easements and right of way, if
11 noted on the plans.
12 B. Do not change or relocate staIces or contral data without approval from the City.
l3 3.8 SYSTEM STARTUP
I4
15
16
17
18
19
20
21
22
23
24
25
�
27
A. Su�rvey Checks
1. "I'k�e City reserves the right to perf�orm a Survey Check at any time deemed
necessary.
2. Checl�s by City pej•sonnel or 3� party contracted suz-veyor are not intended to
relieve the contractor of hislher responsibility for accuracy.
3.9 ADJUSTING [NOT USED�
3.1U CLEANING [NOT USED]
3.11 CLOS�OUT ACT�V�TIES [NOT USEDj
3.12 PROTECT�ON [N4T USED]
3.13 MAINTENANC� rNOT USED]
3.14 ATTACHMENTS �NOT USED]
END OR SECTION
Itevision Log
DATE NAM� SUMMAAY OP' CHANGE
8/31/2012 D. dohnson
Added instruction attd moda�ed measurement & pa}+�nent under 1.2; added
8l31/2017 M. Owen definitions and references under 1.3; modifted 1.6; added 1.7 closeout submiftal
requirements; modified 1.9 Quality Assurancc; added PART 2— PRQDUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.& System Starhip.
Removed "blue text"; revised measurement and payment secEions for Construction
2/14/201$ M Oweu ��aki�ag and As-Built Survey; added raference io selection compliance with TC�C
2254; rcvised action and Closeoi�t submittal requirements; added acceptable depth
meas�arement criteria; revised lisE of items re uirin as-built s�rrve "d«rin " and
CITY OF FORT WOR`I'H Commartder Rd — Mid6eld Stage 2
STANDART) CONSTRLICTIOiV SPECIFICATIOIV DOCCJMLNTS City I'roject No. 1D1694
lievised k'ehruary 14, 2018
01 71 23 - 7
CONSTRLTCTION 5TAKING AND SURV�Y
Pagc 7 of 7
"after" construction; a�ad revised acceptable digital survey �le forrnat
CiTI' O�' FQRT WORTH Commander Rd — Midfield 5tage 2
STAiVDARD CONSTRUCTION SPrCIFICAT1dN DOCiJMENTS City Project t�lo. 101644
Revised Fcbruary I4, 2U18
D17423-1
CLEANING
Page ] of 4
I
2
3 PART l - GENERAI,
4 1.1 SUMMARY
5
6
7
8
9
]0
11
12
13
14
SECTION 01 74 23
CLEANING
A. Section Includes:
1. Intermediate and iinal cleaning �or Work not including special cleaxvng of closed
systeins specified elsewhere
B. Deviations from this City o�Fart Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0-- Bidding Requirements, Contract Forms and Conditians of the Contract
2. Divisi�n 1— General Requirements
3. Seetion 32 92 �3 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 I. Work associated with this item is considered subsidiary to the various Itezns bid.
17 No separate payment wiII be a�lawed for this Item.
18 1.3 REFERENC�S [NOT USED]
19 I.4 ADMINI�TRAT�VE REQUIREMENTS
20 A. Scheduling
21 1. Schedule cleaning operations so that dust and other contaanmants disturbed by
22 cleaning process wiII not fa11 on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
25 1.5 �UBM�TTALS [NOT USED]
26 l.b ACTION SUSMITTALS/INk'ORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANC� MATERiAL SUBMYTTALS [NOT USED]
29
30
31
32
33
19 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Kequirements
1. Store cleaning products and cleaning wastes in containexs specifically designed for
Ihose materials.
CIT'Y O�' FORT WQRTH Cominande�- Rd — Mid�eld Stage 2
STANDARD CONSTTiUCTION SPSCIFICATION DOCIJfVIENTS City Project No. 101644
Revised July 1, 2011
ai �a z3 - z
CLEAiVING
Page 2 of 4
1 1.11 F�ELD [SITEJ CONDITIONS �NOT C7SED]
2 1.12 WARRANTY [NOT LfSED]
3 PAR.T 2 - PRODUCTS
4 2.1 OWNER-FURN�SHED [oRj OWNER��UPPLIED�RODUCTS [NOT USEDJ
5 2.2� MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontamznated
9 3. For manufactured surfaces
zp a. Material recommended by zx�anufacturer
1 ] 2.3 ACCESSORIES [NOT USED]
12 2.4 50URCE QUALITY CONTROL [N�T USED]
13 PART 3 - EXECUTION
14 3.1 INSTALLERS [NOT USED]
15 3.2 EXAMINAT�ON [NOT USED]
16 3.3 PREPARAT�ON [NOT LISED]
17 3.4 APPLICATION [NOT USED]
18 3.5 REPAIR 1 RESTORATION [NOT USED]
14 3.6 RE-INSTALLATION �NOT USEDJ
20 3.7 FI�LD [o�] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED] °
22 3.9 ADJUSTING [NOT USED]
23
24
25
26
27
28
29
3a
31
32
3.10 CLEANING
A. General
1. Freven.t aceumuiation of wastes that create �azardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety ordez-s of
gove�rning autl�orities.
3. Do not dispose of volatile vvastes sucka as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY O�' POR'f WORTH Commander ftd —�+Iidfield Stage 2
S'i'ANDARD CONSTRUCTIDN Sl'ECIFiC:A'1'ION DOCIIIvI�NTS City Project No. ] 01644
TZevised Juiy ], 2011
017423-3
CLEANIt�IG
Page 3 oi 4
1
2
3
�
5
b
7
8
9
10
11
12
13
14
15
16
17
18
19
20
b. Handle materials in a controlled mannet• with as few handlings as possible.
7. Tk�orqughly clean, sweep, wash and polish all Work anc� equipment associated with
this project.
8. Remove all signs of temparary constrfxction and activities incidental io cons#ruction
of rec�uired permanent Wark.
9. If project is not cIeaned to the satisfaction: of the City, the City rese�rves the right to
have the cleaning completed at the expense of the Cont�actor.
10. Do not burn oz��site.
B. Intermediate Cleaning during Constructzon
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personr3el in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevez�t blowing by wind
b. Store debris away from construction or operational activities
e. Haul from ,site at a minimum of once per week
4. Vacuum clean interior areas when ready ta receive finish paintzng.
a. Co�atinue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior io storm events, thoroughly clean site of aII loose or unsecured items, which
may become airbQrne or transported by flowing water during the sto�-m.
21 C. Intexipr �'inal Cleaning
22 1. Remove grease, mastic, adhesives, dust, dirt, stains, �r�gerprinfs, labels and other
23 fareign materials froxn sight-exposed surfaces.
2�4 2. Wipe all li�ti�g iixture reflectors, lenses, la�nps and trims clean.
25 3. Wash and shine glazing and inirrors.
2b 4. Polish glossy surfaces to a clear shine.
27 5. Ventilating systems
28 a. Clea.n permanent filters and replace disposable filters if units were operated
29 during construction.
30 b. Clean ducts, blowers and coils if units were operated withouf �lters during
31 construction.
32 6. Replace all burned out Iamps.
33 7. Broom clean process area floors.
3� 8. Mop office and control room floars.
35
36
37
38
39
40
41
42
D. E�terior (Sitc or Right of Way) Fina1 Cleanzng
1. Remove trash and debris containers frozxa site.
a. Re-seed areas disiurbed by location of trash and debris containers in accardance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces af asphalt, conerete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manhoIes, structu�res,
junction boxes and inlets.
CITY OF FOhT WORTH Commander lZd —]v[idfield Stage 2
STANDARD CON51RY1CTiQN SPECIFICA'I'ION DOCUMEN'I'S Cily Project No. 101644
RevisedJuly 1,2011
ff17423-4
CLEA�! W G
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.l l CLOS�OUT ACTIVITIES [NOT USED]
5 3.IZ �'ROTECTION [NOT USEDJ
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8
9
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10
CLTY OH FORT WORTH Commander Rd— ivlid�eld Stage 2
S'1'ANDARD CONSTRIlC`i'IDN SP�CIFICATION DOCidMENTS City �roject Na. 101644
Rcvised .Tuly 1, 2011
o���is-i
cLosEouT xr.�u��M��vrs
Page 1 of 3
�
3 �'ART l - GENERAL
4 l.l SUMMARY
S
6
7
8
9
10
LI
12 1.2
SECTION Ol 77 l9
CLOSEOUT REQUIREM�NTS
A. Section �ncludes:
1. The proced�re for closing out a contract
B. Deviations from this Cify of Fort Worth Standard Specificatian
1. None.
C. Related �pecifcation Sections include, but are not necessarily limited to:
1. Division 0-- Bidding Requireinents, Contract Fo�xs and Conditions of the Contract
2. Division 1-- General Requiremcnts
PRICE AND PAYMENT PROCEDURES
13 A. Measure�zent and Payment
14 1. Worlc associated with this Item is considered subsidiary to the various Items bid.
1S No separate payment wili be allowed for this Item.
16 1.3 RETERENCES [NOT USED]
17 1.4 ADMINI�TRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25 1.5
26
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted uniil all guarantees, bonds,
cer�ificates, Iicenses and affidavits required for Work or equipxnent as speci�ed a�re
satisfactorily iiled with the City.
B. Release of Liens or Ciaims
1. No application for fmal payment will be acccpted until satisfactory evidence of
release qf liens has been submitted to khe City.
SUBMTTTAL�
A. Submit ali required documentation to City's Project Representative.
CI'1'l' OP FORT WOIL'I'�i Commandar Rd — Midfield Stage 2
STANDARD CONSTRUCTION SPEC1FiCA1'lO1V llOCiJN1�NTS Ciry Project No. 101644
Revised July 1, 20ll
D1 77 19 - 2
CLOSFOiJT R�QUIREMENI'S
Page Z of 3
1 1.6 INFORMATIONAL SUBM�TTALS [NOT USED]
2 1.7 CLOSEOUT SUSMITTALS [NOT US�D]
3 PART 2� PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 1NSTALLERS [NOT USED]
6 3.2 I:XAMINATTON [NOT USED]
7 3.3 T'REPARATYON [NOT US�D]
S 3.4 CLO�EOUT PROCEDURE
9 A. Priar to requesting Final Inspeciion, submit:
10 1. Project Record Documents in accordance with Section O1 78 39
11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23
12 B. Prior to requesting Final Inspection, perform �nal cleaning in accordance with Section
� 3 01 7� 23.
14 C. FinalInspection
15 1. After final cleaning, provide not�ce to the City Project Repre,sentative that the Work
l6 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon coznpletion of this inspection, the City will notify the Contractor, in
19 writing within 10 business days, of any particulars in which this inspection
20 reveals that the Wor� is defective oz- incompiete.
�� 2. Upon receiving written notice from the Cit�, immediately underta�e the Work
22 required to remedy de�ciencies and complete the Wark to the satisfaction of the
23 City.
24 3. Upon completion of Work associated vvith the items listed in the City's written
25 notice, inform tlne City, that the required Worlc has been completed. Upon xeceipt
26 of #11is notice, the City, in the presence of the Contractor, will inalce a subsequent
Z� �'inal Inspectian of the projeet.
28 4. Provide all special accessories required Co place each item of equipment in full
Z9 operation. These special accessory itezx�s include, but are not limited to:
30 a. Specified spare parts
3� b. Adequate oil and grease as required for the first lubrication of the equipment
32 c. Init�al fill up of all chemical tanlcs and fuel tanks
33 d. Light bulbs
34 e. Fuses
35 f. Vault keys
36 g. Handwheels
37 h. Other expendable itexx�s as required for snitial start-up and operation of all
3 g equipmeni
39 D. Notice of Project Completion
CiTY OP FORT WORTH Commander Rd — Midfield Stage 2
S1'ANDA1tD CONSTRUCTION SPECIFICATlON DOCi]MCNTS City Project No. 101644
T�cvised July 1, 20 i]
017719-3
CLOSEDUT REQUITtLMTsNTS
Page 3 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17 3.5
1. Once the City Pzoject Representative finds the Wark subsequent to Final Inspection
to be satisfactory, the City will issue a Notice pf Project Completioz� (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the follovving
additionaI forms:
a. Final Payment Request
b. Siatement of Contract `.I'ime
c. Affidavit of Paymeni and Release of Liens
d. Consent of �urety to Final Payment
e. Pipe Report (if required)
f. Contractor's �valuation of City
g. Perfonnaaace Evaluation of Contractoz�
�'. Letter of Final Acceptance
1. LTpon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Req�est for payment.
R�PA�R 1 RESTORATION [NOT US�Dj
18 3.6 RE-�NSTALLATION (NOT US�D]
19 3.7 FIELD [aiz] SITE QUALITY CONTROL [NOT USED]
20 3.8 SYSTEM STARTUP [NOT USEDj
21 3.9 ADJUSTING �NOT USED�
22
23
3.T.0 CLEANING [NOT USED]
311 CLOSEOUT ACTIVYTIES jNOT USED]
24 3.I2 PROTECTION (NOT USEDJ
25 3.13 MAINTENANCE jNOT USED]
26
27
28
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DA'I'� NAME �UMMARY OF CHANGE
29
CITX OF FORT WORTH Gornmander Rd—Nfidfield Stage 2
STAAIDAlLD CO�ISTRUCTIOI*I SPECII�'ICATIpN DOCUMENTS City Project No. 101644
Revised Jttly 1, 2011
017823-I
pPERATION AND MAINTEiVANCE DATA
Page l of 5
�
3 PART1- GENERAL
4 1.1 SUMMARY
SECT�ON 01 78 23
OPERATION AND MAINTENANCE DATA
5 A. Section Tncludes:
6 1. Product data and related information approprzate for City's inaintenance and
7 operation of products furnished under Contxact
8 2. Such products may include, but az-e x�ot limited tq:
9 a. Traffic Controllers
10 b. Irrigation Controllers (to be operatcd by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Siandard Specification
13 1. None.
14
15
15
17 1.2
18
19
20
21 1.3
C. Related Specification Sections include, but are not necessarily lixnited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Contract
2. Division i— General Requirements
PRICE AND PAYM�NT PR�CEDURES
A. Measurement and Payrr�ent
1. Work associated wzth this Item is considered subsidiary to the various Items bid.
No separate paytr�ent will be allowed for this Item.
R�I+�RENCES [NOT USED]
22 1.�F ADMIN�STRATIVE R�QUIREMENT5
23 A. Schedule
24 1. Submit manuals in final form to the City within 30 calendar days of prqduct
25 shipment io the project site.
26 1.5 SUBMITTALS
27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be
28 approved by the City prior to delzvezy.
29 1.6 INFORMATIONAL SUSM�TTALS
30
31
32
33
34
35
36
37
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Forx�at
a. Size: S'/z inches x I 1 inches
b. Paper
1) 40 pound mini�num, white, for typed pages
2) Holes reinforced with plastic, cloth or r►�etal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY Ol�' FORT W04tTH Commander Rd — Midfield Stage 2
STANDARD CONSTRUCTION SYECIFICATION DQCUME�ITS Ciry Project No. ] 01644
Itcvised December 20, 2D12
017823-2
OPSRATIOI�f AND MAINTFNANCE DATA
Page 2 of 5
1
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
�} 1
42
43
44
45
46
47
48
d. Drawings
1) Provide reinForced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating
equipment.
I) Provide typed descz�iptzoz� of �roduct, and major component parts o�
equipment.
2} Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "O�'ERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of gex�eral subject matter covered in the manual
3. Binders
a. Commercial quality 3�ring binders with durable and cleanable plastic covers
b. When znuItiple binders are used, conelate the data into related consistent
gzoupings.
4. If available, provide an electronic form of the O&M Manual.
B. Mar�ual Content
1. Neatly typewritten table of contents for each vol�me, arranged in systematic order
a. Contractor, name of responsible pris�cipal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telepl�one number of the subcontractor or installer
2} A list of each product required to be included, indexed to cantent af the
volu�ne
3} Tdentify area of responsibility of each
4) Local source of supply for parts and z�eplacement
d. Idenfify each product by product �aine and other identifying symbols as set
forth in Con�ract Docuxnents.
2. Froduct Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2} Clearly identify data applicable to installation
3} Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawir�gs as necessary to clearly illustrate:
1} Rclations of component parts of equipment and systems
2} Control and flow diagrazns
b. Co�rdinate drawings with information in Project Record Documents to assure
correct illustxation of eomplefed installation.
c. Do not use Project Record Drae,vings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installa�on:
a. Organize in consistcnt format under separate hEadings for different procedures.
b. Provide logical sequence of instructions of each procedure.
C1TY OF FO1tT WORTH
STANDARD CONS1RllC'i'lON SPT'CIFIGAT101V DOCiIMCNTS
Revised December 2U, 2012
Commandcr Rd — Midfield Stage 2
City Project No. 1D1644
017823-3
OPLRATION AND MAINT�NA3VCE DATA
Page 3 of 5
1 5. Copy of each warranty, bond and service contract �ssued
2 a. Provide information sheet for City personx�el giving:
3 1) Proper procedures in event of failure
4 2) I�stances which �caight affect validity of �varraniies or bonds
5 C. Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in �nal form.
7 2. Conteni, for architectural proc�ucts, applied materials and finishes:
g a. Manuf�acturer's data, giving full information on products
9 1) Catalog number, size, cornposition
10 2) Color and texiure designations
J 1 3) Infonmation required �or reordering special manufactured products
12 b. Instructiox�s for care and nr�aintenance
13 1) Max�ufacturer's recommendation foz� types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental ta
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content, for maisture protection and weather exposuze products:
18 a. Manufacturer's data, giving full information o� products
19 1) Applicable standards
2p 2) Chemical composition
21 3) DEtazls of installation
22 b. Insta-uctions for inspection, maintenance and repair
23 D. Manual for Equipment and Systems
24 1. Submit 5 copies of cozx�plete manual iza final fonn.
25 2. Content, for each unzt of equipmen� and system, as appropriate:
26 a. Description of unit and component parts
27 1} Function, t�ormal operatiz�g characteristics and limiting conditions
Zg 2} Perforrnance curves, engineering data and tests
29 3} Coxnplete nomenclature and commercial nu�r►ber of z�eplaceable parts
30 b. Operating procedures
31 1} Start-up, break-ix�, routine and norznal operating instructions
32 2) Regulation, control, stopping, shui-down and exnergency instructions
33 3} Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance pzocedures
36 1) Routine operations
37 2) Guide to "trouble shootiz�g"
3g 3) Disassembly, repair and reassembly
39 4) Alignment, adjusting and checicing
40 d. Servicing and lubrication schedule
41 i) List of lubricanEs required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of opezatian by control zx�anufacturer
q4 1) Predicted Iife of'parts subject to vvear
45 2) Items recommended to be stocked as spare parts
�}6 g. As installed control diagrams by controls manufacturer
4� h. Each contractor's coordination drawings
4g 1} As installed color coded piping diagrazx�s
CI'�'Y OF FOItT WORTI-I Commander 12d — ivIidfielci Stage 2
STANDARD CONSTRUCTION SPECIFICATION DOC[]MCNTS Cily Project No. ]03644
Revised Decembcr 2Q, 2U12
Ql 78 23 - 4
OPEKATiON AN� MAINTENANCE DA"�'A
Page 4 of 5
1
2
3
4
5
6
7
S
9
10
J1
12
13
14
15
16
17
1$
19
20
21
22
23
24
25
26
27
3
4.
i.
J-
k.
Chazts of valve tag numbers, with location and function of each valve
List of original manufacturer's spare parts, manufacturer's current prices, and
recornmended quantities to be maintained in storage
Oil�er data as required under pertinent Sections of �pecifications
28
29
Content, for each electric and eleetronic systexn, as appropriate:
a. Description of system and component parts
1) Funciion, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Cozxzplete nomenclature and coanmercial number oFreplaceable parts
b. Circuit directories of panelbaards
1) Electrical sezvice
2) Canhrols
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1} Routine and normal operafing instructions
2} Sequences required
3} Special operating instructions
e. Mainienance procedures
1} Routine operations
2) Guide to "trrouble shaoting"
3) Disassembly, repair and reassembly
4) Adjustment and checkzng
£ Manufacturer's printed operating and xnaintenance instructions
g. List of original rnanufacturer's spare parts, manufacturer's currezat prices, and
recom�mended quantities to be maintained in stoz-age
h. Other data as required under pertinent Sections of Specifications
Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS �NOT USED]
31 1.8 MAINT�NANCE MATERYAL SUSMITTALS [NOT U5ED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Tzained and e�pericnced in maintenance and operation of described products
35 2. Skilled as technical writerr to the extent required to co�nmunicate essential data
36 3. Skilled as draftsman connpetent to pre�are required drawings
CITY OP TOR1' WORTE3 Commander Rd —1Vlidfield 5tage 2
STANI)ARi} CONS1'RUCTION SPECI�ICATTON DOCUMENTS City Yroject No. 161644
Kevised December 20, 2U 12
oi�sz3-s
OPERATIOIV AI`fD MAIN1'ENANCE DATA
Page 5 of 5
1 1.I4 DELIVERY, STORAGE, AND HANDLING [NOT llSED]
2 1.11 FIELD [SITEj CONDYTIONS [NOT US�D]
3 112 WARRANTY [NOT USED]
4 PART 2- PRODllCTS [NOT IISED]
5 PART 3- EXECUTJON [NOT USED]
6
7
DATE NAME
$/3 � 12012 17. Johnson
8
END OF SECTION
Revision Log
SiTMMARY OF CHANGE
1.S.A.1 — title ai section removed
Cl'1'Y OF FORT WOR3'H Gommander Rd— Midfield Stage 2
STANDARD CONSTRUCTIdN SL'ECIFICATION DdCUMENTS City Project No. 161644
Revised Decejnher 20, 2012
017839-i
YILOJECT 1tECOitD DOGUMENTS
Page i of4
1
2
SECTION Ol 78 39
PROJECT RECORD DOCUMENTS
3 �ART i - GENERAL
4 1.1 SUMMARY
5 A. Section Tncludes:
6 I. Work associated with the docutnenting the project and recordzng changes to project
7 documents, i�cluding:
g a. Record Drawings
9 b. Water Meter Service Aeports
1Q c. Sanitary Sewer Se�rvice Reports
ll d. Large Water Meter Reports
12 B. Deviations from this City af Fort Wort1� Standard Speczfication
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0— Bidding Requirernents, Contract k'orms and Conditipns of the Conh act
X(, 2. Division i— General Requirements
17 1.2 �RYCE AND PAYMENT YROCEDURES
18 A. Measurement and Payment
19 1. Work associated with tl�is Ttem is considered subsidiazy to the various Ite�ns bid.
20 No separate payrr�ent will be allowed for this Item.
21 ].3 REFERENCES [NOT USED]
22
23
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
24 A. Prior to submitting a request for Final Tnspection, deliver Project Record Documents to
25 City's Project Represenlative.
26 1.6 ACTION SUBMiTTALS/INFORMATIONAL SUBMITTALS (NOT USED]
27
28
29
30
31
32
33
3�4
35
36
1..7 CLOSEOUT SUSMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMiTTALS �NOT USED]
19 QUALITY ASSIIRANC�
A. Accuracy o£ Aecords
1. Thoroughly coordinate cha�ges witl�an the Record Documents, inaking adequate
and proper entries on each page of Specification:s and each sheet o£ Drawings and
other pocuments where such enhy is required to show the change properly.
2. Accuracy of recoz ds shall be sucla that future search for items shown in the Contract
Dacuments may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF PORT WORTH
STANDARD CONSTR[7CTIUN SPTCIFICATION DOCUMEN"PS
Revised .iuly i, 261 i
Commandcr Rd — Midfield Stage 2
City Project 1Vo. 1Q1644
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of4
1 3. To facilitate accuracy of records, make entries within 24 hours ai�er receipt of
2 information that the change has occurred.
3 4. Provide £actual information regarding all aspects of the Wor�, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expex�sive site rr�easurement, investigation and exami�aation.
6 1.l 0 STORAGE AND HANDLING
7 A. �torage and Handling Requirements
8 1. Mainfarn the job set of Aecord Documer�is completely protected from deterioration
9 and fro�n loss and damage until completian of the Work and transfer of a11 recorded
10 data to the fanal Project Record Documents.
11 2. In t.he event o� loss of recorded data, use means necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacernents to the standards orzginally required i�y khc
14 Cantract Documents.
i 5 1.11 FIELD [S1TE� CONDITIONS [NOT USED�
16 1.12 WAR_RANTY [NOT USED]
I7 �'ART 2 - PRODUCTS
18 �1 OWNER-FURNISHED �orzJ OWNER-SU�PLlED PRODUCTS [NOT USEDJ
19
20
21
22
23
24
25
26
27
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly fallowing zeceipt �f the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of aIl Documents cox�aprising the Contract.
B. Fiz�al Record Documents
Z, At a time nearing the completion of the Work and pripr to �'inal Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
z.3 ACCESSORIES jNOT USEDJ
2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 � EXECUTION
29 31 INSTALLERS �NOT US�D]
30
3l
32
33
34
35
3.2 �XAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINT�NANCE DOCUMENTS
A. Maintenance of 3ob Sei
1. Immediately upon receipt of the job set, identiiy each of the Docunzents with the
title, "RECORD DOCUMENTS - .IOB S�T".
CiTY OF FORT WORTH Commander Rd-- Midfield Stage 2
STA�lDA12D CONSTRLiCTION SPECIFICA'TTON DOCiJMENTS City Project No. 101644
Revised7uly [,2011
01 7839-3
PRO.TECT itECaRll DOCUM�NTS
Pdge 3 of4
1 2,. �XeSef Vat10ri
2 a. Conside�ng the Contract corr�pietion time, the probable nutnber of occasions
3 upon which t�e job set must be taken out for nevv entries and far 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 a�.y purpose except eniry of nevs+ data and for review
7 by the City, uz�.til start of Cransfer of data to fnal Pzoject Record Documents.
g c. Maintain the job set at the site of work.
g 3. Coordination with Construction Survey
10 a. At a minixnum, in accordance with the intervals set forth in Section O 1 71 23,
1� cleariy nr�.ark any devia�ions frorr� Contract Documents associated with
� 2 installation of the infrastructure.
13
14
15
16
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
b.
c.
Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable coiored pencil (not ink or indelible pencil), clearly describe the
change by grapk�ic li�e and note as requixed.
c. Date all entries.
d. Call attention to the entzy by a"cloud" drawn around the area or areas affected.
e. Tn the event of overlapping changes, use different colors for the overlappi�g
changes.
Conversion of scheinatic layouts
a. In sonne cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shawn schematically and are not intended to
po�ay precise physical layout.
1) Final physical arrangement is determined by fihe Cantractor, subject to the
City's approval.
2} Howe�er, design of future modi�cations of the facility nnay require
accurate information as to the iinal physical layout of items which are
shown only schematically on the Drawings.
Show on ihe j oh set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run af items.
1) k'inal physical arrangement is deternciined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical loca�ion of the ltem ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make aIl identification sufficiently descriptive that it may be related
reliably to the Specifications.
The City znay waive the requirernents for conversion of schematic layouts
vvhere, in thc City's judg�nent, conversion serves no useful purpose. Hawever,
do not rely upon waivcrs being issued except as specifically issued �n writing
by the City.
�2 S. Final Project Record Documents
43 1. Transfer of data to Drarvings
44 a. Carefuliy transfer change data shown on the jab set of Record Drawings to the
45 correspondi�g final documents, coordinating the changes as required.
4( b. Clcarly indieate at each affected detail and other Drawing a full description of
47 changes zxaade during construction, and the actual locatio�. of items.
CITY OF FOR'1' WOR'fH Commander Rd — Midfieid Stage 2
STAMAARI} CONS"1'RUCI'IdN SP1dCIFICATIOIV UOCUMENTS City Project No. 101694
Revised luly !, 2011
017839-4
PROIECT itECORD DOCUMENTS
Page 4 of 4
1
2
3
4
S
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
c. Call attention to each entry by drawing a"cloud" around the area or areas
affected.
d. Make changes neatiy, consistently and with the proper xnedza to assure
longcr�ity and clear reproduction.
2. Transfer of data to other pocuments
a. If the Documents, other than Drawings, have been kept clean duri�g progress of
the Work, and if entxies thereo� have been orderly to the approval of the City,
the job set of those Documents, other tl�an Dravvings, wili be accepted as final
Record Documents.
b. If any suck� Docuinent is not so approved by the City, secure a new copy of tkaat
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
af the City.
3.5 R�PAIR 1 RESTORATION [NOT US�D]
3.6 RE-INSTALLATION [NOT USED]
3.'7 FIELD [ox] SITE QUALITY CONTROL [NOT USEDJ
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [N�T USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION rNOT USED]
3.13 MAINTENANC� [NOT USED]
3.14 ATTACHMENTS [NOT USEDJ
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
26
CI1'Y OP �'dILT WORTH
STANDARD CONSTRUC"fION SPECICiCATION DpCUMEAfTS
Revised July 1, 20] 1
Coznmandcr Rd — Midfeld Stage 2
City Project 1Va. 101644
ITEr111 SSa'190 S7ANDARD SPECIFICATIONS
GEN�RAL
110-1.1 The standard specifications of #he Texas Department of Transpor�ation (TxDOT} are bound in a
book titfed Standard Specifications for Constructian and Maintenance af Highways, Streets, and Bridges.
These specifications and the City of Fort Worth's specifications are referred to herein as "Standard
Specifications." The lat�st editions shali apply. A capy of these "Standard 5pecificafions" may be
obtained from TxDOT online (or at t�eir customary charge), and the City's Project Resources site
respective�y.
IfVCORPORATiON AND MODIFICATION
11 Q-2.1 Certain parts of the Standard Specifications are appropriate for inclusion in these Technical
Specificatians. Such parts are incarporated herein by reference to the proper secfion or paragraph number.
The individual s�ecification numbers noted herein may be different from those in the fatest edition of the
"Standard Specificakions." The most current specificafion number shall appiy. Each such referenced part
shall be considered to be a part of these Contract Documents as though capiecE hereir� in full,
110-2.2 Certain referenced parts of the Stanclard Specifications are modified in the Specifications that
follow. In case of conflict between the Standard Specifications and th� Specifications that faliow, the
Specifications that follow shall govern.
110-2.3 Individuaf material test numbers change fro�n time to tirne. Use the latest applicabie test.
1'10-2.4 Reference in the Standard Specifica#ions to #he "Departmen�' is hereirt changed ta the "Owner".
M�ASUR�M�NT AND PAYMEiVT
110-3.'� All measurements and payments are defined withi� fhe specificaiions and modificat�on pages. Any
specifications that is referred to but nat included in the specificationlcat�tract documents s�al] be considered
subsidiary ta the item in which �t is contained.
END OF ITEM SS�110
S5-110-9
Page intentionally Left Blank
ss-� � a-2
1TEM SS-120 S1TE F'REPARATION
DESCRIPTION
120-1.1 This itern covers the preparation of the si�e for construction of the proposed improvements.
The atEentian of the bidder is directed to the nec�ssity for careful examination of khe entire project site to
determine, at khe time of bid preparation, the full extent of work to be done under the item "Site Preparatian."
The entire job sit� shall be cleared of all man-made obstructions and debris, of whatever nature, and made
ready in a11 respects far the canstruc#ion of the proposed impravements.
The item "Siie Preparatian" shafl include:
1.
2.
3.
�.
5.
6.
7.
8.
9.
Mobifizafion
Conkracto�'s AccesslHaul Road
Contractors Stagfng Areas
Air�ort Security RequErem�nts
Airport Safety Requirements
Instrument Contro!
Removal and Disposal of Sfructures
FOD Management
Clean Up
CONSTRUC`fION METHODS
120-2.1 MOBILIZATION. The Contractor shall c�nsider and include his cost for pro�iding personnel,
Equipment, materisls, bands, etc. requ�red for the prosecution of the work urtder this item.
120-2.2 CONTRACT�R'S ACCESSINAUL ROAD. The Contracto�- shall layout, conskruct, maintain, and
repair all accesslhaul raads needed to construct fhe work. The existing access raads shown on the plans
shall be repaired, as determined neceSsary by the Engineer, at khe close af the project. All such work,
including all materials and labor, in�olved in khe layout, constructinn, maintenance, and repair of the
Contractor's accesslhaul roacfs will not be measured for separate payment but will be considered subsidiary ko
the bid item "Site Preparation." Temporary pipe culverts shall be installed anc{ rnaintained as required ar�d
shall be of th� size as directed by the Engineer. The type of pipe used fQr temparary pipe shall be at the
option of the Contractor. Temporary pipe culverts will not be measured for separate payment, but wilf be
consic�ered subsidiary to the accesslhaul raad. All temparary pipe culverts shall be removed by the Conkractor
and shall remain his property at the close of t�e �rojec#. ln the evenf the Contractor forgoes corrective
measures for restoring the AccesslNaul road at the conclusion of the project (to condition equak to or befter
than existing condition), an amaunt no less than 10% of total bid price for ltem SS-120 "Site Preparafian" will
be returned to th� Owner. This arnount will be in addition to any other amount returned to the Owner as a part
of this specificatian.
120-2.3 CONTRACTOR'S S7AGING AREAS. The areas designated in the plans or by the Engin�er as th�
Contractor's staging area shall be cleared and g�aded by the Contractar as needed for use by fhe Contractor
in cons#ructEng the work on this project. All areas used or otherwise occupied by the Contractor for his
operations shall be cleanecf, regraded, and seeded, as directed by the �ngineer, �rior to the final acceptance
of the project by the Airport. All work ir�valved in the preparation and restoration of areas used or occupied by
the Cor�tractor, including clearing, grubbing, regrading, seeding, and inskalling and rempving fence, will not be
measured far separate �ayment bui wilf be considered subsidiary to tF�e bid item "Site Preparation." 1n the
e�ent fhe Contractor forgoes corrective measures far reskoring the Contractar's Staging Area at the
conclusion of the project (to condikion equal to or better than existing condition), an amount no less ihan 'iQ%
of fotal bid price for It�m 5S-12a "Site Preparation" will be returned to the Owner. This amount will be in
additian to any other amount returned to the Owner as a part of this specification.
12fl�2.4 AIRPORT SECURITY R�QUIREMENTS. The Contractor shall abid� by the Airport Security
S5-120-1
requiremenis that are outlined in the Construction Safety and Phasing Plan (CSPP) o� the plans. Any costs
associated with khe Airport Security requirements wilf not be measured for separate payme�t but wli be
considered subsidiary to the bid item "5ite Preparation."
920-2.5 AIRPORT SA���'Y f2EQUIREMENTS. The Contractor shalf abide by the Airpork Safety
req�irements that are outlined in the Canstruction Safety and Phasing Plan (CSPP) of the plans. All costs
associa#ed with the Airport Safety requirements wiA nat be measured for separate payment buk wilf be
considered subsidiary to fhe bid ifern "Site Preparatioh."
12a-2.6 If�STRUMENT CONTROL. The Contractor will be furnished starvey baselines and benchrnarks to
ca�trol the work as shown on the Plans. The Contrac#or s�all be responsible for the additional instrument
control necessary to layout and consfruct the work. The Cantractar shall pravide the instrument control as
providec! for in Section 50 of the Genera� Provisions. Th� Contractor's instrument control af the work shall not
be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation".
120-2.7 REMOVAL AND DISPOSAL OF STRUCTURES. All items required to be rerr�aved io construc#
the contract items that are not paid for under other items shall be considered subsidiary to bid item "Site
Preparation".
120-2.8 FOd MANAGEMENT. The Contractor shall ensure ali active airfield paverr�ents in the wark
areas are free from Foreign Objects and Debris (F'OD} utilizing ec�uipment containing mechanical vacuum
capabilities, approved by the Engineer, a# the end of each work day. The Contractor shall not leave the
wor�C site until a FOD check has been conducted with the air�ort manager or Engineer and has obtained
approvaf for the conditian of the site.
12a-2.9 CLEAN UP. From time to tirr�e, the Contractor shall clean up khe site in order that the site
presents a neat appearance and that the progress of work wifl nok be impeded. One such clean up shall
immediately precede final inspection.
]mmediately following acceptance of the work by the Owner, the Contractor shall remove all temporary
equipment, surplus materials, and clebris resulting from his operations, and leave the site in a condifion fully
acceptable to the Owner.
MEASUR�M�iVT Af�D PAYMENT
920-3.� Site preparation will be measured as a Eump sum complete item. Wark completed and accepted
under khis item will be paid for at the contract lump surn prica bid for "Sife Preparatiat�," which price shall f�e
fulf compensation for furnishing all iabor, tools, equipmenf and incidentals necessary to complete the work.
8ased upon t�e confract lump sum price for "Site Preparation" partial payments will be allowed as foflows, and
appraved by the �ngineer:
a. With first pay request, 25%
b. When 25°/o or more of the originaf contract is earned, an addi#ionaf 2�%.
c. When 50% or more of the origir�al contract is earned, an addikional 40°/o.
d. Afier FinaE Inspection, Staging area clean-up and delivery af all Project Closeout materials, the
fina[ 10%.
SS-920-2
Payment will be rrtade under:
Item SS-120-3.1 Site Preparation - per Lump Sum
�ND OF ITEIVf SSs120
SS- 9 20-3
Page Intentionally Left Blank
SS-120-4
ITEM SS�'140 DE➢ItIOL.1TIOM AND DISPOSAL
oEsc���r�o�v
140-1.1 Th�s item shall consist of the removal and satisfactory disposal of manholes; drainage structures
(including reinforced concrete channels, headwalls, and wingwafls); pipe culverts; trees, stumps, roots,
buried logs, brush, grass, and other unsatisfactory materials, all of which are not des�gnated or permikted
to remain. While an aftempt has been made to outline all structures included in the plans, all structures
required ta be rernoved may not be designafed as such in the plans. The Contractor shall make his own
�stimate of the work required for the remova[ of structures wf�ich conflici with the proposed canstrucfion.
C�NSTRUCTION METhIODS
140-3.'f GEN�RAL: Na demolitian shall be starked until the work has bean laid out and approved by the
Engineer. All material shall be disposed of ofF-site. All hauling and disposal will be considered a
necessary and incidental part of tF�e work. Haufing cost shail be considered by the Contractor and
included in the contrac# unit price for the pay of items af wor� involved. No paymeRt will be made
separat�ly or directly for hauling on any part of the work.
140�3.2 �RAINAG� h�MOVAL: Existing pipe culverts or parts thereof tha# interfere with the new
consfruction shall be removed. When existing pipe culverts ta be removed are connected to existing
structures to remain, the existing structure shall be repaired. Payment far this repair shall be considered
subsidiary to the �tem it is associated wi#h.
Where existing pipe culverts are ta be extended or ofherwise incorporated into khe new woric, only such
pa�t of the existing structure shall be removed as ta provide a proper connectian ko the new work. The
connecting edges or jaints sha[f be cut, chipped, and trirr�rned ko the required lines and grades without
weakening or damaging the part of the structure ko be refained.
Trenches or voids resulting from the removal or demolitiar� of existing culverts or other structures shall be
filled with appraved material placed in layers in accordance with Item 5S-'152. BackfilGng shall nof b�
measured for separate payment, but shall be considered subsidiary to th� item ii is associated with.
14D-3.3 TREE R�MOVAL: A!I trees, stumps, roats, buried ]ogs, brush, grass, and other unsatisfactory
materiafs shall be removed. In cases wher� such depth of embankments is to be made, ail unsatisfactory
materials shall be removed, but sound trees, stumps, and brush can be cut off wit�in 18 inches above the
ground and allowed to rernain. Tap roots and other projections o�er 1-1/2 incF�es in diameter shall be
grubbed out to a depth of af I�ast 18 inches (45 cm) below the finished subgrade or slope elevation.
Holes, d�tches, ar ather abrupt changes in elevation caused by the removal operations that caufd obstruct
cirainage or b� consicEered hazardous or unsightly shall be backfilied, compacted, and left in a
warfcmanlike candition.
M�7HOD OF MEASURE.MENT
140-4.1 Demolit�on and disposal of drainage pipe shalE be measured �er linear foof, complefed in place
and accepted as approved by the Engineer. While an atfempt has been made to outline all drainage pipe
included in the plans, all drainage pipe required to be removed may rtat be designated as such in the
plans. The Contractar shall n'�ake his own eskimate of khe work required for the remava� of drainage pipe
which conflict with the propos�d construction.
'i40-4.2 Demalitian and disposaf of struckures shall be measured per each, completed in place and
accepted as approved by the Engineer. While an atkernpt has been made to o�tline all structures �nc[uded
in the plans, all structures required to be rernaved may nok be designafed as such in the plans. The
Contractor shall maKe his own estimate af the work requirec� for the removal of struc#ures which conflict
with the proposed canstruction.
SS-140-1
140-�.3 Demofition and dispnsal of trees shall be measured per �ach, completed in �lace and accepted as
approved by the �ngineer. Wh�Ee an atternp# has been made ta outline all tre�s included in the plans, all
trees reauired to be removed may not be d�signated as such �r� the plans. The Contractor shall make his
own estimate of the work required for the removal of trees which conflict wikh the praposed construction.
BASiS OF PAYM�N�f
140-5.1 Payment shall be mar�e at the contrack u�it price per linear foot for "Drainage Pipe Removal" ta
include the demolition and removai ofi existing drainage pipe as set fortf� in the Plans. This price shall be
fuli compensat�on for f�rnishing al] labar, toals, equipment and incidentals necessary ta complete the
woric.
140-5.2 Payment shall be made at the contract unit price p�r each for "Drainage Structure RemovaP' ta
include the demolition and removal of existing drainage structure as set farth in the Plans. This price shall
be full compensation for furnishing all laEaar, too9s, equipment and incidentals n�cessary to complete the
work.
940-5.3 Paymen# shall be made at the cantract unit price per each for "T�ee RemovaP' ta indude fhe
demolition and removaf of existing trees as set forth in the Plans. This price shaEl be full compensation for
�furnishing afl labar, taols, equipment and inciden#als necessary ta complete tY�e work.
Payment will be made under:
Item S5-140-5.1 Drainage Pipe Removal — per Linear Foot
[tem SS-140-5.2 !]rai�age Structure Removaf — per Each
Item SS-�4�-5.3 Tree Remo�al — per Each
EMD OF 17EM SS-'140
SS-'140-2
ITEM SS-152 �XCAVATION, SUBGRADE, AND EMBANKMENT
DESCRIPTION
752-9.1 This item covers excavation, disposal, p�acerrtent, and compaction of all materials within the limits
of the war�C required to construct safety areas, runways, kaxiways, aprons, artd in#ermediate areas as well
as other areas for drainage, building construction, parking, or other purposes in accordance with these
specifications and in conformity #o the dimensions and typical sectians shown on the plans.
152�1.2 CLASSfFICATiON. All material excavated shall be classified as defir�ed below:
a. Unciassified Excavation. Unclassified excavation shall cansist of the excava#ion and disposal of all
material, regardless of its nature which is not otherwise dassified and paid for under one of the follawing
items.
b. Rock �xcavation. Rock excavation shall be defrned as those natura! materials which cannot 6e
excavated rn an open excavafion with a Caterpillar Model No. D-8, heavy duty tracf type-tracfor, weighfed
af not less fhan 2S5 hp flywheel pouver and equipped with a single-shank hydraulic tipper, capa�le of
exerfing not Iess fhan 45, 00016s. breakouf force, o�' equivalenf machinery. For foofings, utilrty trenches ar�d
pifs, rock shall be defrned as fhose materials that cannof ,b� excavated wlth a Caterprllar Model I�lo. 295D
LC iract-type hydraulic excavator, equrpped wrfh a 42-irrch wide short-tip radrus rock �bucket, rated at not
less than 920 hp flywhee! power wiih ,buckef-curling force of not less fhan 25, 000 l6s. and sfick-crawd force
of nat less than 9$,000 I6. o,.,.i, ., ..,+�,,,, �h..ii ;,,,.i��a„ .,i� �„r.� ��.,� �n io.�no� ., ►,o.�,�o.� .�o.,.,��t� �n
�i�nn���o.� �� � ,.0 o �f•�n »
• > > > >
w,.,+.,.i.,l .�..,+ ....+...f-,..4.�.�. f.�r F., r.,4G.,., i., 44,r. �,.r,F,�r,L..,or,4
o �
fr....-� ., r�� h�i.�lr.. 4F�a nirn�nri hr�� �ne-lorioc '
152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat,
organic silt, or sod shall be considered �nsuitable for use in embankment construction. Material, suitable
for topsoil may be used on the embanKmenk slope wher� approved by the Engineer. Material nof considered
by the Engineet to be suitable for use on the em,bankmenf slope shall be drsposed of off-site or as directed
by the Engineer. Undercutting of materia! unsatisfactory for su6grade foundatron, roads, shoulders, or areas
irrtended for turfing shall6e considered unsuifable excavation and shal! be excavafed fo fhe depth specified
by the Engineer6elow the su6grade.
Removal of base wifhin ihe lime layer and installatron of so11 shall be consldered unsuitable excavation.
Contractor shall measure volume of base fo be removed and receive approva! from engineet 6efore
payment. FiII to bring elevatron to top of lime layer sha11 be su.bsidiary to Unsuifable excavatron.
SS-152-1
CONSTRUCTION MEiHODS
152-2.1 General. Befare beginning excavatian, grading, and embankment operations in any area, the area
shaf� be completefy cleared and grubbed as requrred by the engineer.i�a�:aQ::se-va�;���e���T.
The s�itability of material to be plac�d in embankrnents shall be subject to approvaf by the Engineer. All
unsuitable material shaff be disposed of in waste areas shown on the plans. All waste areas shall be graded
to a�low posit��e drainage of f�te area and of adjacenk areas. T'he su�face el�vation of waste areas sha]l not
extend above the surface efe�ation af adjacenf usable areas af the airport, unless s�ecified on the plans ar
approved by #he Engineer.
When the Contractor s excavating op�rations encounter artifacts of historical or archaeological significance,
khe operations shall be temporari�y discontinued and khe Engin�er notified. At the direction of the �ngineer,
the Cankracfor shall �xca�ate the site in such a manner as to preserve the artifacts encountered and allow
fpr their removal. Such excavation will be paid for as extra work.
Those areas ouiside of tF�e limifs of the pavement areas where the top layer of soil material has became
compacied �y haufing or other Contractor actEvities shall Eae scarified and disked to a de�th of 4 inches, #o
loasen and pul��rize the soil.
If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, u#ilities, or
similar underground structures, the Contractor shall be responsible for and shall take all necessary
precautions to preserve them or provide temparary services. When such facilifies are encountered, the
Contractor shall notify the Engineer, who s�all arrange for their remavaf if necessary. The Contractor, a#
his or her ex��nse, shalf satisfac#orily repair ar pay the cost of all damag� to such facilities or structures
that may result fram any af the Cantractor's operations during the period of khe cantract.
1�2-2.2 EXCAVATION. Nn excavation shall be started until the work has b��n staked aut by the Cantractor
and khe Engineer has obtained from the Cantracior the survey notes of the elevations and measurements
of the ground surface. All areas ko be excavafed sha11 be stripped of Wegetation and topsoil. Topsoil shali
be stockpiled for future use in areas designated on the plans or by the Engineer. All suiiable excavated
rnaterial shall be used in the formation of embankment, subgrade, or other purposes shawn on the �lans.
All unsuitabfe material shall be disposed of as described rn paragraph 952-9.3c�^�•�^ ^^ t�� ^'�^�:
When the volume of the excavatian exceeds that required to construct the embankments ta the grades
indicat�cE, the excess shall be usecf to grade khe areas of ul#imate de�eEopment or dispased as directed by
the Engineer. When khe �olume of excavation is not sufficient for constructing the embankments to the
grades indicated, the deficiency shall be obtained from borraw areas.
The grade shall be maintained so that the surface is well drained at all times. When neces5ary, temporary
d�ains and drainage c{�tches shall be ir�stalled ko intercept or diver� surFace water that may affect the work.
a. Selective Grading. When ihe gualtty ofmaterial varres signifrcantly �-^'^^{".^ ^�^�'�^^ �^ �^�'�^^+^�' ^^
##e--pla�s, the more suitable rnaterial designated by the Engineer shall be used in constructing the
embankmenf or in capping tt�e pavement subgrade. If, at #he time of exca�ation, it is naf possible ta place
this rrzaterial in its final locatian, it shall be stockpiled in approved areas. �^ }�^* ;+ ^^^ �,^ m^^�„�^�, f^r
.. Selective grading will not 6e measured for separaie payment
,buf will be considered subsidiary to "Unclassified Excavafion".
b. Undercutting. Rack, shafe, hardpan, loose rock, boulders, or okher rnaterial unsatisfactory for safety
areas, subgrades, roads, shoulders, or any areas intended for turF shall �e excavated to a minimum depth
of 12 inches below the subgrade or to khe depth s��cified by tF�e �ngineer. MUck, peat, mafted,roots, or.
other yielding material, unsatisfactory for subgrade foundaiion, shalE be removed to the depth specified.
UnSuitable materials shall be disposed of as directed in paragraph 152-9.3. This excavatec! makerial shall
be paid for at the contract unit price per cubic yard for Unsuitable Excavation. The excavaked area shall be
S5-152-2
backfilfed with suitabfe material obtain�d from tF�e grading operations or borrow areas and compacted to
s�aecifiecf densities. The necessary backfill will constitute a necessary part of Unsuitable Excavation �a+�-s�
+ti„ ,,.,,ti.,.,�.,,�.,+ �}�ere rock cUis are made, backfill with select materiai. Any pockets created in the rack
surface shall be drained as directed by fhe Engineer' .
c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond
the finished work as planned or authorized by #he EngineeT. All averbreak shall be graded or removed by
the Contractor and dispased of as directed by the �ngineer. 7he Engineer shall deterrnine if #he
displacement of such material was unavoidable and his or her decision shall be finaf. Payment will not be
rnade for the removal and disposal of overbreak #hat th� Engineer detertnines as avoidable. Unavoidable
o�erbr�ak wilf be classified as "Unclassified Excavakion."
d. Remo�al af U#ilities. The rernoval of some existing strucfures and utiiities required to permit the
orderly progress of work may�vf�4 be accomplished by someone other than the Contractor, for �xample, the
utility unless otherwise shown on the pfans. All existing foundatians shall be excavated at leas# 2 feet below
the iop of subgrade or as indicated an the plans, and the material dispased of as direcfed by the Engineer.
All foundatians tF�us excavated shall be backfi[[ed with suifable material and compaciecE by the confractor
as specified. Al! work assocrated wifh the excavation, removal, 6ackfiJl, dlsposal, and/or stockpiling of
existing strucfures and culverts will not be measured for separate payment unless otherwise specified but
will be considered subsidiary to "Unclassified Excavation".
e. Compaction Requirements. �he subgrade under areas to be pa�ed shall be compacted to a depth
af 12" and to a density of not ]ess than 95 percent of the tnaximum density as determined by ASTM D698.
The material to be compacted shal] be within �2% of optimum moisture cantent before being rolled to obtain
the pr�scribed cotnpactio� (except for expansive soils}.
The in-piace field density shall be determir�ed in accordance with ASTM D693$ using Procedure A, the
dir�ct transmission method, and ASTM D6938 shali be used ta cEetermine khe moisture content of the
material. The machine shall b� calibrafed in accordance with ASTM D6938, Stones or rock fragments larger
than 4 inc�es in their greatest dimensio� will not be permifted En ti�e top 6 inches of the subgracie. The
finished grading operations, conforming to the typicaf cross-sectian, shall be comp[eted and maintained at
least 1,000 feet ahead of the paving aperations or as directed by the �ngineer.
Af! loose or protruding rocks on the back slopes of cuts shall be pried loose or otherw�se removed to the
slope finished grade line. All cut-and-fill slopes shall be uniformly dressed to the slape, cross-section, and
alignrnent shown on the plans or as directed by the Engineer.
Blasting shall not be allowed
f. Proof Rolling. Aft�r campactian is completed, the subgrade area shall be proof rolled with a hea�y
pneumatic-tired roller having four or more tires abreast, each tire loaded fo a minimum of 30,OOQ po�nds
and inflated to a minimu�n of 125 psi in t�e presence of the �ngineer. Apply a minimurn of 50% coverage,
or as specified by the Engineer, to al� paved areas. A caverage is defined as the appfication of one tire print
aver the designated area. Soft areas of subgrade that deflect more than 1 inch or show permanent
deformation greater thart 1 inch shall be removed and replaced with suitable material or rewarked fo
conform to the moisture cantent and campaction requirement5 in accardance with these specificakions.
g. Rock Excavation. Single-tooth rippers sha!! 6e Ufilized to excavate rock io depfhs on the order of
two (2J to three (3J feet. In small or shallovver excavations, the Contractor' shall utlGze other mefhods.
!f exposed rock is encountered near fhe proposed final grade of the proposed pavement, then the rock
su�'face should 6e graded to provide an even and uniform platform for the pavement.
limi+.� .�4.,1..�.I-! .� o.�lir�.�F�.d h�i tho Cnrrinoar
SS-152-3
�
�
;
oh„li I... .+ PL,...�+�, frr. r.f rI.�.F.ri ..F.oFry i�4ir.r.o i�n4il +ho n nt i ntorf
152-2.5 PREPARATION OF �MBANF�MENT AREA. Where an embankment is to be constructed to a
height of 4 feet or less, all sod and vegetative matter shall be removed from the surface upon which the
embankment is to be placed. T�e cleared surface shal] be bToken up by plowing ar scarifying to s minimum
depfh of 6 inches and shall then Eae cort�pacted as inciicated in paragraph 152-2.6.
When the height of fill is greater than 4 feet, sod not required to be remo�ad shall be thorough�y disked and
recompacted to the cl�nsity af the surrounding ground before construcfion of embankment.
Sloped sur�aces sieeper than one (1) vertical to four (4} horizontaE shall be plowed, stepped, benched, or
broken up so fhat the fil] materiaf will bond with the existing material. When the subgrade is part fill and par�
excavation or nat�ral ground, khe exca�at�d or natural ground partion shall be scarified to a depth of 12
inches and campacted as specified for the adjacent fiill.
No direct paymenf shall be made for the work perforrned u�der this section. The necessary clearing and
grubbing and the quantiky of excavation removed will be paid for under the respeckive items of work.
152-2.6 FORMATION OF �MBA�VKMENTS. Embankmenfs shall be formed in succ�ssi�e horizontal layers
of not more than 8 inches in loose d�pth for the full width of the c�-oss-section, unless otherwise appro�ed
by the E.ngineer.
The layers shall be placed, to produce a sail structure as shown on the typical cross-section or as directed
by fhe �ngineer. Materials such as br�ash, hedge, raais, s#umps, grass and other arganic matter, shall not
be incorporated or buried i� ttte embankmenk.
Ear#hwork operations shall be suspended at any time w�en satisfactory results can�ot be obtained because
of rain, freezing, or other unsatisfactory weather condi#ions in the field. Frozen material shaf! not b� plac�d
in the embankment nor shall embankment b� placed upon frozen material. Material shall not be placed on
surFaces that are trtuddy, frozen, or contain frost. The Contractor shal] drag, blade, ar slope the
e�nbankment to provide surface drainage at all times.
The material in eacf� layer shall be within ±2°/a of optimum moisture content before rolling to obtain fi�e
prescribed compaction. To achieve a uniform moiskure content throughoui the layer, the materiaf shalf be
moistened or aerated as necessary. Samples of all embankment materials for tesiit�g, both before and after
placement and compaction, will be taken for each 4,Q00 square yard lift. Based on these tests, the
Contractor shall make the necessary corr�ctions and adjustments in methods, materials or moisture content
to achieve the specified embankment density.
SS-152-4
Roliing operations shall be continued uniif #he embankrnent is cam�ac#ed to not less #han 95% of maximum
density for noncohesi�e soils, and 9Q% of maximum density for coh�sive soils as determined by ASTM
D698. Under all areas to be paved and areas of ulrrma#e development, the embankmenks shall be
compacted to a depth of '12" and to a cEensity of not ]ess than J� percent af the maximum density as
defermined by ASTM D698.
On all areas outside of the pavement areas, no compaction wifE be required on khe tap 4 inches.
The in-place field density sha]I be determined irt accordance with ASTM D6938 using Pracedure A, the
direct transmission method, and ASTM D6938 sha�l be used to determine the rrioisture cantent of the
material. The machine shall be calibrated in accordance with ASTM D6938.
Compaction areas snall be kept separa#e, ancE no layer shall be covered by another layer until #he proper
density is obkair�ecl.
During construction of the embankment, the Contractor sha!! route al] consfruction equipment evenly over
the entire width of the ernbankment as each layer is placed. Layer placement shall begin in the deepest
portion af the embankment fill. As placement �rogresses, the layars shall be constructed approximately
parallel to the finished pavement grade line.
When rock and other embankment material are excavated at approxirnately the same time, the rpck shall
be incorparated into khe outer portion of the embankment and the o#her material shall be incorporated under
the future paved areas. 5tones or fragmentary roclt larger t�an 4 inches in their grea#esk dimensions w�ll
not be aflowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as
directed by the Engineer and the finer material shall be used ko fiill the voids with forming a dense, compact
mass. Rock or boufders sF�all nat be disposed of a�tside the excavation or embankment areas, except at
places ancE in the manner designated on the plans or by th� Engineer.
When the excavated materia] consists preclorr►inantly of rack fragments of such size that the rrtateriaf cannot
be placed in layers af the prescribed thickness without crushir�g, pufverizing or further breaking down the
pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in
thicknEss. Each layer shall be levelec! and smoothecf with suitab�e equi�ment by diskri�ution of spalls and
finer fragments of rock. The layer sha�l not be c�nstructed abave an elevation �4 feet below the finisheci
subgrade.
There wilf be no separate measurement of payment for campacted embankrnent. All costs incidental #o
placing in layers, com�ackir�g, discing, watering, mixing, sloping, and other operations n�cessary for
constr�ction of embankments will be included in the contract price for exca�ation, borraw, or other ikerns.
152-2.7 FINISHiNG AND PROTECTION OF SUBGRADE. After the subgrade is substantially compl�t�,
the Contrac#or shall r�move any soff ar ather unstable material over the f�ll width of the subgrade that will
not compact praperly. Ali low areas, hflles or depressions in the subgrade shall be brougi�t to gracle witi�
suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a
thorou�hly corr�pacted subgrade shaped to the lines and grades shown on the plans.
GracEing of the subgrade shalf be perfo�'med so that it will cirai� readily. The Contractor shal� protect the
su�grade from damage ancE lirnit hauling over ihe finished subgrade to anly trafFic esse�tial for construction
purpases. All ruts or rough places that de�elop in the completed subgrade shaf[ be grad�d and
recompacked.
No subbase, base, or surface course shall be placecE on the subgrade until the subgrade has been approved
by the �ngineer.
SS-152-5
152-2.8 HAUL. AI! hauling will be considered a necessary and incidenta� part of the work. The Cantractor
shall include the cost in the contract u�it price for tha pay af items af work involved. Na payment will be
made separatefy or dir�ct[y for haulit�g on any part of khe work.
152-2.9 TOLERANC�S. In those areas upon whic� a subbase or base course i5 to be piaced, the top of
the subgrade shafl be of such smoothness that, when tested wiii� a 12-foot straightedge applied parallel
and at right angles to the centerline, it shall not show any deviation in excess af 112 inch, or shaEl not be
more than 0.05 feet from true grade as established by grade hubs. Any deviafion in excess of these amounts
shali be correcked by loosening, adcling, ar removing materials; reshaping, and recompacting.
On safety ar�as, intermediate and other designated areas, the surFace shafl be of such smoothness that it
wilf not vary more than 0.10 feet from true grade as established by grade hubs. Any deviation in excess of
this amount shall be corrected by loosening, adding or remo�ing materiais, and res�aping.
952-2.10 TOPSOIL. When tapsoil is specified or required as shown an the plans or under Item TX-160, it
shall be salvaged fram stripping ar other grading operations within the Irmits of proposed pavemenf. The
tapsoil shall meet khe requirements of Etem TX-160. !f, at the time of excavation or strEpping, the topsail
car�not b� placed it� its fina! section of finished conskruction, tha material shalf be stockpiled at appraved
loca#ions. Stockpiles sha]] not be placed within 400 fee# of runway pavement or 92 feet of taxiway pavement
and shafE not be placed an areas that subs�quently will require any excavation or embankment fill. If, in the
judgment of tf�e Ehgineer, it is practica] to place the salvaged to�soil at the time of axcavation or stripping,
the materia� sha[I be placed i� its final pasition without stockpiling or further rehandling.
952-2.10.9 PREPARING THE GROUND SURFACE. lmmediately prior to dumprng and spreading the
topsoil on any area, the surface shall fae loosened by discs or spike-tooih harrows, or ,by ather means
appraved by ihe Engineer, to a minimum depth of 2�nches to facili#afe bonding of the topsorl to the cov�red
su6grad� soil. The surface of the area to 6e topsorled shall be cleared of a!I stones larger fhan 2 inches in
any diameter and all litter or other rrraterial which may be detrimental to proper 6onding, the rise of capillary
mnisture, or #he proper growfh of the desired plantrrag. Ltmiied areas, which are foo compact to respond fo
these operations shall �'eceive special scarification.
The ateas shal! he smooih-graded and the surface I�ft af the prescrrhed grades !n an even and compacfed
condition to prevent the formation of low places or pockets where water wil! stand.
152-2.90.2 OBTAINING TOPSOIL. Prior to the strippirrg of topsoll, any vegetation, 6riars, stumps and large
roofs, rub6ish or stones found on such areas, which may inferfere wifh subsequent aperations, sha!! be
removed usrng methods approved hy the Engineer. Heavysod orothercover, yvhich cannof be rncorporated
irrfo fhe topsoil by discrng or other means shal! be removed.
When surfable topsoil is available on the site, the Contracforshall remove this materia! from the designated
areas and to the depfh as direcfed by fhe Engineer. The topsoil sha!! be spread on areas already ft!!ed and
smooth-graded, or stockprled in areas app�'aved 6y the Engineer. Any topsoil siockpiled by the Corrfractor
shall be rehandled and placed wrihout addit�onal compensation. Any topsorl fhat has been stockprled on
the site by oth�rs, and is regurred for topsoiling purposes, shall ,be removed arrd placed by the Contracfar.
The sites of a!1 sfockpiles and areas adjacent therefo which have 6een distur6ed by the Contractor sha116e
graded if required and pui into a condifion accepfa6le for seeding..
�52-2.90.3 PLAC►NG TOPSOIL. The topsoil shal! be evenly spread on the prepared areas io a uniform
depth of 4 inches affer compacfion, unless ofherwise shown ora the plarrs or stated rn ihe specral provrsions.
5preading shaf! not be done when the graund or fopsoil is frozen, excessively wet, or atherwise in a
condifion defrrmenta! fo the t�vork. 5preadrng sha116e car'ried on so fhat furfing operafions can proceed with
a minimum of soil preparatron or tillrng.
After spreading, any large, sfiff clods and hard lumps shall be broken with a pulverrzer or 6y other effecfive
means, and all stones ot rocks (2 inches or more in diameter), roots, littet, or any fareigrr matter sha!! ,be
SS-152-6
raked up and dispnsed af by fhe Contractor. after spreading is completed, the fopsoi! shall 6e satisfactorily
compacted by rolling wrth a cultipacket or by othermeans approved by fhe Engtneer. The compacted topsoil
surface sha!! conform to fhe requrred Iines, grades, and cross-sectlorrs. Any topsoil or ofher dirt falGng upon
pavements as a resulf of haul�ng or i�andling of fopsoll shall be promptly removed.
No direct payment wi�[ be made for topsoil under Item SS-152. The quantity removed and placed directiy
or stock�iled and rehandled sha�l be paicE for at the contract unit price per cubic yard for "Unclassified
Excavation."
METHOD OF MEASUREM�NT
152-3.1 The quantity af excavation to be paid far shall be the number of cubic yards measured in its original
pasition. Measuremenf shall not include the quantity of materials excavated without authorization beyond
normal slope ]ines, or the quantity of �naterial used for purposes ather than those directed.
Measurement of unclassifred excavation shall be based on plan quantities. These quantrtres ate believed
to be carrect and sha116e ufilized for fina! excavafion quanttty payment not uvithstanding any adjusfinenfs
to rhe project by wr�tten ditection of the Engineer. Should the contractor frnd discrepancies and/or errors,
he/she shall6ring the discrepancy and/or error fo the attention of the Engineer immediately and correcfions
sha116e made fo fhe quantity af excavation to 6e paid for .by change order. If is expressly understood by
the contractor thaf upon distur6artce of the exisfing ground and no notification to fhe engineer afpossr6le
errors, that the corrfractor accepts as final payment the guanfifies of excavation as detailed on fhe plans
and laid out in the proposal. No adjusfinent has been made io fhe plan quantities for fhe construcfion or
demolition of existing drarraage structures.
152-3.2 The guantrty of rock excavafion to 6e paid for shall be fhe number of cubic yards measured in rts
original position. For rock excavation at utrlify installafion, the limits of payment are as detailed in the plans
(sheet D-009). Measuremeni shall not rnclude the quanfi#y of maferrals excavated wifhout authorrzation
6eyond �arma! slape lines, or the quantify of materiaf used for purpases ather fhan those directed.
Coniractor is responsi6le fot surveying in ihe presence of fhe Engineer fhe rock and far the ave�'age end
area calculations. The Contractor's scrrvey sha11 be licensed in the sfate of Texas. 7'he survey shal! be
complefed on a minimum 25-ff x 25-ft grid. Plan quantrfies of rock excavation are estimafed and nof shown
rn cross-sections.
�:+...., .,+ f�,,, �„��,,,.. .,;+
�.4.-...1..,:1.,.-0 v. �.ifirz n 41-... ��reri-�I hnc hoon c#nnlrnilorl
��
�
�7
In cut secfrons, the additiona! cuf required to consfruct fhe topsoil layer to fhe plan grade has nof �been
measured and wil! not be measured for sepa�'ate payment but will be subsidiary to "Unclassified
Excavatron". In fi!! sections, fhe additronal fill requtr�d to replace the strippecf maferial has not been
measured and wil! nof b� measured far' paymenf 6ut will be subsrdiary fo "Unclassified Excavation".
SS-152�7
No allowance has 6eerr made in ihe measurement for shrink/suvell. The Confracfor shall make his own
determinatian as to #he amount of shrink/swel! involved in the construcfion of the embankment.
The Coniractor shal! make his own determrnation as to the suita6iGty of the excavaied materia! to be placed
in em6ankments and the resulting additranal aff-site materia! regurred for fh� construction of the
emhankmeni. Additional off-site materral required for the forma#ion of embankmenf shal! nof 6e measured
for separafe payment 6ut shall be considered subsidrary to "Unclassified Excavation".
�52-3.3 Unsuitable excavation shall 6e measured from the surface of fhe ground, after stripping has ,been
accomplishecl, orfrom the botfom of the planned excavafion, to the depth of the excavafion as directed by
the Engineer. Measuremenfs wiI! !�e taken 6y fhe Confractor, and the volume of excavation will be
calculated 6y fhe average end area m�thod. The necessary refilling of unsuitable areas wi!! nof be
measured fo�' separaie payment but wtll be su6sidiary to "Unsuita,ble Excavation". �nly that amounf of
excavation directed 6y fhe Engineer will be measured for paymenf.
BASIS OF �'AYMENT
152-4.1 "Unclass�fied exca�ation" payment si�all be mad� at the cantract unit price per cubic yard. This
price shall be fuil compensation for furnishing all rrEaterials, labor, equipment, tools, and incidentals
necessary ko complete the item.
't52-�4.2 "Rock Excavation" payrnent sha�l be made at the contract unit price per cubic yard, T�is price shall
be fufl compensafian far furnishing all materials, labar, equipment, tools, a�d incidentals necessary to
cotnplete the item.
�.
, > > ,
.,�.,+� fs,� ;+,,.,,
„
� , � ,
� , � ,
..��+� +ti,, �to,�,..
��
, , , �
.-.,.,,.,Iata Eho_itar�
�,nr 4n nr.mnloha tho i4om � � � '
9�2-4.3 Unsuitable excavafion sha116e pard for at the contracf unit price bid per cu,bic yard for "Unsuitable
Excavation'; whicf� prrce shall be full compensation for all excavation; for disposal or placement of
unsuitable materra! (in accordance wrth sectran 952-1.3J, includrng loading, hauling, spreading, and
compacfron; for compacfion arrd preparafion of su6grad�; for fhe refillirrg, roAing, and compacfron of al!
undercut ar�as; arrd for all equipmenf, iools, lahor, and incidentals necessary to complete the work.
Payment will be made uncEer:
Item SS-'[52-4.1 Unclassified �xcavatian—per C�bic Yard
Item S5-152-4.2 Rack Excavation— per Cubic Yard
SS�152-8
Ifem SS-752-4.3 Unsuita6le Excavaiion per Cublc Yard
TESTfNG REQUIR�M��ITS
ASTM �698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,40� ft-Ibflft3)
ASTM D1556 Standard Test Methad for Density and Unit Weight of Soil in Place by the Sand-
Cone Method
AS�'M D9557 StancEard Test Methads for Laboratory Co�npaction Characterist�cs of Soil Using
Madified Effort {56,000 ft-Ibf/ft3}
ASTM D2167 Standard Test Mekhod for Density and Unif Weight af Soif in Place by the
Rubber Ballaon Method
ASTM D6938 Standard Test Methods for In-Plac� Density and Water Content of Soil and Soil-
Aggregate by Nucfear Methods (Shallow C]epth}
EMD OF ITEAii SS�152
SS-152-9
Page Intentionally LefE Blan�C
55-152� 10
ITEM SSc30Q BASfC EL.�CTRICAL FtEQUIRE�UI�NTS
DESCR�PTfON
300-1.1 This item sf�all consist of furnishing and installing complet� electrical systems as deiined in the
plans ar�d in these specifica#ions. The wark includes the insfallation, connection and #esting of new
electrical systems, equiprnenf, and all required a�purtenances to construct and demonstrate proper
operatiort of the campleted electrical systems.
3Q0-�.2 The Contractor shafl maintain curren# copies of all referenced and applicable standards on the
job site. The Contractor is responsible to make known to the RPR any confficf b�tween plans and
specificatians that he observes or of which he is made aware.
300-1.3 This work shall consist of lockoutltagout procecfures at electricaf pow�r sources i�t accardance
wifh tf�e design and details shown in #he plans and in compliat�ce with these specificakion documents.
�QUIPMENT AND MAT�R�ALS
30D-2.1 S�fANDARDS.
a. Applicable National Fire Protection Association (N�PA) codes, including but nat limited to:
(1 } NFPA 70 - National Electrical Code.
(2} NFPA 70E - Standard for �lectrical Safety in the Warkplace.
(3) NFPA 101 - Life Safety Code.
(4) Internek Website: http:llwww.nfpa.orq
b. Applicable Code of Federal Regufations {C�R) codes, including but not lirnited to:
(9 ) 29 CFR 1910 - Occupat�onal Safeiy and Health Standards (OSHA}
(Z) 29 CFR 1926 - 5afety and Health Regulafions far Construction.
(3) Internet Website: htkp:llwww.qpoaccess.govlcfrlindex.html
c. ANSIIIEEE C2 - National �lectrical 5afaty Code.
d. NECA 9— Standard for Gaad Workmanship in �lectricaf Construction.
e. Applica�le Federal, State and Local Electrical Codes.
f. Applicable Fec�eral, State and Local Energy Codes.
g. Applicable Federal, Stafe and L.ocal Suilding Codes.
h. Appficable FederaE, S#ate and Loca] Fire Cocles.
i. Applicable City Electrica� Code.
j. Applicable Ciky Ordinances pertainin� ta electricaf work.
k. Applicable Federal, 5tate and Local - Environmental, Health and Safety Laws and
Regulations.
Contractor shafl utilize the most current editio�s of standards, which are current at #ime of bid and as
recognized by the Autharity Having J�risdiction for khe respecti�e sfandard.
300-2.2 G�N�RAL.
a. Afl equipment and maferials cavered by referenced specifications shall be subject to
acceptartce through manufacturer`s certification of campliance with the applicable sp�cification when
requ�sted by the RPR. All equi�menk and rr�at�rials shall be new and meet applicable manufactur�r's
standards. All �lecfrical components and products s�all be t�sted and IistecE by an OSHA accepted,
nationaily recognized testing laboratory (iVRTL} to conform to #he standards indicated in these contract
documents and to the indusfry standards required in t�e NEC, iV�MA, IEEE, UL, and applicable FAA
advisory circulars.
SS-300-1
b. Manufacturer's certifications shall not rafieve the Contrac#or of the Contractor's
respansibility to provide materiafs in accordance with these specifications and acceptable to the RPR.
Materials supplied andlor inskalled that do not materialEy comply with these sp�cifications shafl be removed,
whert direc#ed by the RPR and repfaced with maferials, which do comply with these specification5, at the
sole cost of the Cantractor.
c. All materials and equipment used to construct this item shall be submitfed to the RPR for
approval pr[or to ordering the equipment. Submitfals consisting of marked catalog she�ts or shap drawings
sha[I b� pro�ided. Submittal data shall be presen#ed in a clear, precise, and thorough mann�r. Original
catalog sheets are �ref�rred. Phofocopies are accepkable pro�ided they are as good a quafify as the
original. Cfearfy and boldly mark each copy to identEfy pertinent products or models applicable to this �roject.
Endicate all optional equipment and del�te non-pertinent data. Submittafs for components or electr�cal
equipment and systems shall identify the equipm�nt for wY�ich they apply on each submitta] sheet. Markings
shall be baldly and clearly tnade with arrows or cirdes (highlighting is not acceptable). Conkrackor is solely
responsible for delays in project accruing directly ar i�directiy from late subtnissians or resubmissians of
submittals.
d. The data submitted shall be sufficient, in #he opinian of the RPR, to determine compliance
with #he Contrack Documenfs plans and specifications. The RPR reserves the right to reject all equipment,
materials, or pracedures, which, in the RPR's opinion, does not mee# the system design and the standards
and cod�s, specified herefn.
e. All equipment and material5 furnished and installed undeT this sectian shali be guaranteed
against defects in makerials and workmanship for a period of at least twel�e (12} months fram final
acceptance by the Owner. The defective materials andlor equipment shall be repaired or replaced, at khe
Owner's discretion, with no additional cost to khe Owner.
review.
Refer to Item 01 33 00 Submittals for electronic or paper submittal requirements for RPR's
g. Affer appraval of submitted equipment, the Cantractor shall supply the following Operation
and Ma�ntenance Manual documentation to the Owner. Two (2) complet� sets of dacumentation shali be
supplied for each model of equipm�nt. The documentation shall be securely bound in heavy-duty 3-ring
binders. The information for each piece of equipment snall be indexed using typewritten labef tabs. The
spine of each b�nder shall have a typewritten label, which indicafes the included equipment types. The
documenkatian shall include:
(1) Appraved Submitta[s and Shop Drawings
(2} Sfate Contractors License with Electrical Classification
(3) Masker, Journ�yman and Apprentice Electrician Licenses and Certificatians
(4) L.ackoutlTagout Prograrn
(5) installation Manuals
�6) Operation Manuals
(7) Maintenance Manuals
(8) Parts Lists, including recommended spare parts. F2ecommended spare parts
shall be furnished with the respective equipment.
(9} Ground Rod lmpedance Tesk Repor�s
h. After approval of the O&M Manuals, the Contractor sha11 provide #hree (3) complefe
electronic capies of all documentation in Adobe PD� file format on CQ-R (non�rewriteable) discs storage
media. The e�ectrflr�ic f�les shall cantain searchable text and inc[ude� a hyperlink index for ease in locating
infflrmation with the PDF file.
i. All requirements herein Item SS-340 shall be applicable #o al[ referenced sections in these
contract doc�ments and applicable to all sections, wh�ch reference ft�m SS-300.
SS-300-2
j. The Cantractor is the singl� source of responsibility for the installation and infegration of
the air�ori's lighting, power, and control systems. New airport lighting equipment and materiafs shall be
fully compatible with all other new and existing airport light�ng equipment and systerns. Any non-
cornpatible components furnished by the Cantractor shall be re�laced at no additional cost ta the Owner
with a similar unit #hat is appro��c! by fhe RPR and compatible with the remainder of t�e airpart lightir�g
system.
300-2.3 O��RA1"ION AND MAINTENANCE DAiA.
Assemble a carnplete set of operation and maintenance data indicating operation and mainkenance of each
system, subsystem, and piece af eq�ipmenk. �rovide baund hard copies a�d electranic copies as noted in
section 3Q0-2.2.
a. Certificate of Subsfantial Cornpletion, Release and Contractor's Affidavit, executed
copies.
b. Final approved equipment submittals, incfuding product data sheets and shap drawings,
clearly labeled,
c. installation manuals: Descripfion of function, installation and calibration manuals, normal
aperating characterisfics and limitations, performance curves, engineering data and #ests, and complete
nomenclature and commercial numbers of ai! replaceable parts.
d. Operakions mar�uals: Manufacturer's printed operating instructions and procedures to
include start-up, break-in, routine, artd normal operating i�sf�uctions; regulation, control, skopping,
shutdown, and emergency instructions; summer ancf winter operating i�tstructions; and all programrning
and equipmer�t settings.
e. Ma�ntenance manuals: Maintenance pracedures for routine preventative maintenance
and troubleshooiing; disassembly, repair, and reassembly; aligning and adjusting instructions.
f. Service manua[s: 5ervicing insfructions and lubricafion charts and schec{ules, including
khe names and telepF�one number5 of personnel to contact far both routine periadic and warranty service
for equipment and materials pro�ided under this Specification.
g. Final test reports, c[early labeied, including but nat limited ta, insulation resistance tesk
reports, ground rod impedance test reports, cable pulling tension values lags, and equipment certification
tests.
h. Fir�al certified calibrat�on sheets far all equipment and insfrumenis.
30a-2.4 W1RE.
Unless otherwEse �r�dicated, conductors No. 10 AWG ancE smaller shal� be salid, and car�ductors
No. 8 AWG and larger shall be skranded.
For electrical wark of 600 volts or less, all conductors, terminafians, tertninal blocks, I�gs, cannectors,
devices, and equipment shall be listed, marKed, and rated 75 degre�s C minimum unless atherwise noted.
Use pulling means, including fish tape, cable, rape, and basket-weave wirelcable griAs that will not
damage cables ar raceway. Pull ropes and pull wir�s shalf have sufficient tensile strength for the cable(s)
ko be pulled and installed. Damaged cabfe or raceway shall be replaced at no additional cost to the
Owner. Calculate and do nat exceed the maximum allowable pullin� tension or maxirrtum allawable
sidewall bearing pressure for ail conductors a�d cables.
SS�300-3
Install pull wires in empty raceways. Use a palypropylene pfastic line with not less thart 200-pound tensile
strength. Secure and leave at least 12 inches af slack at each end of puli wire ko prevent it from slipping
back into the conduit. Cap spare raceways with removable tapered plugs, designed for this purpose.
300-2.5 CONDUIT. Rigid st�el conduit anc� fittings shall conform to the requirements of Underwriters
L.abarataries Standard 6, 514, and 9242.
300-2.6 PLASTIC CONDUIT for use below rade onl . Pfastic canduit and fittings-shall conform to the
requirements of F�d Spec. W-C-'�Q94 and Underwriters Laboratories Standards UL-651 and shal� be ona of
the following, as shown in the plans:
a. iype I- Schedule 40 PVC suitable for undergrot�nd use either direc#-buried or encased in
cancrete.
b. Type II � Schedule 40 PVC suitable for either above ground or underground use.
c. Type 111 - Schedule 80 PVC suitable for either above gro�and or underground use either
direct-buried or encased in conduit.
Plastic conduit adhesive shal] be a solvent cement manufactured specifically for gluing the specific type of
plastic conduit and fi#iing.
304-2.7 TAPE. Ru�ber and plastic electrical ta�es sf�all be Scotch Electrical Tape Numbers 23 and 8$,
respectively, as manufactured by the Minnesota Mining and Manufackuring Company, or an approved equal.
The elecirical instal[ation shall conform fo the requiremen#s of the latest edition of [�ational Fire Protection
Associa#�on, NFPA-70, National Electrical Code.
Copies af the National Electrical Cade rnay be obtained from the National Fire Protection Associations,
9nc., One Batterymarch Park, Quincy, MasSachusetts 02269.
COI�STRUCTION METHODS
340-3.1 LOCKOUT'17'AGOUT PROGRAM. The Contractor shall provide a complete capy of an electrical
energy saurce LockoutlTagout Rrograrn to the Owner, with copy to the f2PR. The document shal� clearly
identify the on-site master electricians and kheir contact information, including office and mobile telephone
numbers.
The LockoufilTagout �'rogram shall comply with Par� 191D — Occupafianal Saf�#y and Healfh 5tar�dards
(OSHA) Subpart S— Electrical, and meet the requirements of 29 CFR 1910.1A�7, Th� Contro! of
hlazardous Energy (LockoutlTagout), incEuding requirements lisfed in 'f91a.331 through 1910.335.
Impfementation of the LackoutlTagout Program and af[ other relaked safety requirements are the sale
responsibility of the Contractor.
300-3.2 SA��TY PROGRAM. The Cantractor shall implement an electrical safety program that complies
with NFPA 7QE and 29 CFR 1926.
Implementation of the Electrical Safety Program, determining and providing proper Personal Proteckive
Equipment (PPE}, kraining and enforc�ng personnel to wear th� prescribed PPE, conducting work area
safety inspeckions (including correcting deficiencies), and all other related safeky requirements are the sole
responsibility af the Contractor.
All work invoEved in the preparation and �mplemenkakion of th� safety program will not be measured for
separate payment but will be considered subsidiary to the locltoutltagouk bid item.
SS-3Q0-4
300-3.3 PRECONSTRUCTION MEETING.
A preconstruction meeting will be held wit� fhe Airport, RPR and Cantractar, prior ka any work. Complete
submitfals and sha� drawings will be submitted at this tirne far revi�w. An equipment procurement schedule
will be provided by khe Gontractor with an anticipated field construction star# dat�. The pragress canstruction
schedule will be submitted for review each we�k and shall outline all installation, testing and demolition wnrk.
3fl0-3.4 GENERAL.
The Contractor shall be responsible for coordinatEng alf elactrical work with the Utifity. The Contractor
shall provide temparary service conductors and rac�way system. The Contractor shall then provide� and
connect permanent service conductors and raceway syskern aft�r the cornpletion.
A�I secondary conductors and controls, signaling and lighting shown in or on buildings are included in this
project. Electrical service shall be extended fram the service equipment as indicated.
In generaf, the various elactrical equipment and rnaterial ko 6e installed by the various trades under this
specification shall be run as incEicated, as specified nerein, as required by particular conditions at the site,
and as req�ired to conform to #he generally accepted standards #o com�lete the work in a neat and
satisfactory manner. The foflowing is a general outline concerning the running of various syskems and is
to be expected where the drawings ar conditions at the buildings necessitate de�iating from these
standards.
Tf�e drawirtgs and specificakions are complementary; any work required by one, but not by ihe other, sF�all
be performad as though required by both.
The Contractor shall maintain copies of all equipment installat�on manuals on site during constructian.
Alf conduits shall be run exposed in the equipment rooms or run cancealed as indicated.
The construction details of the building are illustrated on the drawings. Eacf� Contractor shal! thoroughly
acquaint himself wfth the details bEfore submitting his bid as no allowances wi11 be mada because of the
Contractar's unfamiliarity with these details,
The electrical plans do not give exact locations, etc., and da not show all the offsets, control lines, junction
boxes, and ather installation defails. Each Contractor shall carefully lay out h�s work at the site ta conform
ta the job conditions, to co�form to d�tails of installation suppfied by the manufacturers of the equipment
to be ins#alled, and thereby to provide corr�plete operating systems.
The electrica! plans shaw diagramrnatical[y the locations of the various electrica� oufleis and ��pparatus
and the method of circulating and contraliing them. Exact locations of khese ouflets and apparatus shall
be detertnined by reference to the general plans and to all detail drawings, etc., by measurements at the
buildi�gs, and in cooperation with other crafts, and i� all cases shall be subject to the approval of the
RPR. 7he RPR reserves the right ta make any reasonable change in location of any outlet or apparatus
betore installation, withouf additianal cost ta the Owner.
These Specificatians and the accompanying Drawings are intended ta cover systems which will not
interfere with the structure of the builcfings, which will fit into th� several availabie spaces, and which will
insure complete ancE satisfactary systems. Each bidder shall be responsible for the proper fitting of his
material and apparatus into the b�ildings.
Should the particular eq�ipment which any bidder proposes to instafl require other space condikions than
those indicated an khe Drawings, t�e shall arrange for such s�ace with khe RPR before submitting his bid.
Should changes become necessary because af failure to comply with this clause, fhe Cor�tractor shall
make such changes at the Contractor's expense.
SS-300-5
Shoulcf the particular equipment which any bidder proposes tfl install require other installation methods,
such as larger light base junction structures, �;tc., he shall include afl such equipment and appur#enances
in his bid. Should changes become necessary because of failure to coordinate equipmenf requiraments
and comply witt� this clause, the Cantractor shall make such changes at the Cantractor's expense.
Tha Confrac#or shall be responsible ta see that �act� party furnishes elec#ricai equipmer�t which meets the
electrical requiretnents specified herein and khat all systems worK together to produc� the specified
operation.
Where two or more uniks of the same kind or class of equipment are required, these shall be products of a
singfe manu�acturer; however, the component parts need no# be the producks af one manufacturer.
Each Contractor shali submit working scale drawings of all his apparafus and equipment which in any way
varies from these Specifications and Plans, which shali be checked by the RPR and approved before fhe
work is started, and interferences with th� struciural conditions shalf be corrected by the Contractor before
the work proceeds.
Electrical equipm�nt, such as 5witchgear, switchbaards, panelboards, laad centers and oiher power
supply equipment, shaff not be used as a common enclosure, pull box or junction box for routing
conduc#ors of different systems, unless the equipment is specifically designed for this purpose and
indicated as such on the Plans.
All efectrical �quipmer�t shafl be securely mounted as indicated in the plans, as required by the contract
specificafions, as r�quired by guidelines and cades, and as required by the manufacturer using hardware
compliant with the environmental conditions.
Interior cnmpanents of electrical enclosur�s sha11 be secu�'ely mounted using appropriate hardware wi#hin
the enclosure. Adhesives or adnesive tapeslstrips are not allowed and are prohibited.
�lectrical companents, including but not limited to, relays, circuit baards, elec#ronics, etc., shall be
instal[ed w�thin appraved encEasures.
The Contractor shall keep ends af conduits, including those extending througi� roofs, equipment and
fixtures covered or closed with caps or plugs to pr�v�nt foreign material from entering during constructian.
Where portions of raceways are known to be subjected to difFerent ternperatures, where condensation is a
problem, anc{ where passing from interior to exteriar pf a building, the portion o� raceway or sleeve shal[ be
filled with an approved material to prevenk the circulation of air, pre�en# condensation, and prevent
moisture enkry. Sealing of raceways shall nat occur unfil after the concfuctors ancf cables have beer�
installed, tesfed, ancE accepted by the RPR. '
The Contractar shall instal] any temporary lines and cannections r'equired to maintain elec#ric services and
safely remove and dispase of them when camplete.
All temporary wiring shalf con�Form to OSHA stancEards. f2emove temporary services when work is
compl�te. Any damage to electrical equipm�nf caused by khe Contractar shall be repaired at no cost to
the Ow�er.
All nan-curre�t carrying parEs and neutrals shall be grounded as indicated on the Drawings or as required
by the Codes.
White andlor gray auter finish conductors rrtay only be usec� as graunded conductars or neutral
canductors in accardance with I�EC.
Install insulated green equipmenk grounding conduckors with afl feeder and branch circ�its.
SS�30Q-6
Provide separate insulated equipmenf grounding conductors frorn grounding systeTn to each electrical
equipment, telecommunication equipment, other special electrical system equipment, a�d appurtenance
item locaiian in accordance wiYh NFPA 7Q and ather applicable standard requirements.
The bidder shall inspect the site, thoroughly acquaint himself with canditions fo be met and work to be
accom�fished. Failure ta comply with this shall not constitufe grounds for any additiona! payments.
Where electrical equipment is installed that causes electrical noise intarference w+th other systems either
exisking or installed under this contract, the offending equipment shall be equipped with isolating trans-
formers, filters, reactars, shielding, ar any ather means as required for the satisfactory suppression of the
interferences, as determined by t�e RPR.
All junction boxes, expansion joints, flexibfe connectians, insfrurnenfs and similar items req�iring servicing
or repairs shall be installed in an accessibl� location.
AI! salvage and equipment removed by the work shall remain the �roperty of the Owner. Material
remo�ed from the project shall be stored on the project site where and as directed. Debris shali be
removed from the job site and dispos�d of by t�te Contractor.
The Contracfor shaff always maintain �is work area clean and arderly. Debris shall be removed promptiy.
The elec#rical system shafl be thoroughly cleaned inside and outside af all enclosures to remove ali metal
shavings or ofher work d�bris, dust, cancrete splatter, plaster, paint, and lint.
T�e Contractor shall do all excavating a�d backFlling made necessary by electr�cal work and shall remo�e
all surp[us or supply any earth required ta establish th� proper finished grade.
The Contractor shall da al] cutting and patching made necessary by efectrical work, but in no case shall he
cut through or into any str�actural member wiihout wriiten permission of the RPR.
All steel conduits, suppor�s, channels, fittings, nuts, bolts, etc. shall be gaivanized, corrasion-resistant type
ur�less otherwise noted.
An apprpved anti-seize compound shall be used an ali threac{s to pre�ent equipment and thread darr�age.
�quipment shafl be installed in accordance with mar�ufacturer's recammendation. Make all final elactrical
connections and coorcEinate all items wEth other trades.
Correct unnecessary damage ca�sed due to installation af work, brought about through carelessness or
lack of coordination. All openings, sleeves, and t�oles ta be properfy sealed, fire proafed and
waterproofed. Any water Eeaks arising from project construction will be imrnediately correcked to the
satisfaction of fhe Owner and the RPR.
300-3.5 POWER SUPPL.Y EQUIPMENT. �lecirical ec�uipment, such as switchgear, switchboards,
panelboards, load cent�rs, and other power supp[y equipmenk, sha]] not be used as a common enclosure,
pull box or junction box for routing conductors of different systems, unless tf�e ec�uipmenf is specifically
designed far this purpose and indicated as such on the Plans.
If shown in the plans, the power supply equipment shall be sek on concrete housekeep�ng pads to provide
a minimum space of 3-112 inches between the equipment and the floor. Ali equipment shall be secured ko
the floor or wall in accordance with the manufacturer's recommendations and these contract dacument
requirements.
300-3.6 fJUCT AfVD CO�fDUIT. Conduits shall 6e galvaniz�d rigid steef unless otherwise indicated or
specified. Refer to one-lir�e diagram conduit notes for specific requirements.
55-300-7
Conduit runs shall be one trade size continuously with no red�cers allowed. Changin� of cancluit size is
only permitfed at manhQles, handholes, and boxes and conduif bodies used as outlet, dev�ce, junction, or
pull boxes, including appro�ed, Eisted fittings wfth remavai�le covers.
Use an appravec�, listed adapterlcoupling to convert to ather types of conduit. Reducer couplfngs are not
aflowed.
For underground service entrance, feeder and branch circuit rac�ways, offsets and bends o�er 30
d�grees and elbaws in 5chedule A�0 PVC conduit runs shal] be 5chedufe 8D PVC canduit. UndergrouncE
service entrance PVC conduEts shall be concrete encased unless otherwise not�d. Underground PVC
conduiis shall be concrete encased under dri�eways, roadways, parking lots and other pa�ed areas.
Non-encased conciuits shall conver# to concrete encased ducts under afl paved areas ancE shall extend at
feast 3 feet beyond the edges of the pa�ement unless at�erwise noted.
The Contractor shal� provide a staked centerline or offset for the duct and manhole system - utilizing the
drawings and a site inspec#ion of the existing grounds, grades, and uti[ity crossings. The Owner and RPR
shal[ approve the staking plan that shall be indicated on a drawing submiited for approval before starting
any exca�ation for the ducts. The staking p�an shall indicate the proposed focatian, elevation, and
dimensions of manholes and handhoies. The RPR reser�es the right to adj�sk ducf, manhale and
�andhole locations and ele�at�ons before installation at no additional cost to the Owner.
The bottam surface of trenches sha[I �e essentially smooth and free from coarse aggregate.
Instail grounding�and-bonding type bus�ings and bonding jumpers on all service entrance conduits and on
all feeder and branch circ�rit conduits.
Use conduit bushings a# each conduit termination. Where No. 4 AWG or larger ungrounded wire is
installed, use insulated bushings.
When EMT is allowed, utilize only stee! compression ftkings. Die-cast and set-screw fiftings shall not be
used.
Use double lock nuts at each conduit termination. Use weather tight hubs in damp and wet locations.
Sealing lock nuts shalf not be �sed.
Grounding continuity #o rigid m�taf conduit shall be accomplished by graunding bushingsladapters with
lugs for connectian to groundin� counter{�oise andlar grounding electrode conduetor as defined by N�C.
All exposed wiring shall be run in not less than 112 inch (12 mm) galvanized rigid steel conduit. AI! conduits
shall be installed ta provide for drainage. Conduik s�afl be attached to waaden structures with galvanized
pipe sfraps and fastened with galvanized wood screws nok Eess khan No. 8 nor less than �-114 inches
(31 mm} [ong. There sha[I be af least two fastenings for each '[0-foot (3 m) length.
Existing ducts may require clearing before use. It is the responsibility of the Cantrackor to lacate the
existing ducts, idenfify empty or partially empty canduits and clear the conduits as required. Whare new
cable is tfl �e installed in existing duct, the fu[I length of the duct sha[I be cleared of debris by mechanica]
means before the installation of the new cable. Acceptable methods of clearing existing ducts include
"hydro-jetting" and "rato-rooting." All existing cables in each re-used duct shall I�e replaced for the length
of the duct and properly spliced in a method approved by tt�e RPR. Clearing of exisfing duct banits or
conduits is incidental to the cable pay item.
Dedicated ground racEs shall b� i�stalled and exothermically welded to f�e counterpoise wire at each end
of a duct bank crassing under pavement.
5S-30Q-8
For concrete markers, tF�e impression of leiters shall b� done in a manner, appraved by the RPR, to affect
a neat, professional app�arance. The letters shafl be skencil�d neaily. After placeme�t, all markers sha[I
be given one coat of high-visibility aviatian orange paint, as approv�cE by the RPR.
�xisting concrete markers or survey pins for r�nway thresholds, ducticonduiticable/splice markings, u#ility
line markings, faxiway pQints of tar�gency markings, or ather similar items shall be r�mo�ed and
reinstafled or replaced, depending an the project wark requirem�nts, as required by a registered
professional surveyor to the satisfaction of the Owner and the RPR.
300-3.7 BACKFlLL COMPACTION AND R�Sl'ORATION. Refer io the backfill, compaction and
restoration requirements within It�m P-152 where other compaction requirements are specified (under
pavements, etnbankments, ekc.)
Tr�nches shall be backfiiled and com�act�d in 6" layers to 9D% maximurrE density for eohesive sails and
to 100% maximUm de�sity fpr non-cohesive soils, as determined by ASTM D1557. The in-place field
density shall be determined in accordance with ASTM D1556, D2167, or Dfi938.
Backfilling from two direckions wiEl not be allowed. iVo backfilling will be accomplished without the appro�al
of the RPR or Construction Observer. 7�e Gontractor shall ensure alf trenches ar� irtspected prior to
being covered and prior to encasernent. Any uninspected trenches which are premakurely covered s�all be
exposed for inspection at the RPR and Owner's convenience at no additional cost to the Owner. The
Constructinn Observer will caordinate with the Contractor for advance scheduling of trench inspeckion.
Following resioration of all trenching near airpart movement surfaces, th� Cantractor sha[I thoroughly
visually inspect the area for foreign abject d�bris (��D} and remove any such FOD that is �found. This
FOD inspection and r�mo�af shall be considered incidental to the pay item of which it is a component part.
All concretelasphalt pav�menk remova! and repair work shall be installed as separate pay items in
accordance with Specificafion Tx-104 Remaving Concrete.
The subgrade below the removed pavement shali be campacted ta 90% maximum density for conesive
soils and ko '[0�% maximum density for nan-cohesive sails, as determined by ASTM D�557. The in-place
field density shafl be determined in accordance with ASTM �9556, D2'[67, or D2922. Subgrade
preparation will not be measured fior separake payment, but will be considered subsidiary to Specification
Tx-104 Remaving Concrete .
340-3.8 CABLE AND UTILITY COORDINAT]ON. i"he existing and the proposed locations of iighting
cable are approximate. The Contractor shall be responsible for field locating and identifying the existing
lighting circuits to determine their exaci routing. The Conkractar shal! alsa be responsible for maintaining
fhe lighting systems in a working conditior� until the new lighiing circuits ha�e been installed and tested.
The Contractar shall proacti�ely � and expeditiousEy accomplish this cable identification work' prior to
performing any modifications to the lighting circuits. Coard�nate identification work with the Owner and
RAR anci make ali correctians, addiiians, etc. on the as-buift drawings.
Lfnd�rground cable and utilities exist within and adjacent to tne limits of construction. An attempt has
been macEe ta locate these cables and utilities on fhe Plans. AI! existing cable and u#ilities may not be
shown on the F'lans and the [ocation of the cables and utilities shown may vary from the location shown on
the Plans. Prior to beginning af any type of excavation, the Contractar shafl contact the utilities, the airport
mainfenance staff, FAA field personnel and other organizations as required and make arrangements for
the location of the utilities on the ground. The Contractor shall maintain the cabl� and utilify lacation
markings unti] they are no longer required.
The Contractar sha[I replace or repair any underground cable or ukility tf�at has been damaged by khe
Contractor during excavation to the satisfactiart of the owner of the cable or utility at no additianal cast to
the Owner.
SS-300-9
The Contractor shall �e respons3ble for all coordirtation work associated with existing and new utilities,
their marking, their identification, proposed outag�slshutofFs, connections, cutovers, etc.
5pecific work construction anc{ utility cutover coordination meetings shall be held with Oncar and AT&T
concerning the utility line relocation work associa#ed with their equipment and facili#ies. New work
including handf�oles, pull boxes, underground ducts/conduits, and appur#�nances required shal� meet the
r�specti�e utilify standards and be installed to tf�e satisfaction of the utility owner and the RPR.
300-3.9 WIRING. The Contractor shall furnish all labor and materials and shall make complet� electrical
connections in accordance with the wiring diagram furni5hed with khe praject plans. The electrical
installation shall canform to the requirements �f the latesf edition of National Fire Protection Associa�inn,
NFPA-70, National �lectr�cal Code.
Pro�ide color-coding far phase ideniificatian.
Colors for 2401120V Circuits:
a. Phase A; �lack
b. �'hase B: Red
c. Neutral: White
Colors for 208Y/120V Circuits:
a. Phase A: Black
b. Phase B: Red
c. Phase C: Blue
d. Neukral: Whife
Colors for 4$OY1277V Circuits:
a. Phase A: Brown
b. Phase B: Orange
c. Phase C: Yellow
d. Neutral: Gray
All new electrical cable shall be marked using color-coded plastic elec�rical tape, which is specifically
designed for app[ication on polyethylene jacketed cable. The tape shall be applied as detailed on the
Plans. Marking tape shall be Scatch 35 Vinyl Plastic tape or appro�ed equal.
3fl0-3.10 MARKING AND LABELING. Pro�erly identify all electrical equipment.
WirelCable Designatian Tape Markers:
a. Indaor Dry Locations: UL Recognized Materials, vinyl or �inyi-clath, self-adhesive,
wraparound, self-laminating, cablelconductar markers wikh computer printer-generated n�mb�rs and
letters, minimum 1" width. Provide Brady 8-427 with thermal transfer print type or approved equal.
b. Outdoor L.ocations and Indoor Wet and [Jamp Locations: White polyolefin, non-adhesi�e,
full cirde, heat�shrinkable sleeve, cablelconductor mark�rs with cornputer printer-generated numbers and
letters, minimurn 1" widkh. Pro�ide Brady B-342 with khermal transfer print type ar approved equal.
Properly [dentify alf electrical equipment, including but not limited ta the folfowing:
a. Switchgear, switchboards, and control panels.
b. Main distribution panel and indi�idual devices within it.
c. Panelboards and individual de�ices within it.
d_ Safety switches and disconnects.
e. CantactQrs and lighting control center, including all branc� circuits.
f. Individually mounted circuit breake�s.
S5-300-10
g. Starters and relays.
h. Transformers.
i. Generators and automatic transfer switches.
Use permanently attached black phenolic plates with 318" white engraved leitermg on the face of each,
attached with minimum two sheet metal screws. StarE�rs and relays connected under th�s 5pecification
shall be identified whether furnished under this Specification or under other Specificatians of this contract.
Plates shall be i�doflr or outdoor rated a5 required by installakion lacation.
Panefboard identification plates shal[ indicate panal by idenfification name, voltage system, ampacity
rating and type, AIC rating, and feeder source description,
Id�ntify each recepkacle, iight switch, junction box, etc. with panelboard idenfification and circuit number.
For all wiring device cavers, use hot, stamped, ar engra�ed machine printing with black-filled fetkering on
face of plate, ancf durable wire mark�rs or tags inside ouklet boxes.
identify fire alarm junction baxes vvith red covers and mechanical control junctian boxes with blue covers.
]nstall a[[ iden�ifcatian as required by currenf adapted editions of the NFPA 70 - National �lectrical Code
and NFPA 70� - Standarci for Electricaf Safety in the Warkplace.
30Q-3.1 � REMOVAL AND RELOCATION OF EXISTING EQIJIPMENT. The Contractor shall carefully
remove all salvageable equipment as indicated on the Plans. Any equipment which is damaged during
the removal op�ration shall be subjeck to a reduction in payrnent fflr removal af the equEprr�ent. All
equipment which is remo�ed during this praject shal[ be transparted io a sife on the Airfield ar remo��d
frorn t�e Airfield and praperly disposed o# as directed by the Owner and t�e RPR.
The Contracfor shall carefully relocate existing equipment as indicated in the Plans. Any equipment that is
damaged du�ing the relocat�on operation shall be replaced at na additional cost ko the Owner.
Any existing electrical equipment, conduit, ca�les, etc. ihak is damaged during construction shall be
replaced at no additional cast to the Owner #o the sat�sfaction of the Ow�er and the RPR.
300-3.12 UNDER 600V CAgLE C�NNEC710NS.
For under 600V cable connections af �oltage powered circuits, splices whether d�rect buried or within an
underground enclosure shall only utilize approved cast splices, employing a plastic mold and using epoxy
resin ec�uivalent to that manufacturecf by 3M Company, or an approved equivalerrt.
300-3.13 CERTIFICATI�N AND PERFORMANCE. Equipment and materials covered by FAA Advisory
Circulars are referred to by item nu�nbers and approved equip�n�nt is listed within the AC 15015345-53
Airport Lighting �quipment Certification Pragram's monthly Addendum, which contains a complete and
updated listing of fhe certified equipment and manufacturers and is listed in the �AA Buy American
Preference equipmenf list, which is also updafed monthly. The Cantractar shall provide and install new
certified equipment ihat works reliab[y and efficiently with the existing equipment to remain in s�r►�ice. The
Confractor shall provide any addikional accessories andlor appur#enances required to provide fully
#unctional electrica[ systems to the satisfaction of the Owner a�d RPR, at no addikiona� cost ta #he Owner.
�he Confractor shall ascertain that all lighting system components furnished (including FAA certified and
approved equipment} are compatible in all respects with each other and the remainder of' the new and
existing syster�s. Any non-campatib[e com�onents furnisF�ed by the Contrackor shall be replaced at no
additional cost ta the Owner with a s�milar unit that is approvad by the RPR and compatible wikh the
remainder of the airport lighting syst�m.
SS-306-11
3Q0-3.14 AS-SUILT QRAWINGS. The Contractor sha![ keep one (1) ��[I-sized set of prints for As-Built
�rawings at the site, in good order, and annotated fo show all changes macfe during the construction
process.
The Contractor shall locate all underground and concealed work, identifying all equipment, conduit, c�rcuit
numbers, motors, feeders, breakers, switches, and starters. The Cantractar will certify accuracy by
endorsement. As-Builf drawings shal] be correct in every detail, so Own�r can properly operate, mainiain,
and repair �xposed and concealed work.
The As-Buili drawings shall indicate all control systetn labeling and marking.
The Contractor shall store the As-Bu�Et drawings on the site. Drawings shall nat be rolled. Make
corrections, additions, etc., with pencil, with date and authorizatian of chang�.
As-Bu[It drawings must be submitted to RPR before project will be acceptecf.
Minor deviat�ans from the PIanS and Specificatians shall be as approved by the RPR.
Upon compleiian of the installation, the Contractor shall adjust the systems to the satisfaction af the RPR.
300-3.15 TESTING.
Genera! Electrical Testing: Perform each �isual and mechanical inspection and electrical tesk statec� in
NETA Acceptance Test[rtg 5pecification and certify compliance with test parameters. Tests shall be
conducted in the presence of the RPR and shall be to hislher satisfaction. Carrect malfunctioning units
on-site, wher� possib[e, and retest to demons�rate compliance; otherwise, replace with new units and
retest. Perform infrared scan tests and inspecfions of servic� and power distribution equipment at khe
respectiWe buildings and provide reports. Electrical equipment wi[I be cons�dered defective if it does nat
pass tests and inspections. Reparts shall inc[ude notatians of deficiencies, remedial ackion taken and
observations after remedial action.
System and �quipmertt Testing: AI[ installations shail be fully tested by continuo�s aperation for not less
than 24 hours as completed systems prior to acceptance. These tests shall include the functioning af
each contro[ nat less than 10 times.
Test equiprr�ent and instruments utilized by the Contractar shall have been calibrated follawing the
rnanufacturer's recommencied sch�dule to verify their accu�acy prior io perForming the testing work. The
Contractor shall provide instrument calibration cerkificates on test equipment when requested by the RPR.
Retesting work due fo inaccurate or defective instruments sha[I be performed by the Contractar to the
satisfackion of the RPR at no additional cost to the �wner.
a. Ground Rod Impedance �esting:
The enclosed "Graunci Rod Impedance Test R�port" form shall be used, and testing shall
be performed in the presence of the RPR,
As-Built drawings shall indicate the location of all installed ground rods. �ach grauncl rod
sha11 have a unique identifier tf�at corresponds with its submitted ground impedance iest
repart.
Three-pal� fall-af-potential testers that can measure the ground resistance of a ground
rad using auxiliary electrod�s (staked testing), 5uch as a Ffuke '[629 Earth Ground
Tes�er, shall be used for testing individual dedicated equipment ground rods at fixtures
and equipment, or for testing isolaked counterpoise ground rods not yet connected to khe
counterpoise wire.
S5-340�� 2
Clamp-on testers that can measure tha ground resisfance of a ground rod without using
auxiliary grouncE rods {stakeless testing), such as a Fluke 1630 Earth Ground Cfarnp
Mefer or approved ec�ual, shall be used for testing counterpoise ground rods which have
already been connected to the counterpoise wir�, or ground ring ground rods which have
already b�en connected to the established ground ring system.
Ground impedance test equipment shall be submitted for re�iew a�d approval by the RPR
prior to pertorming the tesks.
�f the ground rod's impedance exceeds 25 ohms, an aciditional rod shall be driven in a
location suitable and approved by the RPR. However, the additional rod must satisfy the
requirements af NEC 250.�3 and nat be less than 6 feet away from any other ground rod
electrode. Additional ground rads shall not be measured for separate payment but shall
be considered subsidiary to the counterpoise or respective equipment pay item.
The Contractor shall perform additional tests if required and requested by the RPR at no
additiortal cQst.
The Contractor shall coordinate with the resident RPR to approve tests daily before
proceeding. The Contractor shal[ f�ll out a separate test repo�t for each date. Test reparts
shall be submitted weekly to the RPR.
300-3.'f� INSPECTEON FEES AND PERMITS. The Contractor shall obtain and pay for all necessary
construction permits, licenses, gavernment charges, and 'mspection fees necessary for prosecution of the
Work. Unless oiherwise noted, tF�e Contractor shall �ay all charges of utility owners for connections for
providing permanent s�rvice to the Wark, ready for subsequent utifity account transfer to the �wner a�ter
final acceptance.
30Q-3.17 WORK SUPERVISI�N.
5tate of Texas: �he electrical contractor (whe�her the general contractor or a subcontractor) shall be a
licensed contractor in the state of Texas having an electrical classificakion suitabke far performing the work
required in these contract documents.
�'he Contractor shall designate in writing the qualified electrical supervisor who shall �ro�ide supervision to
all electrical work on this project. The minimum qualificakions for the eiectrical supervisor shall be a
master electrician as defined by Texas Electrical 5afety and Licensing Advisory Board. The supervisor or
his appointed alternate possessing at least a journeyman elecirician license shall be an site whenever
electrical work is being performed. The qualifications of the electrica! su�ervisar shall be subject ta
approval of the Owner and the F2PR.
All master and jnurneyman electricians shall be licensed in accardance with Texas Board requirem�nts.
�he website iocated at https:/lww��.tdlt�.t�xas.govlelecteicians/eleclaw.htm publishes the text of th[s statutory
requirement. Na unlicensed electrical workers shall perform efectrical wark on this prajec#. Apprentice
e[�ctricians in a ratio af not more than one apprentice per journeyman electrician will be alloweci if the
apprentices are lic�nsed and actively participating in an apprenticeship program recognized and approved
by the T�xas Electrical Safety and Licensing Advisory Board.
M�THOD OF M�ASUR�MENT
30Q-4.1 The quantity of lockoutltagout proced€ares to be paid for shall cansist of a11 lockoutltagouk
�rocedure work and all constant current regulator calibration work campleted in place, accepted and ready
for opera#ion. This item do�s not include measurement for constant current regulator equipment.
SS-300-13
BAS1S OF PAYM�N7
300-5.1 Payment will be made at the contract unit price for each coTnplete item, measured as provided
above, and accepted by the RPR. This price shall be full compensatian for furnishing alf materials and for all
�reparation, assembly, and �nsfallation of these materials, and for all labor, equipment, tools, and incidentals
necessary to complete this item to the satisfaction of the RPR.
Paym�nt will be made under:
Item SS-3Q0-5.1 LockoutlTagout �rocedures -- �Oer Lump S�m
MATERIAL R�QIiiREMENTS
Commercial Item Description A-A-59544
Fecf. Spec. W-C-1094
Fed. Spec. W-P-115
Fed. Sid. 595
Underwriters
Laboratories
Standard 6
Underwriters
Laboratorias
Standard 514
Underwriters Laboratories
Laboratories
Standard 651
Underwriters
Laboratories
Standard 1242
CFR 9910
CFR 1926
ANSIIIE�� C2
NFPA 70
NFPA 7QE
NFPA 101
Cab[e and Wire, �lectrica! �Power, Fixed Instaflatiort)
Canduit ar�d Conduit Fittings; Plaskic, Rigid
Panel, Power Distribution
Calors
Rigid Meta] Conduit
Fittings for Conduit and �utiet Boxes
Schedule 40 ar�d 80 Rigid PVC Conduit (for Direct F3urial}
Intermediate Metal Conduit
Occupationaf 5afeky and Mealth Regulations
Safety and Health Regulations for Constructian
iVationa] Electrical Safety Code
�Vationa] Electrical Code (N�C)
Standard for Electricaf Safety in the Workplace
Lif� 5afety Gode
NFPA 780 Standard for the Installation of Lightning Protection
Systems
29 CFR 1910 Occupational 5afety and Health Standards (05HA}
SS-300-14
29 CFR 9926
Safety and Health Regulations for Construcfion
Jaquith Industries, Inc. The Design, Installation, and Maintenance of In-
Pavement Airpart Lighfing
END OF' ITEM SSA300
SS-300-15
GROUND ROD IMPEDANCE TEST REPORT
Owner 1 Sponsor:
Ai rpart:
Project Title: �
Date:
Engineer: Garve�-, LLC�
Con#ractor:
Garver Project Numbar:
Weather 15ite Conditions:
Fall-of-Potential Sty�e Tester (F):
Manufacturer: Model #:
Clamp-On Siyle Tester (C):
Manufacturer: Model #:
Test Impedance Tesi Impedance
Ground Rod # Equipment Valt�e Ground Rod # �quiprr�ent Value
St le F or C Ohms S le F or C Ohms
Tested By:
RPR Witness:
Provide signatureldake in the fields above.
Page of
SS-300-16
1'AG� IHTENTIONAL.LY I.�FT BLANK
SS-3Q0-'I 7
ITE�UI SS-3Q1 ELECTRICAL DEMOLITIOiV Ai�D R�LOCATION WORK
�ESCRIPTION
309-1.1 This item shall consist af the remaval and satisfactory disposal af existing runway ancf taxiway edge
lights, in-pavement lights, g�idance signs, markers, manholes, handholes, juncfian structures, racks, pads,
equipment, poles, towers, shefters, and other incidentals, all of w�ic� are not d�s�gnated or permitted to
remain, in accQrdance with this specification, the referenced specificafions and drawings, and applicable
advisory circulars. This work shal] include khe removal of indicated equipment, materials, and incidentals
necessary for a compfete itern removal, including all restoration work, as a completed unit to the satisfactian
of the RPR.
309-1.2 The Contractor shafl mainiain current copies of all referenced and applicable standards on the job
site. The Cantractar is responsible to make known to the RPR any conflict between plans and specifications
that he observes or of which he �s made aware.
3�1-1.3 This item shall also consist of the systems and incidentals, in accordance with this specification, the
referenced specificakions and drawings, and ap�licable ad�isory circulars. Ti�is wark shall include the
removaf and sforage af indicated equipmer�t and materials, and reinsfallation at the new locatian, ir�cluding
al[ incidentals necessary for a comp�ete relocation, as a completed unit to the satisfaction of the RPR.
MATERiALS
309-2.1 All backfill and repair materials used in electrical demolition, repair and r�storation work shall
camp�y with the referenced specifications and be appro�ed by the RPR.
Airport lighting equipment and materials shall meet the requirements ouil[ned in Item 5S-300 and ]tem
L�125.
CONS7RUC710N METHODS
301-3.1 GENEF2AL. No demolition shall be starEed until the removal andlor relocation work has been laid
out anc! approved by the RPR. All material shaEl be disposed af off-site. All hauling and disposal will be
consid�red a necessary and incidental part of the work. hlauling cost shalf be considered by the
Cantractor and included in #he cantract unit price for the pay of items of work invol�ed. No paymenf will be
made separately or directly for haufing on any part of the work.
Equipment removal shall typicalfy indude removing ti�e equipment and its accessor��s, remo�ing
foundationslpads, retnoving existing conduits, conductors and appurtenances, removal of conduit to below
grade, and removal of existing circuits back to source. The work shall include restoring the area to match
existing, including filling and tamping all holes with earE�, and clearing and leveling f�e site.
The Contractor shall re�'nove all existing undergraund cable, which is unused or rendered unusable by t�is
project, when such is exposed or made accessible during t1�is wark. All s�c� wiring removed shall become
property of khe Contractor and shall be immediakely removed from the project. Wiring in cor�duit shall �ae
removed as indicated or if new wiring is shown fo be insta[led in its place. Existir�g wirirtg shall not be reused
or reinstalled.
Wiring not exposed shall be abandoned in place if a reasanable effart wiU not remove it. No measurement
or payment wiiE be made for ihis cable remaval work. Damage to fur# or other systems will not be permifted
to salvage or retrieve existing cab]e.
Ar�y damage to electrical equipmenf, systems, structures, conduits, cables, and accessories or other
utifities, designated to remain in place, shaR be repaired or replaced expeditiously ak no acEdik�onal cosfi to
SS-301-1
the Owner and to the satisfaction of the Owner and RPR.
Holes, ditches, or other abrupt c�a�ges in elevation caused by the removal oparations that could obstruct
drainage or be considered hazardaus ar unsightly shalf be backfilled, compacted, and feft in a
workmanlike canditian.
Trenches or �oids resulting from the removal or der�olition of existing electrical equipment ar other
s#rucfur�s shall be filled with approved materia� placed in layers in accordance with Item SS-152,
Concrete foundations and pads ko be rerrtaved shall be obliterated full depth.
301-3.2 REMOVAL AI�DI�R R�L.00ATI�N OF LIGHT FIXTUR�S AND �QUIPME�VT. Light fixtures and
other equipment which are to b� removed sF�all be carefully excavaked. All concrefe bases and concrefe
anchors shalf be rernoved by the Contractor. The removed lighks, guidance signs, isolakion trar�sformers and
wiring harnesses s�all then be given to the Owner, or praperly disposed of if sa, directed by the Owner. The
ground around the removed lighting equipment shall be backfilled and properly compacted. Light fixtures
and equipment wF�ich are to be re]Qcated shall be stored on site and reins#alled with new lamps, new
#ransformers, and all other new required accessories as indicated ir� the plans.
3Q1-3.3 REMOVAL O� �XISTING EQUEPMENT. �he Contractor shall carefufly remove al] salvageable
equipment as inciicated in the plans. Any equiprr�ent that is damaged d�rir�g the removal and/or relocation
operation shall be subject to a reduc#ion in paym�nt for removal andlQr relocation of the equipmenk. All
equipmen# that is remo�ed during this project shall be transported fo a site on the Airfield or removed from
fhe A�r#ield ar�d prflperly dispased of as directeci by the Owner and the RPR.
309-3.4 RELOCATION OF' �XIS7ING EQUIPMENT. Exisfing equipment ihat is to be relocated shall be
carefully disconnec#ed from #he existing electrical system. The �quipment shall be stared an site in an
enclosed area protected from the weather as directed by the Owner and RPR. The Contractor shall remove
existing cancrete bases and sha11 back�ll and compact these areas to match exisking. The electrical �ower
circuit shall be field located and ext�nded to the new instailatior� location uniess otherwise noted in the Plans.
Caordinate the extension of the electrical service with the extensian of the electrical duct serving the
equipment and install duct, splice, and cable markers to mark the new complete route.
Refer to the plans for additional insfallatian requirements cancerning t�e refocation of existing lights, signs,
systems, and incidentals.
Any equipment tF�af is damaged during khe relocation operation shal] be subject to a r�duction in payment for
remo�al andlor reloca#ion of the equipment.
Any equipment that is damaged during the relocation operation sF�ali be repaired or replaced by the
Contractar at his expense to the satisfaction of the Owner and RPR. .
30�-3.5 CLEARtNG OF' �X1STfNG DUCT BANKS OR CONDUITS. Where new cabie is to be ins#alled in
an existing duct bank or conduif, the full iength of the duck banEc or concEu�t shall be cleared of debris by
mechanica] means befare instal[ation of the new cable. Acce�table means af ciearing existing ducf banks or
conduits may include using a mandrel, "hydro jetting" method, or "roto-rooting" rnethod as appraved by the
RPR.
Where existing cables are being removed from an existing duct bank or conduit and rep[aced with new
cables, the Contractor sha!! �se the existing cabEe to clear the conduit and #o pull �n the new cable. No
separate paymenf wi{I be made for clearing these duc# banks ar conduits or for the existing cable rerno�al.
Clearing of these existing duct banks or concEuits is incidenial to the cable pay item unless otherv�ise noted.
SS-30 � -2
M�THOD OF MEASUR�MENT
301-�4.1 The quantity af efectrical work, demalisned to b� �aid for under this item shall be measured IurrtP
sum, consisting of the complete demolition work as detailed in ti�e Plans and these Specifications, and
accepted as completed electrical demolition work to fhe satisfaction af the RPR. This work cansists of all
demoGtion work that is not paid separatefy by ofher iterns, including but not limited to conduit, wire,
panel�oards, handholes, pull boxes, concrete pads, connectior�s, connectors, grounding and other
appurtenances to be demolished and removed to campfete the demolikion work ta the satisfactian of the
RPR.
BA51S OF PAYM�N7
309-5.'f Payment will be made at the contract unit price for �ach compfete item, measured as provided
above, and accepked by the RPR. T�is price shall be fuli compensation far furnishing all materials and for all
preparatia�, assembly, anc! installation of these materfals, and for ali labor, equipment, tools, and incidentals
necessary fo complete this item ta khe satisfaction of the RPR.
Payment will be made under:
Item SS-3fl1-5.1 Existing Gate Operator, Foundation and Accessories, Demolished — per Lin�ar
Foot
�ND OF ITEM SS�3Q1
SS-301-3
PAG� INTENTIONAL�Y LEFT BLANK
SS-30 � -4
ITEM SS�302 UTILITY AI.f�OWANCES AND EAS��UIENTS
D�SCRIPTION
302-1.1 Ta provide adequate budget and bonding ta cover items nai precisely determined by the Owner
prior to bidding, alEow within the proposed Contract Sum, the amounts describad in this Section.
302-1.2 Related work:
a. Documents affecting work of this Sectian incfude, but are not necessarily limited to, Genera]
Provisions, Special Prov�sians, and other Sections of thase Specifications.
b. Other provisions concerning Utility Allowances may be stated in other Sections of these
Specifcatians.
SP�CI�IC UTILITY AL.L.OWANCES AND EASEM�N7S
302-2.1 The following utility allowances are incfuded within this Conkraci:
a. Power Utility AIlowance. The power ukility, Oncor, will summarize t�eir incurred costs for all
kheir work associafed with tf�is project prior to bidding. The RPR wi[I provide copy af the pawer utility required
reitnbursement documentatian with this secfion. This allowance ikem shall match the utili{y reimbursement
amount. The Contractor shall nat add additior�al adminisYration ar overhead charges to this allowance; those
administrafian and overhead costs shall be considered subsidiary ta the applEcabfe work pay iferns wit�in the
unit price schedule.
3a2-2.2 The following easement establishm�nt procedures are included within this Contracf:
a. Power Easement: The Contractor shall survey and record a 1Q-foot wide area centered on
the proposed route in the Plans for the 2-Way, 6" duct bank ta be installed for Oncor primary power cables.
The Contractor shall provide a sealed easement document to the �ngineer, sufficient for the City of Fork
Worth to grani an easement to the utility. �'he easement survey shall be kied to existing airport control.
M�,THOD OF MEASUR�M�N7
302-3.1 A lump sum payment will be made at tf�e contract unit price fior the complete item, measur�cE as
provided abov�, and accepted by the RPR. This price shal[ be fuli compensatian for furnishing all materials
and for all preparakion, assembly, and documentation, and for all labor, equipment, tools, and inc�dentals
r�ecessary io complete ti�is item to the satisfactian of the RPR and �ngineer.
BAS1S OF PAYMEHT
3C}2-4.1 Allowance and Easem�nt Payments:
Payment will be made under:
Item SS�302-4.'i Power Utility Allowance -- per Allowance
Ikem SS-302-4.2 Power Ukility �asement Documenfafion — per Lump 5um
��lD OF IT�M S5�302
SS-302-1
SS-302-2
PAG� IN7E�IT�ONALLY LEFT BLANK
SS-3a2-3
fTEM SS�305 �IRECTfONAL BORIiVG
DESCRIPTIOiV
305-1.1 This item shali consist of fumishing and installing conduiks via directional boring methods, in
accordance with this specification, the referenced specifications, and the drawings. The borings shall be
installed at the locafions and in accordance with the dimensions, design and cietails shown on the plans. It
shal! afso inc�ude a�l trencF�ing, backfilling, mandreling insta]lation of drag wires, capping, and ihe testing of
the installation as a completed duci system ready for installation of cables to the satisfaction of the
Engineer.
EQUIPMENT AI�D MATERfALS
305-2.� GENERAL. All ec{uipment and materials cavered by these specifications shall be new and meet
applicable manufacturer's s#andards,
Pofyethylene conduits shall canform to SDR 11 type.
ihe Gontractor shall submit a statement of qualifications including �revious simifar jobs experience in
directiona] boring for #he last three (3) years. Pre�ious job description work shafl include length, pipe type,
�ipe size(s) and soil type,
The Contracfor shall submit compleie shop drawings outlining his directionaf boring method (including
driE�ing fluids, additives and mixtures}, drill rod, bare size, n'�aterials, equipment and safeky requ�rements to
be utilized on khis s�eci#ic project, for review and approval by the Engineer.
All materials shall be inspected at the job site for damage. Defective materials shaii be removed fram the
job site and replaced with new materials prior to the work.
CONSTRUCTION M�THODS
305-3.1 GENERAL. Boring shall be done by pilot hole method using fluid as a lubricant only and shall not
undermine the surrounding ground. Jetting wili not be permitted. Ti�� Contractor shall use a guidance
system to assure knowledge of the bore focation while making the bore. �'he Conkractar wil) not be paid
for unusable sections.
Locate anc! clearly mark a�] �tilities prior to start of excavatian or drifling. The Contractor will be
responsible for damage to pavements, utilities, or other structures caused by his activi#y. The Con#ractor
shall repair, at his own expense, any damaged pavement, utiliky, or other structure as directed by the
Engineer or thE owner of the utili�y or structure. The Cantractor sl�all not excavate to find a bored casing
without specific appro�al anc! definitions o#' limits. No payments will be made for excavatian and repair
except as shown on drawings.
The Confractar shall inspect the lacations where the encasement structures are to be installed and
farniliarize himself with the conditions under which the work will be perfarmed and with all necessary
details for orderly prosecution of fhe work. The omissian of any detaEls in the Plans and herein for the
satisfactary installation of the easement in its entirety shall nat refieve the Contractor of full responsibility
for tha i�stallatian.
Directional bares shall be a minimum A8" belovtiithe existing base. Forthis projecf, the exis#ing pavement
shall be cons�dered '[2" in de�th and the exisking base shall be considered '[2" in depth. Therefore, the
overall depth sYtall be a minimum 72" below the suriace of the pavement. The Contractar shafl utilize a
beacon or okher depth-reading instrument ta verify ihe depih below the pavement.
SS-305-1
The bore siz� shall be the rninimum size for the work required. Upsizing the bore will not be allowed.
The Con#ractor shall utilize a walko�er guidance and tracking system to assure the orienta�ian and depth
of fhe bore path. Qepth and orien#ation confirmation shall occur at a minimum of every five feet of latera[
distanc� covered.
The Contrac#or shall perform all excavation required to complete the work regardless of the material
encounterecE. Excavation from the access shafts (bare pits) in excess of the required to backfill the
access shaffs and open cEitch portion of the line sha[I be dispased af by the Contractor off Airport Property.
Pits and trenches shall be constructed and maintained in accordance with the current edition of the OSHA
Standard for Excavating and Trench Safety Systems. Restore ground ta original conditions after work
campletion including seeding and topsoiling.
The access shafts (bore pits) for encasement installaiion shall be rectangular in plan view with the longest
dimension being constructed with the direction of ih� pipe. The access shafts shafl be constructed at a
location shawn on the plans.
Use a high quality drilling fluid to ensure hole stability, cuttings transport, bit and electronics cooling, and
hole lubrication to reduce drag on the drill pipe and the produci pipe. Use only fluid with a cornpositian
that con'�plies with all federal, sta#e and local environmental regulations. Mix the drifling fluid with potable
water (of praper pH} to ensure no contamination is introduced into the soil during the drilling, reaming, or
pipe installation process. The Car�tractar is responsible for any required pH adjustments.
Dispasal of the drilling fluids is the respansibility of khe Contractor. Conduct dispasal in accordance with
all relative environmental regulations and permit requiremen#s. No excess drilfing fluids shall rerrtain in tYte
bore access pit ar receiving pit. Immediately clean up any drilling fluid spills or overflaws from these pits.
All excess drilling fluids and mud shall be clispased of aff Airport Property on a daify basis. Bore pits and
trenches shall be backfifled and compacted in 6" layers to 90% maximu�rt der�sity for cohesive soils and to
'f�0% maximum density for non-cohesi�e soils, as determined by ASTM D1557. Ti�e in-place field density
shall be determined ir� accordance with ASTM D1556, D2167, or D6938.
Assemble the entire pip� fo be installed via directianal boring prior to starting pull back operations.
Support the pipe to enable it to move fre�ly and pre�ent damage. ir�stall the pipe in one continuous pull.
Maxim�m allowable tensile farce imposed on the pull s�ction is not to exceed 90 percerot of the pipe
manufacturer's safe pull strengt�. ]f m�ltiple pipe sizes or materials, the lowest safe strength shal! govern.
Damaged pipes shall be replaced at na additional cost to #he Owner.
Extend and connect pipes to junciion sfructures as indicatecl.
Upon completion �f the worit, immediately remo�e all debris #'rom the job site and restore the areas to
original condition accepfabl� to the Engineer.
In the event of failure to install the directional bore pipe or concluit, the Confractor shall remove the pipe or
conduit from the bore and remove it from the job site. �he bore ho[e shall be campletely fill�d with a
cantrolled fow strength maferial to prevent future problems. If the pipe or canduit cannof be removed,
then it shall be cut ofF minimum 3 feet befow tt�� ground and the pipelcanduit and s�arraunding space filled
with flowable fi�l. This remedial work shall be performec! at no additional cost to the �wner. Any failure
event shall be immediately coordinated with the �ngineer and Owner prior to the Contracior taking
remedial action.
The Contractor shalE recorc� anc! document all dri[ling lags thak provide drill bit focatian�, both horizontally
and vertically. These records shall be submitted ta the E�gineer and included in the O&M manual for the
praject. �
SS-305-2
All equipmenk and materiafs furnished and instali�d under this section shafl be guaranteed against defects
in materials and workmanship for a period af at least twefve (12) months from finaf acceptar�ce by the
Owner. The defective mate�ials and/or equiprnent shafl be repairec! or replaced, at the Owner's discretifln,
with no addi#ional cosf to the Owner.
METHOD OF MEASUR�M�N7'
305-4.1 The quanti#y of direct�onal boring to be paid for under this item shall be the number of linear feet of
conduit and directiona! boring installed witi� backfill, compacfion, furf restoration, and appurtenances,
rn�asured in place, campleted and accepted to the satisfac#ion of the �ngineer.
gASIS OF PAYMENT
3Q5-5.1 Payment will b� made ak the contract unit price per linear foot for each type and size of directio�al
boring completecE by khe Con�ractor, a�d accepted by the Engineer. This price shall be full compensakian
for furnis�ing aff materials and for all preparation, assembly, and instal[ation of tF�ese materials, and for all
iabor, equipment, tools, and incidentafs necessary to complete this item to the satisfacfion of the �ngineer.
Payment will be made under:
Item SS-305-5.1 D�rectional Boring, 2-Way 4"C Polyethylene Conduits — per Linear Faat
EM� OF ITE➢UI SSA305
SS-345-3
I'age lntentionally i.ef# ��ank
SS-305-�4
fTEIV[ SS�350 AUTOMATIC GATE OPERATORS
f]�SCRiPTEON
350-1.1 This item shall consist of furnishing and inskafli�g gate system equipment, in accordance with this
specification, the referencec! specifications and draw�ngs, and applicable security regulations. The
equipment shal[ be installed at the locations and ir� accordance wikh the dimensions, design and de#ails
shown on the plans. This worEc shall include khe furnishing of all equipment, materials, services, and
incidentals necessary ko place it in operating condition as a completed unit to the satisfaction of the
Engineer.
350-9.2 The Con#ractor shall maintain current copies of all r�ferenced and applicable standards on the job
site. The Contractor is respansible to make known to the Engine�T any conflict between plans and
s�ecifications that he observes or of which �e is made aware,
EQUIPM�NT AND MATERIALS
350-2.1 G�NERAL.
a. All equipment and materials cavered by the referenced specifications shall be subject to
acceptance through manufacturer's ce�tification of campliance with the appiicable specificatiot� as
requested by the �ngineer. All equipment and materials in this specifiication shall meei the requirements
and be installed in accordance with the Divisio� 26 and Di�ision 33 "�lectrical" Sections. All equipment
and materials shall be new and meet applicable manufacturer's standards. All electrica� components shall
be UL I�sted products, includir�g gate operatar standards UL 325 and UL 991 (latest ecEitians).
b. Automatic gate operator equipment shall be provided from one manufacturer for the
through beam cable, loop cEetacfars, and laops. The intent of t�is requirement is to minimize mainte�ance
and spare parts efforts by khe Owner for the r�ew equi�ment. Pro�ide the services of a factory�authorized
seTvice represenkative ta supervise the field assembly and cannection of components ancE the pre-testing,
testing, and adjustTnent of the system. The existing equipment was manufactured by Linear LLC.
350-2.2 VEHICLE LOOP DEiECTOR AND L.O�P DETECTOR WIR�. The vehicle loop detector shafl be
an electronic device that wil� detect fhe presenc� ancE mation af vehicles that pass over a sensing loop
embedded in #F�e pavement. When a vehicle passes o�er the sensing laflp, the detector produces a signa!
that activaies the gafe o�erator. The detector shall be an automatic tuning type with rninimum 3 sensitivity
levels plus ser�sikivity boost, min�mum 3 firequency settings, and relay oukputs as required. The detec#or sha[I
test for fonp faults. Provide iaop detector eq�ipment with ail required accessories for a complete installation.
The loop detectar wire shall be #18 AWG, strar�ded, copper wire, 60Q Vpft, Ty�e XLPE insulated and UL
listed. F'rovide matching asphalt or concrete sealant as required,
350-2.3 WIR�. Wire shalf be copper Type TNHNITHWiV-2 of ihe size indicated an the plans. Control
wiring shall be minitnum #18 AWG twisted shie[ded pair. Furnish and install all power, co�tral and
communication conductors and cables as required in accordance wifh the ma�ufacturer's shop drawings
and make all final connectians.
CONSTRUCTION M��HODS
350-3.1 G�N�RAL. The gate operating equipment shall be installed at the locations s�own on the plans.
The gate equipm�nt shall include all necessary items to pro�ide a ful[y functianal unit. The Contractor
sha[I subrnit a dimension�d layout plan with conduit placements shown for all camponents to the Engineer
far appro�a[.
5S-350-1
350-3.2 PRECONSTRUCTION MEEiING. A preconstruction meeting wiff be held with the Owr�er,
�t�gineer, Contractor, Electrical Subcontracfor and an experienced field representative of the gate
operator system equipment. Ti�is meeting shaff be held before any rough-in work begins on site in order
to review the plans, to explain details or precautions necessary to assure that alf new gate o�erator
equipment, including general layout and loop layout requirements, will warK properly, and ta determine that
all required conduits and wiring are praperfy faid aut. Scafed pfan layout drawings of afl equipment shall
be submiited far review and approval prior fo any work.
350-3.3 COORDINATION. The Contractor shall examine all phases of the work as shown an the drawings
and as specified hereir�. The Contractor shalf coordinate between the variaus trades such ihat t�e work
will be perfarmed in an orderly and efficient manner.
350-3.4 SCHFDU�E OF WORK. All work shall be accomplished d�ri�g the working time specified. The
Cantractor shall accomplish his work in such a manner to rrieet scheduled completion dates and to avoid
delaying ather trades. Due to khe nature of some work and the Owner's operating schedule, work rnay
have to be perfarmed on weekends or late night. No additional casts ta the Owner for this work schedule
will be considered.
Any work that requires an electrical outage Qr which might reasonably cause an unintantional electricai
outage of ihe airport terminal shall be performed between midnight and 4:0� a.m. and full servic� restored
by 4:00 a.m.
AI[ electrical outages shafl be scheduled and coordinated with the Airport Manager. Ten- (10) day wriften
notice shall be required 6efore initiating of an outage with twenty-four (24) hour verbal notice also required
before initiating an autage. In the writken f�otice, the Contractor shall state t�e date of the proposed
outage, time of start, appraximate time of completion and purpose of the outage. The Airpart Manager
retair�s the right to cancel any autage and may order the Cantractor to restore the system in case of an
emergency.
350-3.5 PROTECTfNG OF MATERIALS, The Contractor s�all provide proper storage as required ta
adequately protect alE maferials stared at the job site. Failure to comply with t�is requirement may be
cause for the rejection or replacement of some or all of the materials.
35Q-3.6 WDRKMANSHIP. Work shall be performed neakly anc! carefully by craftsmen skilled in the irade
involvec{. Faulty or careless work will not be accepted. Unacceptable work shal� be corrected by the
Cantractor at na charge to the Owner.
350-3.7 SPLICING. Cannecfions shall be made by experienced personn�l. All spficirtg shall be done in
splice boxes ar junctian baxes. No splices are allowed in conduit. Underground splices shall be
waterpraaf poured resin type as manufactured by 3-M or ap�roved equal.
350-3.81NCID�NTALS. The Confractor shal] prov�de all items incidental to th� work as shawn ar required
to complete the installation.
350-3.9 SA��TY. It is incumbent on the Contractor to maintain the integrity of the airport electrical system
for safe and reliable operation. The Confractor shal[ take necessary precautions to avoid damage ta
electric utilities, telephone circuits, and okher cabies. Any utility damage done by ti�e Contractor sf�all be
repai�ed as directed by the Utility's Owner ar �ngineer ak no cost to the Owner.
350-3.10SURGE PR07ECTfON. Provide surge suppression de�ices ta protect al[ power, cantral and
signal lines an al[ equipment.
35a-3.1 T VEHICL� DETECTOR INSTAL.LATION. The Contractor shall install preformed laops cansisting
of a loop wire encased in PVC pip� for new construction installations before the pavement is installed.
The PVC pipe will hold the [oop's shape and protect the loo� wire fram cEamage while the pavement is
installed.
SS-350-2
Laop wire sha[I �e free of any cuts ar nicks. Replace any damaged wire.
The lead wires to the detector at the gate operator shall be twisted together in accordance with the
manufacturer`s inskallation instructions. The camplete vehicle detectar s�all be checked for proper
operation �efore sealing pavement cuts. The loap detectors at the gate operator shall be adjusted per
manufacturer's irtstructions.
350-3.12GAT� OF'ERATOR MISCELLANEOUS.
a. Wiring. Alf power wiring shall be copper canductor with 600V, Type THHEVITHWN-2
insulation and shall b� of the sizes indicaied on the pfans. All confrol wiring shall ba copper. Befare
installation of wiring, conduits shaEl be mandreled ta remove all debris from canduits. No splices ar
connecYions shaff be a�lowed inside conduit. The Contractor shall furnish a!I necessary fabor and maierials
and shall make com}�lete aboveground electrical connections.
b. Underground Canduit Installation. Undergraund conduit shall be installed at the locations
shown on the pfans and as detailed on khe plans. Wher� cor�duit is insta�led under exis#ing pavement,
pavement shal! be restored ta originai conditions as detailed an the plans.
c. Exposed Conduit Installation. Exposed canduit of the sizes shown shalf be installed a� the
Iocations indicated on the plans. All exposed conduit shalE be gafvanized rigid steel (GRS) unless
otherwise noted. All cond�its shall be instalied to provide for drainage. Bends shall be either factory made
or field bent wit� bending machine intended for that use. Conduit shall be suppor�ed at a minimum of 10-
foot intervals with mal�eable iron concEuit straps. Perfarated iron strap or tie-wire wilf not be allowed for
canduit support. Transition from exposed to underground conduit shall be made using long s�veep 90-
degree bends. Where conduit changes fram rigid steef #o PVC conduit, suitable PVGto-steel adapters
shall be used. Crushed or deformed conduit shall not be used. Grounding bushings shall be installed on
all GRS cor�duits and connect�d to the graunding sysiem.
d. Connections. The Contractor shall install the equipm�nt and make all connections in
accordance with tf�es� Plans and Specifiications. Pro�ide ancE instafl cor�#rol and signal wiring and malte
fir�a] connections to all equipment.
e. Materials. All equipment and mate�iafs shall be installed in accordance with the plans and
the manufacturer`s recommended instructians and specificatians.
f. Adjustments. Adjust and tune system and fest components, wiring, and functions to �erify
that system is fully o}�eratianal. Replace malfunctioning or damaged items. Retest until satisfactory
performance and conditions required are achieved, including but not limited to, proper operafion of
equipment and controls.
350-3.93 REMOVAL OF EXIST�NG EQU[PMENT. The Contractor shall carefully remo�e all salvageable
equipment as indicated in the pfans. Any �quipment that is damaged during the remova] andlor relocation
oparafion shall be subject to a reductian in payment for removal andlor relocatian of the equipment. Afl
equipment that is remaved during th�s project shall be kransported to a location on sife ar removed from the
si#e and properly disposed ofi as directed by the Owner anci the Engineer.
350-3.14GATE OPERATOR T�STWG. `fhe Contractor shall furnish all the necessary iabor and
equiprnent for testing the following work:
a. Power wiring 600 volts and less. Make insulation tests with a"Megger," ciemonstrate that
neither shart circuits nor grouncE fau�ts exist, and that wiring complies wifih N�C. Megger testing shall be
pe�ormed in the pres�nce of the Owner. Contractor shall document and submit rnegger t�st reports that
include the equipment name, phase or wire number and all obserrred values fo� each wire. The
SS-350-3
Contractor shall perform additianal rrEegger tests if required and requested by the Engineer at no
additianal cost.
b. Detector loap resistant tests. Check that the resistance ta ground is r�o iess than 500
Megohms using a SQOV rr�egger. Utilize manufacturer s typical test forms to record this data for each
loop, including the model and make of the rnegger. Forms shall be signed and daked by the contractor's
representative. Make alf loop tests before installation of the saw-cut sealant.
c. Put entire electrical system in operation, test all equipment, test all safety devices, remedy
all def�cts, artd make aU necessary adjustments. Demonstrate that the e�iire system functions
satisfactorily, as specified, as indicated, and as approved.
d. Schedule and perform an acceptance fesf of ti�� system for proper o�eration with the
Owner and Engineer. T1�e system equipment shall be considered acceptable after being 10p percent
operational and afker having per�orrned satisfactorily for fourteen (14) cantinuous business days with no
down time.
e. The insfallation shal� be tesked in aperation as a comple#ed unit priar to acceptance. Tests
shall include taking megger and voltage readings. Testing equipment shafl be furnished by the Contractor.
Tests shall be conducted in ti�e presence of kh� Engineer and sF�all be to hislher satisfaction.
f. The Cantractor shafl cond�ct a final acceptance operating test for two weeks of contir�uous
duty before acceptance. Failure to comp�e#e the tests will require restarting the test wikhout use of any spare
parts. Twa failures will be reasan to reject th� entire gate operator and access control system at no cast to
the Owner.
350-3.15 WARRAN'TY. The manufacturer shall furnish h[s recommended spare parts, installation manual,
in5truction manual, mai�tenance manuals, and input valtage surge �ratection. The system shall be
warranted for one year from acceptance of the project. Any failure whic� occurs in the warranty period shalf
be replaced by new factory tested assemblies a# no additional cast to the Owner.
MFTHOD OF MEASlJR�MENT
350-4.1 The quantity of �lectrically operaied gate equipment, to be measured under this item, shall cansist
of all equipment, as completed and accepted units in place, ready for operatian, and accepted by the
Engineer. The installation shall ind€ade ve�icle loops and d�fectars, concrete fpundations, installation of
relacated ec�uipment, all req�ired conduits and wiring, and al! other required appurtenar�ces. Cable,
conduit, handholes and trenching req�ired shall be considered subsidiary to khe electrically aperated gaie
installation and wilf not be measured for separate payment.
BASIS OF PAYMENT
350-5.1 Payment will be macEe at the contract unit price for each campfete item, measured as provided
abave, and accepted by the Engineer. This price shall be full compensation for furnishing al! materials and
far a[f preparation, assembly, and installation of these materiafs, and for all labor, equiprnent, tools, and
incidentals necessary to complefe this item to the satisfaction of the �ngineer.
Payment includes installation of vehicle detectors and loops, asphalt and cpncrete removaflrepair work,
concrefe foundatians, installation of relocated equipment, and all required electricai pawer equipment,
conduit and wiring. This item shall a�so include ali conduit, wire, ar�d other infrastructure work required to
corriplete this item #o the satisfaction af the �ngineer.
Payment will be mada under: �
Item SS-350-5.9 Gate 27 (Existing l.acation) Equipment, Installed — per Lump Sum
SS-350-4
Item SS-350-�.2 Gate 27 (New L.ocatian) Equipment, Installed — per Lump Surn
MATERIAL R�QUIREMENTS
UL 325 Standard for Qoor, Drapery, Gate, Lou�er, and Window Opera#ors and
Systems
UL 991 Standard for Tests for Safety-Refated Controls �mploying SolicE State
Devices
E�n o� iTE� ss�3sa
S5-350-5
Page Inten#ionaily L.�ft �lank
S5-350-6
�04
I�em � 04
��Ci�011111Q� {a0i��i'���
1. ��SCREPYION
2.
3.
4.
Break, remove, and salvage or dispose of exisiing �tydraulic cement concrete.
CONSTRUCTION
_��
7'exas
�a��nt
oiTranspnrlation
Remove existing hydraulic cement concrete from locafions shown on the pFans. Avoid damaging concrete
that wil� remain in placa. Saw-cut and remove the existing concrete to neat fines. RepEace any concrete
damaged by the Cantractor at no expense to the Deparfinent. Accept ownership and properly dispose of
broken concrete i� accordance with federal, sta#e, and local regulations unless otherwise shown on the
plans.
M�ASUR�MENi
Removin� concrefe pavemenE, f�oors, parches, patias, riprap, medians, ioundations, sidewa�ks, driveways,
and other appu�tenanc�s wiil be measured by the square yard (regardless of thickness) or by the c�hic yard
of calculated volume, in its originalposition.
Removing curb, curb and gutter, and concrete traffic barrier wilf nof be measured for separate payment but
instead wil! be su.bsidiary fo the Concrete Pavement f?emoval.
}},� +.,n nf iha fnn+inn
This is a pfans quantity measurement Item. The quantity tn be paid is the q�antity shown in the proposal,
unless modified by Article 9.2., "Plans Quantity �leasurement.°Additional measurements or calculations wili
be made if adjustments of quankities are required.
�AYM�NT
The work perfarmed and materials furnished in accordance with this Item and measured as provided under
"Measurement" will be paid for at tne unit �rice bid far "Concrete Pavemenf Remova!" of the Eype specified.
7hfsprice is full compensation for breaEcing the concrefe; �oadir�g, hauling, and salvaging or disposing of the
material; and equipment, labor, tools, and incidenials,
w.
Paymen# wrll be made under:
Item TX 104-4.1 Concrete Pavemenf Remova!— per square yard
Page Intentionally Left BlanEc
1�5
It�r� � 0� _�-�
�em��ing Trea�ed and Untr�a#�d rex85
Oepartment
���� �n� Asph�l� P���m�nt ofTrensportatian
1. D�SCRI�''iI�N
Break, remove, and s#ore or dispose of exisfing as�halt pavement, including surface freafinents, and treated
ar untreated base materials.
2. CONS��UC�[ON
Break material retained by the �epartment into pieces not larger than 24 in. unless otherwise shown on the
plans. Remove exisfing asphalt pavement before dis#urbing stabilized base. Avoid contamination of the
asphalf materials and damage to adjacent areas. Coniractorshall saw cut asphalt pavement ai limifs of
removal. Repair tnaterial damage� by operations ouiside the designated locations.
. Maierial not
designated io be salvaged will become the property of the Contractor, When ti�is ma#erial is disposed of, do
so �n accordance with federa�, state, and local regulatio�s. A!! maferia! shall de disposed of off sife and rs the
respansibilrfy of the confractar.
3. M�ASU��M�N�
7his Item will be measured by the 100-ft. station along the haseline of each roadbed, by the square yard of
existing treated or un#reated base and asphalt pavement in its original position, or by the cubic yard of
existing treated or untreated base and asphalt pavement in its original position, as calculated by fhe average
end aTea metf�od. 5quare yard and cubic yard measurement will be established by the widihs and depths
s�own an the plans and the lengths measured in if�e field.
4. PAYM�N`�
The work performed in accordance with this Item and measured as prov�ded under "Measurement" wilf be
paitl for at the unit price bid for "Asphalt Pavement Removar' of ihe depfh specified. This price is tull
compensation for breaking the material, loading, hauling, unloading, stockpiling or disposing; repair to areas
outside designated locations for removal; and equipment, labor, tools, and incidentals.
Paymenf vvi11 be made under:
ltem Tx-90�'-4.7 Asphalf Pavemenf Remova! -- per square yard
�os
Page Intentionaliy �.eft Blank
160
�t�m �60
T�p��il
1. ��SCi3l�'�ION
Fumis� a�d place topsoil to the depths and on #he areas shown on the plans.
2. MAi�RIALS
_- _— �
r�a�
����t
of rr�nsportar�on
�lse easily culiivated, fertile topsoii fha# is free from objectiona6le material and resists erosion. Obtain topsoil
from the right of way a# sites of proposed excavation or embankment when speci�ed on the pla�s, or as
�ir�s�e� or off site. Contractor is responsible for obfaining topsoil, regardless af source. Secure
additional Eopsoil, if necessary, from approvetl sources outside the right of way in accordance with the
requirements of Article 7.7., "Preservation of Cul#ural and iVatural Resources and fhe Environment." Ensure
that the topsoil abtained from sifes outside the righ# of way has a pH of 5.5 fo 8.5, per Tex-128-E. Topsoil is
suhject to testing by fhe �ngineer, Furnis�t water in accordance with Arlicle 16$.2., "Materials.°
3. CONS7RUCTION
Remove and dispose of objectionable material from the fopsoil source before 6eginnir�g the woric. 5tockpile
fopsoil, when necessary, in a windrow at des�gnated locations along the right of way line or as di�ected. Keep
source and sfockpile areas drained during the period of #opsoil removal and leave them in a neat condition
when removal is complete. Cuifivate the area to a depth of � in. before placing topsoil. Spread the fopsoil tn a
uniform loose cover af�a 4" thickness �e�. Place and shape the topsoil as tlirected, Water and rofl
the topsoil with a light rolEer or other suitable equipment.
4. M�ASUV��M�N�
This Item will be measured by #he 100-ft. station along the baseGne af each roadbed, by ti�e square yard
compfete in place, or by the cubic yard in vehicles at the point of delivery,
P�YM�N�
The woric performed and the materials Furnished in accorda�ce with this Etem shall not be measured and paid
for separately but shall be considered subs�diary to ltem SS-152 "Unclassified Excavation" �^�' m���� ����' ��
nrn��'rlorl nrlo "hAo n}" x�ill hn airl fn _�t_fha r+if ., ., G,G.i f., 10C �G.in .,r! DI.� ., T., .,GI" .,f �L,r.
�
i i •
mh-.nLmnn4 fnr m��rr.nr.1 �rn nL.num in Giru�ro 1
160
Excavation to
6e paid for under
the per#inent
ex[avation Item —
�
�ILL
Topsail to 6e
salvaged
�`��
CUT
rade
Replaced
Topsoil
Embankment ta be paid
far under the pertinent
embankrrtent It'em
�rad���eplaced
iapsoil
--:� ��..• :-: .....::.::;.._.: • �.:: -.... � .•.:: .•. �_.. _. :: . � ..:.::.:...:.
-��.�� : .........:...: :.... .. .... . ..
a svil to 6e sa{va d.
em caYkrrte . n� �tos e �R9
�a���or �i ec��y1 ��
_ _- _ �
�� Texas
neparfrrrenr
af'/ienspprlafion
Figure 1
Roaciway Crass-Sections 5howing Paymenf for �xcavatian and �mbankmenf
4��
����i � 64
���ding for �rosion C�ntr�l
U�SCC�IPiiON
_==� �
Texas
Department
_ of �'ransportatian
Provide and instalf temporary or permanent seeding for erosion control as shown on the plans or as directed.
2. MATERIA�S
2.1. Seed. Provide seed from the previous season's crop meeting the requirements of the Texas Seed L,aw,
inciuding the tes#ing and labeiing for pure live seed (PLS � Purity x Germination). �urnish seed of the
designafed species, in iabeled unopened bags or containers io the �ngineer befare planting. Use within
12 mo. from ihe date of #he anafysis. When guf#alograss is specified, use seed that is freated with KNO3
(pofassium nitrate) to overcome dormancy.
Use Tables 1-4 to determine fhe appropriafe seed mix and rates as specified on the plans. If a plant species
is n�t available by #he producers, the other plant species in the recommended seed mixture will be increasetl
proportionally by the P�.Slacre of fhe missing plants�ecies.
Seed sha!! be applied according fo Table 2 for fhe Fort Worfh District.
Table 7
�istrict and �lanting Dates
1(Paris)
Feb. �E-May 95
Clay Soils
�ecies and Rates {Ib.
Sprang[etop
its Grama (Haskell)
Bluestem (Native�
s Bundleftower
Seed Mix
Sandy 5oils
Iacre S ecies and Rates Ib. PLS!
0.3 Green Sprangletop
3.2 Sermudagrass
�E.8 Bahiagrass (Pensacola)
1.7 Sand l.ovegrass
1.0 Weeping Lovegrass (Ermelo)
Partridae Pea
2(Ft. Worthj Green Sprangletop (Van Horn}
Feb.1-May 15 Sideoats Grama (HaskellJ
Texas Grama (Atascosa)
Hairy Grama (Ghaparral}
5hortspike Windmillgrass (Welder)
Little Bluestem (OK 5elect)
Purple Prairie Clover (Cuero}
Engelmann Daisy (Eldorado}
Illinais Bundleflotver
Awnless Bushsunflower(Plateau)
3(Wichifa Falls) Green Sprangletop (Van Horn}
Feb.1-May 15 Sideoats Grama (Haskell)
Texas �rama (Atascosa�
Hairy Grama (Ghaparral)
Shorispike Windmillgrass(Welder}
�ittle Bluestem (OK 5elect}
Blue Grar�a (Hachiia}
Western Wheatgrass (8arton)
Galleia Grass (Viva}
�ngelmann �aisy (Eldorado�
Awnfess BushsunflowerlPlateau)
1.0 Green Sprang[etop (Van Harn}
1.0 Hooded Windmillgrass (MariahJ
1.0 Shortspike Windmillgrass (Welder}
0.4 Hairy Grama (Chaparral)
0.2 5lender Grama (Dilleyj
0.8 Sand Lovegrass (Mason)
0.6 5and Dropseed (Borden Caunty)
0.75 Partridge Pea (Comanche}
1.3 Little Bluestem (OK 5elect}
0.2 �nglemenn Daisy {Eldorado}
Pur le Prairie Clover
0.6 Green Spranglefop (Van Norn)
1.D Hooded Windmillgrass(Marish)
1.0 ShortspiEce Wir�dmillgrass (Welder}
fl.4 Hairy Grama (Chaparral)
a.2 5and Lovegrass (Mason)
0.8 5and Dropseed (Borden Countyj
0.4 Parlridge Pea (Comanche)
1.2 Liifle Bluestem (OK Selecl)
0.6 �nglemannDaisy(�Idorado)
0.75 Purple Prairie Clover(Cuero}
0.2
0.3
1.5
6.0
a.s
fl.8
1.D
1.0
0.2
0.2
0.4
3.0
D.2
p.2
0.6
a.s
U.75
0.3
1.0
Q.2
0.2
0.4
0.2
0.2
0.6
0.8
0.75
0.3
4(Amarillo� Green Sprangletop 0.3 Green Sprang[etop 0.3
Feb. 15-May 15 5ideaats Grama (Haskell} 3.6 Weeping Lovegrass {Ermelo) D.S
Blue Grama (FEachitaj 1.2 Blue Grama (Hac�iia} 1.0
Baffalograss {TexokaJ 1.6 Sand �ropseed (Barden Co.) 0.3
97
Illinois Bundleflower 1.fl Sand Bluestem 1.8
Purple Prairie Clover 0.5
9&
Tabie 1 (cnnlinued) 164
Permanenf Rura] Seed Mix
�isfrict and �lanting Dates Clay 5oils 5andy 5oils
S ecies and Rafes !b. PL5lacre S ecies anc! i�ates Ib. PLSlacre
5(l.ubbock) Green Sprangletop 0.3 Green 5prangleiop 0.3
Feb. 95-May 15 Sideoats Grama (EI Reno) 3.6 Weeping Lavegrass (�rmelo) 0.8
Blue Grama (Hachita) 9.2 Blue Grama (Hac�ila} �.0
Buffalograss (Texoka) 9.6 Sand �ropseed (Barden Co.) 0.3
Illinois �undlaffower 1.0 Sand Bluestem 1.8
Pur fe Prairie Glover 0.5
6(Odessa} Green Sprangletop (Van Horn} 1.D Green Sprangletap (Van Horn) 1.0
Feh.1-May 15 Sideoafs Grama (5outh Texas) 1.p Nooded Windmiflgrass (Mariai�) U.2
Blue Grama {Hachita} U.4 Blue Grama (Hachita) 0.4
Ga�]eta Grass (Viva} 0.6 Hairy Grama (Chaparral) 0.4
Shortspike Windmillgrass {Welder} 0.2 Sand Lovegrass (Mason) 02
Pink Pappusgrass (Maverick) 0.6 5and Dropseed (Borden County) 0.2
Alkali Sacaton (Saltalk) 0.2 Indian Ricegrass (Rim Rock) 9.6
Plains Bristfegrass (Catarina Blend) 0.2 Sand Bluestem (Coftle Caunty} �.2
False Rhodes Grass (Kinney) 0.9 Liltle 8luestem {Pastura) 0.8
Whiplash Pappusgrass {We�b) 0.6 Purple Prairie Clover (Cuero) 0.3
Arizona Coitonfo La Salle 0.2
7(5an Angelo) Green 5prangletop (Van Horn) 1.D Green Sprangletop (Van Horn) 1.0
Fe�.1-May 1 Sideoafs Grama {Haskell) 1.D Hooded Windmiflgrass (Mariah) 0.2
Texas Grama (Atascosa} 1.0 Shortspike Windmillgrass (Welder) 4.2
Hairy Grama (Chaparral} 0.4 Hairy Grama (Chaparraq 0.4
5hortspike Windmillgrass {Welder} 0.2 Sand l,ovegrass (MasonJ 02
Litile Bfuestem (OK 5elect) 0.4 5and bropseed (Borden County) 0.2
Blue Grama (I�achita) 0.4 5and Bluestem {CniEle County) 9.2
Western Wheatgrass (BartonJ 9.2 Parfridge Pea (Comanc�e} 0.6
Galleta Grass (Viva) 0.6 Liitle Bluestem (OK Select} D.8
Engelmann Daisy (Eldorado} 0.75 Englemann Daisy (Eldorado) D.75
Illinois Bundleflawer Sabine 1.0 Purple Prairie Clover Cuero 0.3
S(Abilene) Green Sprangletop (Van Horn} 1.0 Green Sprangl�tap (Van Horn} 1.D
Feh.1-May 15 Sideoats Grama {Naskell) 1.D Hooded Windmillgrass (Mariahj 0.2
Texas Grama (Atascasa} 1.0 Shorispilce Windmillgrass (Weider} 0.2
Hairy Grama (Chaparra!) U.4 Hairy Grama {Chaparral) 0.4
Shor�spike Windmillgrass (Welder) D.2 Sand Lovegrass (Mason) 0.2
Little Bluestem (OK Select} 0.4 Sand Dropseed {Borden County) 0.2
Blue Grama (Hacf�ita) 0.4 Sand Bfuestem (Cotile County} 1.2
Western Wheatgrass (Barton) 1.2 Pariridge Pea {Gamanche} 0.6
Galfefa Grass (Viva} 0.6 Little Bluestem (OK Select} 0.8
Engelmann I]aisy (�Idorado) 0.75 Englemann �aisy {Eltlorado} 0.75
Illinois Bundl�Flower Sabine 1.0 Purple Prairie Clover C�ero D.3
9(Waco) Green 5prangletop {Van HornJ 1.0 Green 5prangietop (Van Harn) 1.0
Feb.1-May 15 Sideoats Grama (Haske�l) �[.0 Hooded Windmillgrass (Mariah) 0.2
Texas Grama (Ataswsa) 1.0 Shortspike Wir�dmillgrass (Welder} d.2
Hairy Grama (Chaparral) Q.4 Nairy Grama (Chaparral} 0.4
Shortspike Windmil�grass (Welder) 0.2 Slender Grama {Dilley) 1.D
Liftle 8luestem (OK Select} a.8 5and Lovegrass (Masonj fl.2
Purpfe Prairia Clover (Cuera) fl.6 Sand Dropseed (Borden County) 0.2
Engelmann tiaisy(Eldoradoj 0.75 Partridge Pea (Comanchej 0.6
Illinois Bundleflawer �.3 Litt[e Blueslem (OKSelect) 0.8
Awnless Bushsunflower(Plateau) 0.2 Englemann baisy(Eldorado) 0.75
Purple Prairie Clover 0.3
10 (iyler) Green Sprangletop 0.3 Green 5prangletop 0.3
Feb. 1--i4Eay 15 Bermudagrass 1.8 Bermudagrass 1.8
Bahiagrass (Pensacola} 9.0 Bahiagrass (Pensacofa) 9.0
Sideaats Grama (Haskell} 2.7 Weeping Lovegrass (Errr�elo) D.5
Illinois Bundlefiower 1.0 5and Lovegrass 0.5
Lance-Leaf Coreopsis 1.0
11 (Luflcin) Green Sprangletop D.3 Green Sprangletop D.3
Feb. i-May i5 Bermudagrass 1.8 Bermutlagrass 2.1
Bahiagrass (Pensacola} 9.0 Ba�iagrass (Pensacola) 9.D
5ideoats Grama (Haslcell) 2.7 Sand Lovegrass 0.5
Illinois 8undleflower 1.D l.ance-Leaf Careopsis 1.0
99
7able 1 {continued} 164
Permanent Rural Seed Mix
District and Plan#ing Dafes Clay Soils Sandy 5oils
S ecies and Rates Ib. PLSlacre 5 ecies and Rates ib, PlSlacre
92 (Houston) G�een Sprangletop 0.3 Green Sprangleiop 0.3
Jan.15-May 95 Bermudagrass 2.1 Bermudagrass 2.4
5ideoais Grama (Haskefl) 3.2 Bahiagrass (Pensacolaj 10.5
Little Bluestem (Nafive} 1.4 Weeping Lovegrass (Ermelo� 1.0
Illinois 8undleflower 1.0 LaRce-Leaf Coreo sis 1.a
13 (Yoakum) Green 5prangletop (Van Horn) 1.a Green Sprangletap (Van Harn) 1.0
Jan.15-May 15 Sideoats Grama (5ouih Texas) 1.0 Hooded Windmiflgrass (Mariah} 0.4
Texas Grama {Atascosa} 1.5 Sl�nder Grama (billey) 9.0
Slender Grama (pilleyj 9.0 Hairy Grama (Chaparral) 0.8
Shortspike Windmillgrass (Welder) D.3 Shortspike Windmillgrass (Welder} 0.2
Halls Panicum (OsoJ 0.2 Purpfe Prairie Clover (Cuero} 0.6
Plains Brisilegrass (Catarina Blend} 0.2 Pa�tridge Pea (Comanche) 0.6
Canada Wildrye (Lavaca} 2.0 Englemann Daisy (Eldorada) 1.0
Illinois Bundleftower (Sahine} 1.3
Purple Prairie Cfover Caero fl.6
14 (A�stin) Green 5prangletop (Van Horn} 1.a Green 5prangletop (Van Horn) 1.D
Feb. 1-May 15 5ideoats Grama (5outh Texas) 1.0 Hooded Windmillgrass {MariahJ 0.2
Texas Grama {Atascosa} 1.0 5hortspike Windmillgrass (Welder) 02
Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4
Shortspike Windmillgrass (Wefder) 0.2 Slender Grama (Dilley� 7.0
Litile Bl�eslem (OK 5elect) 0.8 5and Lovegrass (MasonJ D.2
Purple Prairie Clover (Cuero} D.6 Sand Qrapseed (Borden Caunty) D.2
Engelmann Daisy {Eldorado} D.75 Partridge Aea (Camanche} D.6
Illinois Bundleflower (Sabine} 1.3 E.ittie Bluestem (OK Se[ect} 0.8
Awnless eushsunflawer (Plateau) D.2 Englemann Daisy (Eldarada} 0.75
Purple Prairie Glover Q.3
15 (San Antonio) Green Sprangletop (Van Horn) 1.0 Green Spranglefop (Van Horn} 1.0
Feb.1-May 1 Sideoats Grama (South TexasJ 1.0 5lender Grama {billeyj 2.0
Texas Grama (Atascosa) 1.0 Hairy Grama (Chaparra!} 0.6
Slender Grama (Dilley) 1.fl Shortspike Windmillgrass (Welder) 0.4
Shortspike Windmillgrass (Welder) 0.2 Pink Pappusgrass (Maverick) 0.8
PiRk Pappusgrass (Maverick) 0.6 Plains Bristlegrass (Gatarina elend} 0.2
Halls Panicum (Oso) 0.2 Fiooded Windmillgrass (Mariah) 0.3
Plains Bristiegrass (Cafarina Blend} 0.2 Multi-flowered False Rhoades Grass 0.1
Faise Rhodes Grass {Kinneyj 0.1 (Nidalgo) D.2
Hooded Windmillgrass (Mariah) 0.2 Rrizona Cotiontap (La Sa11e)
Arizona CottonloA La Saile D.2
i6 (Corpus Christi) Green Sprangletop (Van Hom} 1.0 Green 5prangleiop (Van Hom} 1.0
Jan.1-May 1 5ideoats Grama (South Texas) 1.D Slender Grama (billey) 2.0
Texas Grama (Atascosa) 1.0 Hairy Grama (Chaparral) D.6
5lender Grama (Diiley} 1.0 Shortspike Windmillgrass (Welder) D.4
Shortspike Windmillgrass (Welder} 0.2 Pink Pappusgrass (Maverick} fl.6
Pink Pappusgrass {Maveriek} 0.6 Plains Bristlegrass {Catarina Blend) 0.2
Halls Panicum (Oso} 0.2 Hooded Windmillgrass {Mariah� 0.3
Plains Bristlegrass (Catarina BlendJ 0.2 Multi-flowered �alse Rhotles Grass 0.1
False Rhodes Grass (Kinney} 0.1 (Hida�goJ 0.2
Hoaded Windmillgrass (Mariah) 02 Arizona Cottontop (La 5alle}
Arizona Cottontop La 5alle 0.2
17 {Sryan) Green Sprangletop 0.3 Green 5prangletop 0.3
Feb. 'f-May 15 Bermudagrass 1.5 Sermudagrass 1.5
Sideoats Grama (Haskelf} 3.6 Bahiagrass (Pensacola) 7.5
Litile Bluestem (iVative) �[.7 Weeping Lovegrass (Ermeloj 0.6
I�linais Bundleflower 1.0 Sand Lovegrass D.6
Lance-l.eaf Goreapsis 1.0
90
Tahle 1 (cantinuettj 'i6�4
Permanent RuralSeed Mix
Disfric# and Pianfing Dates Clay 5oils Sandy Soils
S ecies and Rates Ib. PLSlacre S ecies and Rates Ib. PLSlacre
18 {Dallas} Green 5prangleEop (Van Horn) 1.0 Green 5prangletop (Van �iorn) 1.0
Feb. 1--May 95 Sideoats Grama (Haskell) 1.0 Haoded Windmiligrass (Mariaf�j 02
Texas Grama (Atascosa} i.0 5hortspike Windmiflgrass (Welder) 0.2
Hairy Grama (Chaparral} D.4 Hairy Grama (Chaparral) Q.4
5harts�ike Windmillgrass (Welder) 0.2 Slender Grama (Dilley} 1.0
Liltle Bluestem {OK 5elecE) 0.8 Sand Lovegrass (Mason) 0.2
Purple Prairie Ciaver {Cuera) 0.6 Sand bropseed (Borden CountyJ D.2
Enge�mann Daisy (Eldorado) 0.75 Pariridge Pea (Comanche) D.6
Illinois BundleFlower 1.3 Liifle Bfuestem (OK Select) 0.8
Awnless Bushsunflower(Plateauj 0.2 �ngfemann Daisy (Eldoradoj 0.75
Pur le Prairie Cfover 0.3
13 (Atlanta} Green 5prangletop 0.3 Green 5pranglefop 0.3
Feb.1-May 15 Bermudagrass 2.4 Bermudagrass 2.1
5ideoats Grama (Haskell) 4.5 Bahiagrass {Pensacafa] 7.5
Il�inois Bundletlower 1.0 Sand Lovegrass 0.6
Lance-Leaf Coreopsis 1.0
20 (BeaumoniJ Green Sprangletop U.3 Green 5prangletop 0.3
Jan.15--May 15 Bermudagrass 2.7 6ermudagrass 2.1
Sideoafs Grama (Haskell) 4.1 Bahiagrass (Pensacola) 7.5
fllinois Bundleflower 9.0 5and Lovegrass 0.6
Lance-Leaf Coreopsis 1.fl
21 (Pharry Green Sprangletap (Van Horn) 1.0 Green 5prangletop (Van Horn) 9.0
Jan.15-�+lay 75 5ideoats Grama (5outh Texas) 1.0 Slender Grama (�illey} 2.0
Texas Grama (Atascosa) 1.D Hairy Grama (Chaparral) D.6
5lender Grama (Dilley) 1.0 Shortspike Windrr�illgrass (Welder) 0.4
Shortspike Windmillgrass (Welder) 0.2 Pink Pappusgrass (Maveric[c) 0.6
Pink �appusgrass (Maverick} 0.6 Plains Bristlegrass {Catarina �lend) 0.2
Halls Panicum (Oso� 0.2 Haoded Windmillgrass (Mariah) �.3
Plains Bnstlegrass (Catarina Blend) 0.2 Multi-flowered False �thoades Grass fl.1
False Rhodes Grass (Kinney) 0.1 (Hida�go� 0.2
Hooded Windmillgrass (Mariah) 0.2 Arizona Cottontop (La Salle}
Arizona Cottontop La Salle} 0.2
22 (Laredo) Green Sprangletap (Van Hom) i.0 Green 5prangletop (Van Norn� 1.D
Jan.15-May 1 Sideoats Grama (5outh iexas) 1.0 Slender Grama (�illey} 2.0
iexas Grama (Atascosa) 1.D Hairy Grama (Chaparral) 0.6
5lender Grama (UilleyJ 1.0 Shortspike Windmillgrass (Welder) D.4
Shortspike Windmiilgrass (Welder) a.2 Pink Pappusgrass (Maveric[c) D.6
Pink Pappusgrass (Maverick) 0.6 Piains Bristlegrass {Catarina Slendj 0.2
Halls Panicum (Oso) 0.2 Hooded Windmillgrass (Mariahj a.3
Plains 8ristlegrass (Catarina BlendJ 0.2 Multi-flowered �alse Rhoades Grass U.1
False R#�ades Grass (Kinney) 0.1 (Hidalgo� fl.2
Hoaded Windmillgrass (Mariah) 0.2 Arizona Cottonlop (La 5alle)
Arizona Cottonto La Salle 0.2
23 (Brownwood} Green Sprangletop (Van Horn) D.6 Green 5prangletop (Van Horn) 1.0
Feb.1-May 15 5ideoats Grama (�laskelly i.0 Hooded Windmillgrass (Mariah} 0.2
Texas Grama {AEascosa) 1.0 Shorlspike Windmilfgrass (Welder) 0.2
Hairy Grama (Chaparral) D.4 Hairy Grama (Chaparral) 0.4
Shortspike Windmillgrass (Welder} Q.2 Sand Lovegrass (Mason} 0.2
Little Bluestem (OK 5elecf) 0.8 Sand Dropseed (8orden County) D.2
Blue Grama (Hachita) 0.4 Pariridge Pea (Comanche) Q.6
Weslern Wheafgrass (Barton} 1.2 Litlle Bfuestem (OK 5elect} Q.8
Galleta Grass {Viva) O.fi Englemann Daisy (Eldoradoj a.75
Engelmann baisy (Eldorado) 0.75 Purple Prairie Clover (Cuero) fl.3
Awnless Bushsunflower Plateau 0.2
1D0
Table 1 (continued} 7$4
Permanent Rural Seed Mix
District and Planting dales Clay Soils Sandy Soils
S ecies and Rates Ib. PLSlacre 5 ecies and Rafes Ib. PLSlacre
24 (EI Paso) Green Sprangletop (Van Hornj 1.0 Green Sprangletap (Van Horn) i.0
Feb.1-lUlay 15 Sideoals Grama (5aut� Texas) 1.D Hooded VVindmiflgrass (i�rlariah) 0.2
61ue Grama (Hachifa} 0.4 Blue Grama (Hachita) 0.4
Galleta Grass (Viva} fl.6 Hairy Grama (Chaparral) �.�4
Shortspilce Windmillgrass (Welder) 02 Sand Lovegrass (Mason} �.2
Pink Pappusgrass (Maverick) 0.6 Sand ❑rapseed (Borden Caunty) 0.2
AIlcali Sacaton (Saftalk) 0.2 Indian Ricegrass (F2im Rockj 1.6
Plains Bristlegrass (Catarina BEend) D.2 5and Bluestem (Coltle County} 1.2
False Rhodes Grass (Kinney) D.9 Little Bluestem (PasturaJ 0.8
Whiplash Pappusgrass {Webb} 0.6 Purple Prairie Claver {Cuero) D.3
Arizona Goftontop La Salfe 0.2
25 {Childress) Green 5prangletop U.3 Green SprangieEop Q.3
Feb. 1-May 15 5ideoats Grama (EI Rena) 2.7 Weeping Lovegrass (Ermelo) 1.2
Blue Grama (Hachita) 0.9 Sand Dropseed (Borden Co.} 0.5
Western Wf�eatgrass 2.1 Sand Lovegrass 0.8
Galleta i.6 Purple Prairie Clover 0.5
IlEinois Sundieflower 1.0
TabEe 2
Permanent Urqan Seed Mix
District and Planting Dates Clay Soils Sandy Soils
S ecies and Rates Ib. PLSlacre S ecies and Raies Ih. PLSlacre
1{Paris) Green Sprangletop 0.3 Green Sprangletap D.3
Feb.1-May 15 Bermudagrass 2.4 Bermudagrass 5.4
Sideoats Grama Haskell 4.5
2(Ft. Worth) Green 5prangletop 0.3 Green Sprangletop 0.3
Feb.1-May 15 Sideoals Grama (EI Reno) 3.6 5ideoats Grama (E[ Reno) 3.6
8ermudagrass 2.A Bermudagrass 2.1
6uffalo rass Texoka T.6 5and Dro seed Borden Co. a.3
3(Wichita Falls) Green Sprangletop 0.3 Green Sprangletop 0.3
Feb. 9-May 95 Sideaats Grama (EI Rena} 4.5 5ideoats Grama (EI Renoj 3.6
Bermudagrass 1.8 Bermudagrass 1.8
Buffalo rass Texoka 1.6 Sand Dro seed Borden Co. 0.4
4(Amarilla} Green Sprangletop a.3 Green Sprangletop 0.3
Feb.15-Nfay 15 Sideoats Grama (EI Reno) 3.6 Sideoats Grama (Ei Rena) 2.7
Blue Grama (Hachitay 1.2 Blue Grama (Hachita) 0.9
Bufialagrass (Texaka) 7.6 Sand Dropseed (Borden Co.) 0.4
BufFalo rass Texoka 1.6
5(�ubbock� Green Sprangfefop 0.3 Green 5prangletop 0.3
Feb. 1 rMay 15 Sideoals Grama (�I Reno) 3.6 Sideoats Grama (EI Reno) 2.7
Blue Grama (Hachita) �.2 Bfue Grama (Flachita) 0.9
8uffafograss (Texoka) 1.6 Sand Dropseed (Borden Co.} 0.4
Buffalo rass Texaka 1.8
6{Otlessa� Green 5prangletop 0.3 Green Sprangfetop 0.3
�eb.1-May 15 Sideoats Grama (Haskeli� 3.6 Sideoats Grama {Haskell) 2.7
Blue Grama (Hachita) 12 Sand Dropseed (Barden Co.) 0.4
Buffalograss (Texoka) 1.6 Blue Grama {Hachita} 0.9
Buffafograss {Texoka} 1.6
7(5an Angelo} Green Sprangleto� 0.3 Green Sprangletop D.3
Feb.1--May 1 Sideoets Grama (Haskell} 7.2 Sideaats Grama (Naskefl) 3.2
Bu#fa]agrass (Texakaj 9.6 5and bropseed (Borden Co.) 0.3
Blue Grama (Hachita) U.3
Buffalo rass Texoka 1.6
8(Ahifene) Green Sprangletop 6.3 Green Sprangletop 0.3
Feb. 7-May 95 5ideoats Grama (Haskeil) 3.8 Sand Dropseed (Barden Co.j 0.3
Blue Grama (Hachita) 1.2 Sideoafs Grama (Haskell) 3.6
Buffalograss {Texoka) 1.6 Blue Grama (Hachita} 0.8
Buffalo rass Texoka 1.6
101
Table 2 (continued) 964
Permanenf Urban Seed Mix
District and Planiing Dates Cfay Soils Sandy Soifs
S ecies and Rates Ib. P[.Slacre S ecies and Rates Ib. PLSlacre
9(Waco} Green Sprangietop 0.3 Green Sprangletop 0.3
Feb. 1-iVlay 15 Bermudagrass 1.8 Buffalograss {Texoka) 1.6
Buffalograss (1'exoka} 1.6 Bermudagrass 3.6
Sideoais Grama Haskell 4.5 5and Dropseed Borden Co. 0.4
7D (Tyler} Green Sprangletop 0.3 Green 5prangletop 0.3
Feb.1-May i5 Bermudagrass 2.4 8ermudagrass 5.4
Sideaats Grama Haskell 4.5
11 (Lufkin) Green 5prangleEop 0.3 Green Sprangletop a.3
Fe6. 1-May 15 Bermudagrass 2.4 Bermudagrass 5.4
5ideoats Grama Haskell 4.5
12 {Houstonj Green 5prangfetop D.3 Green Sprangletop 0.3
Jan.15-May 15 Sideoats Grama (Haskell) 4.5 Bermudagrass 5.4
Bermuda rass 2.4
13 (Yoakum) Green Sprangletop 0.3 Green SprangEetop 0.3
Jan.15-May 95 5ideoats Grama (South Texas} 4.5 Bermudagrass 5.4
Bermuda rass 2.4
14 (Austin} Green 5prangletop 0.3 Green Sprangletop 0.3
Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 4.8
Sideoats Grama (South Texas) 3.6 Buffalograss (iexoka) 1.6
Bufiala rass Texoka 1.6
15 (5an Antonio) Green Sprangletop U.3 Green 5prangleiop 0.3
Feb.1-May 7 Sideoafs Grama (5oufh �exas} 3.8 Bermudagrass 4.8
Bermudagrass 2.4 8uffalograss (Texoka) 9.6
BufFalo rass Texoka 1.6
16 (Corpus Christi) Green 5prangleio� 0.3 Green 5prangletop 0.3
Jan. 1-May 1 Sideoats Grama (South Texas} 3.6 Bermudagrass 4.8
Bermudagrass 2.4 Buffalograss (Texoka) 1.6
Buffalo rass 7exoka 1.6
17 {Bryan} Green Sprangletap U.3 Green 5prangletop 0.3
Feb.1-i�rfay 15 Bermudagrass 2.4 Bermudagrass 5.4
Sideoals Grama Haskefl 4.5
78 (�allas} Green 5prangletop 0.3 Green 5pranglefop 0.3
Feb.1-May i5 5ideoats Grama (EI Reno) 3.6 8uf(alograss (Texaka) 1.6
Buffalograss {Texoka) 1.6 Bermudagrass 3.6
Bermuda rass 2.4 Sand Dropseed Borden Co. D.4
19 (Atlanta) Green Sprangletop D.3 Grean Sprangletop D.3
Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 5.4
5ideoats Grama Haskell 4.5
20 (8eaumontj Green Sprangietap 0.3 Green 5prangletop 0.3
Jan.15-May 15 Sermudagrass 2.4 Bermudagrass 5.4
Sideoals Grama Haskell) 4.5
21 (Pharr) Green Sprangletop �.3 Gree� Sprangietop 0.3
Jan.15-May 15 5ideoafs Grama (5outh Texas) 3.6 Buffalograss (Texaka� 9.6
Buffalograss (Texokaj 1.6 Bermudagrass 3.6
Bermuda rass 2.4 Sand Dro seed Borden Co. 0.4
22 (LaredoJ Green Sprangleiop 0.3 Green Sprangletop 0.3
Jan. 15--Nfay 1 5ideoats Grama (South Texas) 4.5 Bu(falograss (Texoka) 1.6
Buffalograss {Texo€ca� 1.6 8ermudagrass 3.6
Bermuda rass 1.8 Sand dropseed fl.4
23 (Brownwood) Green Sprangletap D.3 Green Sprangletop 0.3
Fe6. 9-iUlay 15 Sideoats Grama (Haskell) 3.6 Buffalograss (Texoka) 1.6
Bermudagrass 1.2 Bermudagrass 3.6
Blue Grama Hacf�ita 0.9 Sand �ropseed (Borden Co.) 0.4
24 {EI Paso� Green Sprangletop 0.3 Green Spranglefop D.3
Feb. 1-May 75 Sideoafs Grama (5ouih Texas} 3.6 Buffalograss (Texoka� 1.6
Blue Grama (Hachita) 1.2 Sand Qropseed (Borden Co.) D.4
Buffalo rass Texoka 1.6 Blue Grama Nachita 1.8
25 (Childress} Green Sprangletop 0.3 Green 5prangletop 0.3
Feb.1-May 15 Sideoats Grama (EI Renoj 3.6 Sand Dropseed (Borden Co.� 0.4
Bfue Grama (Hachita� 1.2 Butfalograss (Texoka) 1.6
Buffalo rass Texolca �.6 Bermudagrass 1.8
902
164
Table 3
Tem ora Coof Season Seedin
Districts Dates Sead Mix and Rates
Ib. P�Slacre
Paris (1), Amarillo (4}, Lubbock (5), I]allas (18) Seplember 1—November 30 Tal! Fescue 4.5
Western Wheatgrass 5.6
Wheat Red, Winter 34
Odessa {&}, San Angelo {7}, �I Pasa(24) September 1—November30 Western Wheatgrass 8.4
Wheat Red, Winter 50
Waco {9), Tyler (7a}, Lufkin (17), Austin (94}, SanAntonio September 1—November30 Tall Fescue 4.5
{15}, Oats 24
B an 17 , Atianta 13 Wheat 34
Housfon (12j, Yoakum (13j, Corpus Chrisli (16), 6eaumont 5�ptember 1--Novem6er3� Oats 72
(2fl),
Pharr 21 , Laredo 22
Ft. Worfh (2), Wichila Falls (3), Abilene (S}, Brownwood (23), September 1—November 30 Tall Fescue �.5
Childress {25) Western Wheatgrass 5.6
Cereal R a 34
iable 4
Tem ora Warm Season Seedin
Districts Daies Seed Mix and Rates
All I May 1—August 31 I Faxiail
2.2. Fertilizer. Use fertifizer in conformance with Artide 16fi.2.,"Materials."
2.3. Vegetative Watering. Use water tnat is clean and free of industria] wastes and other substances harmful fa
the growth afvegetation.
2.4. Mulch.
2.4.1. Straw or Hay Mulch. Use sfraw or hay mulch in conformance with Section 162.2.5., "Mulch."
2.4.2. Cellulose �iber Mulch. Use only c�liulose fiber mufches fhat are on the Approved Produc#s List, �'rosion
Confrol Approved Producfs. (http:llwww.fxdot.govlbusinesslresourceslerosion-control.html} Submit one full
set of manufacturer's IiEerakure for fhe sefected materiaL Keep mulch dry until applied. �o not use moldedor
rotted material.
2.5. Tacking Methods. Use a tacking agent applied in accordance with the manufacturer's recommendaEionsor
a crimping method on all straw or i�ay mulch operations. Use #acking agents as approved or as specified nn
ti�e plans.
3. CONS�RIJC�ION
Cuftivate the area to a depth of 4 in. before placing the seed unless otherwise directed. Use approved
equipment to vertically Eracic the seedbed as shown on the pfans or as directed. Cultivate fhe seedbed #o a
depth of 4 in. or mow the area before placement of the permanent seed when perForming permanent seeding
afier an �stahlished #emporary seeding. Planf the seed specified and mulch, if required, after the area has
been completed to lines and grades as shown on theplans.
3.1. Broadcast Seeding. D�strib�te the seed or seed mixture uniformly over the areas shawn on the plans using
hand or mechanica! distribution or hydro-seeding an top of #he soil unless otf�erwise direcfed. Apply the
mixture to the area to be seeded wifhin 30 min. af placemenf of components in the equipment when seed
and wafer are ta be distributed as a slurry during hydro-seeding. Roll #he planted area with a lighf roller or
other suitable equipment. Roll slopatl areas along the contour of the slopes.
1Q3
164
3.2. 5traw or Hay Mulch Seeding. Plant seed according to Section 964.3.1., "Broadcast Seeding:' Apply siraw
or hay mulch uniformly over the seeded area immediately after planting the seed or seed mixture. Apply
straw mulc� at 2 to 2.5 tons per acre. Apply �ay mulch at 1.5 fo 2 tons per acre. Use a tacking method over
the mulched area.
3,3. Gef[ufose Fiber Mulch 5eeding. Plant seed in accordance with Section 164.3.1., "BroadcasE Seeding."
Apply celfulose Fber mulch uniformly over the seeded area immediately after planfing the seed or seed
mixture at the followingrates.
� Sandy soils with slopes of 3:1 or less-2,500 fb. peracre.
� Sandy soils with slopes greater #itan 3:9-3,a00 Ib. peracre.
u Clay soifs with slopes of 3:1 or iess-2,Q00 Ib. peracre.
� Glay soils with sl�pes greaEer than 3:1 2,300 Ib. peracre.
Cellulose fiber mulcf� rafes are based on tlry weight of mulch per acre. Mix cellufose fiber mulch and water to
make a sfurry and apply uniformly overfhe seeded area using suitableequipment.
3.4. Drill 5e�ding. Plant seed or seed mixture uniformly over the area shown on the plans at a depth of 114 to
913 in. using a pasture or rangeland type drill unless otherwise directed. Plant seed along the contour of the
slopes.
3.5. Straw or Hay Mulching. Apply slraw or hay mulch uniformly over the area as shown nn the plans. Apply
straw mulch at 2 to 2.5 tons per acre. Apply hay mulch at 1.5 to 2 tans per acre, Use a tacking method over
t�e mulched area.
Apply ferfilizer in conformance with Article 166.3., "Construction." Seed ar�d fertilizer may be distributed
simultaneously during "Broadcast Seeding" operations, provided each component is applied af the specified
rate. Apply f�aff of the required Ferfilizer during the temparary seeding operation and t�e ofher half during the
permanent seeding operation when iemporary and permanent seeding are both specified for the same area.
Water the seeded areas at the rates and frequencies as shown on the plans or as directed.
4. MEASUR�M�NT
This Item will be measured by the square yard or by th�acre.
�. PAYM � N�
The work performed and the materials furnished in accordance with this Item and measuretl as provided
under "Measurement" will be paid for at #he unit price bid for "Broadcast Seeding (Aerm)" of the rural or urban
seed mixture and sandy or clay soil speci#ied. This price is full compensation for furnishing materials,
including water for hydro-seeding and hydro-mulching operations, mowing, fabor, equipment, tools, supplies,
and incidentals. Fe�tilizer wi�l not be paid for directly but will be subsidiary to #his IEem. Water for irrigating the
seeded area will not be paid for directly buk will be subsidiary to fhis Item.
Paymeni will be rrrade under.•
Item 7"X-764-5.7 Broadcasi Seeding (Aerm) — perAcre
104
164
Page Intenfionally Left Blar�k
905
247
It�r� �4�
Flex�ble Ba�@
1. D�SCV�I��[ON
Construct a foundakion course composed of flexibfe base.
2. MA i �RIA�S
��Y� �
Texas
peparfiner�t
nl TYansporlation
Furnish uncontaminated materials of uniform quafity that meet the requiremenfs of the plans and
specifications. Notify the Engineer of fhe proposed material sources and of changes to materfal sources. The
Engineer may sample and test �roject ma#erials at any time before compaction #hroughouf fhe duration of the
project to assure specification compliance. Use Tex-100-E materiai definitions.
2.1. Aggregate. F�trnish aggregate of the iype and grade shown on the plans and meeting the requiremenfs of
Table 1. �ach source must m�et Table 1 requirements for liquid limit, plasticity i�dex, and wef ball mill for the
grade spacified. Do no# use additives, such as buk not limi#ed to lime, cement, or fly ash to modify aggregat�s
to meet the requiTements of Table 1 unfess shown on the plans.
Tahle 1
Material Requiremeats
Pro ert Test Method Grade 1--2 GratJe 3 Grad�4� �5
Sam fin Tex-000-A
NEaster gradation siev� size
cumulative % retained
2-1I2" 0 A 9
1-3I4" Tex 110-E �10 8 18 9--�a
718" 10-35 — As shavm-en �9�-3�
318" 34-85 — �qe�laas 3�5
#4 A5-75 4�—�� 4�-�5
#40 85-9a 59—�� 7�99
Ao oh��..,., ....
Liquid Limil, % Max Tex-909-E Afl 49 �5
Plasticity Index, Max' 10 � �� a 9
�fex-106-E As shown on p� ��,...�„ro�..+h� ps�Fieyr� eK+ ps-sqew�er�
Plasticity index, Min' the lans
Wet ball mill, % Max 4Q — As s1'BwR-sn 48
Wet ball mill, % Max increase Tex 116 E 2a _ �.�awA an �
assin the #4D sieve
Min com ressive slren th, si
lateral ressure 0 si Tex-117 E 35 — As-sqewe-s� —
lateral ressure 3 si — — iHe-rylaRs 99
lateral ressure 15 si 175 — �75
1. Delermine plaslic index in accordance wiih Tex-1U7-E {linear shrinkage} wnen liquid limit is unattainable as aetined
in Tex-104-�.
2. Grade 4 may be furlher designated as Grade 4A, Grade 46, etc.
2.1.1. Material Tolerances. The �n�ineer may accept materia! if no more fhan 1 of the 5 most recenf gradation
tests has an individual sieve outside the specified limits of the gradatian.
When target grading is re�uired by fhe plans, no single failing test may exceed the mas#er grading by more
than 5 percentage points on sieves f�o. 4 and larger or 3 percentage points on sieves smaller than No. 4.
247
The Engineer may a�cept material if no more ff�an 1 of fhe 5 most recent plasticity index tests is outside the
specified limit. No singEe failing test may exceed t�e allowable limit by more than 2 points.
2.1.2. MaterEal Types. Do not use fillers or binders unless approved. Fumish the type specified an the plans in
acca�dance with the following:
�,� . ,
'.�-.','. . . .
� o
2.1.2.4. Type D. Type A ma#erial or crushed concrete. Crushed concrefe containing gravel will be wnsidered Type D
material. Crushed concre#e must meet the requirements in Section 247.2.1.32., `Recycfed Material
(Incfuding Crushed Concreie) Requirements,° and 6e managed in a way to provide for unifarm quality. The
Engineer may require separaie dedicafed stockpiles in order to verify compliance.
� T.. � r�r,.ho �►h�,� � �ti„ ��ti„ i.,,,,..
v N....
2.1.3. Recycled Material. Reclaimed asphalt pavement (RAP) and ofher recycled materials may be usetl when
shown an the plans. Request approval to blend 2 or more sources of recycled ma#eria�s.
2.1.3.�. l,imits on Percentage. Do nat exceed 24% RAP by weight, when RAP is allowed, unless oti�erwise shown
o� the plans, The percentaga limitations for othet recycled materials will be as shawn on the pfans.
2.1,3.2. Recycled Material (Including Crushed Concrete) Requirements.
2.1.3.2.1. Contractor-Furnished �ecycled Materials. Provide recycled materials, oEher #han RAP, thaf have a
maximum sulfate content af 3,000 �pm when tested in accordance with Tex-145-�. When the Contractor
furnishes the recycled materials, including crushed concrete, the final product wi[I 6e subject to the
requirements of Table 9 far #he grade s�ecified. Cer�i(y compliance with DMS-i 9000, "�valuating a�d Using
Nonhazardous Recyclable Materials Guidelines," far Contractor furnished recycled mater�als. In addit9an,
recycled materials musi be free from reinforcing steel and other objectianable material and have at most
1.5% deleterious material when tes#ed in accordance with Tex-413-A. For RAP, do not exceed a maximum
percer�t loss fram decantation of 5.0% when tested En accordance with Tex-406-A. Test RAP without
removing the asphalt.
2.1.3.2.2. Department-Furnished Required Recycled Materials. When the �epartment furnishes and requires the
use of recycled materials, unless atherwise shawn on th� plans:
� Department-r�quired recyclad materiaf wil� not be subject to the requirements in Table 1,
� Con#ractor-furnished materials are s�bject to fhe requirements in Table 1 and this Item,
■ fhe final protluct, blended, will be subject fo the requirements in Table 9, and
■ for final product, unblended (100% Department-furnished required recycled material), fhe liquid limit,
plasficity index, wet ball mill, and compressive sfrength is waived.
Crush Department-furnished RAP so that 100°/a passes the 2 in. sieve. The Contractor is responsible for
uniformly blentling to meet fhe percentage required.
2.�.3.2.3. departrnent-Furnished and Alfawed Recycfed Materials. When tf�e Department furnishes and allows the
use of recyded materials or allows ihe Contrac#or ko furnish recycled materials, #he final blended product is
subject to the requirements of Table 1 and #he plans.
247
2.�.3.3. Recycled Materia! 5ources. Department-owned recycled material is avaiiable to the Con#ractor only when
shown on the p]ans. Return unused �epar#ment-owned recyc�ed materials to the Department stockpile
location designated by the Engineer unfess ofherwise shown on the pla�s.
The use of Contractor-owned recycl�d materials is allowed when shown on the plans. Contract4r-owned
surplus recycled materials remain the property of the Contractor. Ramove Contractor-owned recycled
materials from the project and dispose of them in accordance wi#h federal, state, and lacal regulations before
projecf acceptance. Do nof intermingle Contraefor-owned recycled material with Department-owned recycled
material unless approved.
2.2. Water. �urnish water free of industriaf wastes and other objectionable matter.
2.3. Material Sources. Expose the vertica] faces of all stra#a of materia] praposed far use when non-commercial
sources are used. Secure and process #he maferial by successive ver�icaf cuts extending through all
exposed strata, when direcfed.
�QUIPM�Ni
Provide machinery, tools, and equipment necessary far proper exacution nf the work.
3.�. Provide rollers in accardance with Item 210, "Rolling." Provide proaf roflers in accordance wit� Ifem 216,
"Proof Rolling," when required.
3.2. When ride quali�y measurement is required, provide a high speed or lightweight inertial profiler ce�fified at the
Texas A&M Transportation Institute. Provide equipment certification documentafion. Dis�lay a current decal
on the equipment indicating the certifcation expiration date.
4. CONSTRUC�iON
Construct each layer un�formly, free of loose or segregated areas, and with fhe required density and maisture
conteni. Provide a smooth s�rface that confarms to the typical sections, lines, and grades sf�own on the
plans or as directed.
Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpi[es
in layers no greater than 2 ft. fh�ck. Stockpifes must have a total height between 16 and 16 ft. unless
othennrise approved. After construction and acceptance of #E�e sfockpile, loading from the sfockpile for
delivery is allowed. Load by making successive ver�ical cuts thraugh the entire depth of the stockpile.
�o rtot adtl or remave material from temporary stocltpiles that require sampling and testing before delivery
unless othetwise appraved. Charges for additional sampling and testing required as a resu]E of adding or
remaving ma#eria] wifl be deducted from the Confractar`s estimates,
Haul approved flexible 6ase in clean trucks. Deliver #he required quantity to each 100-ff. stafion or
desigr�ated stockpile sife as shown on the plans. �'repare stockpile sites as directed. When delivery is to the
100-f#. station, manipulate in accordance with the appEicable Items.
4.1. Preparation of 5ubgrade or Existing Base. Remove ar scarify existing asphall concrete pavemenf in
accordance with Item 105, "Removing Treated and Untreated Base a�d Asphalt Pavemenf," when shown on
the plans or as directed. Shape the subgrade or existing base to conform to the lypical sections shown on
the plans or as directed.
When new base is requiretl to be mixed wifh existing base, deliver, place, and spread the new flexible base
in the required amount per station. Manipulate antl #horo�ghly mix the new base with existing tnaterial to
provide a uniform mixture to the specified depth before shaping.
a�.7
PraaF roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying when
shown on the plans or directetl. Correc# soff spots as directed.
4.2. Placing. 5pread and s�ap� fiexible base info a uniform layer with an approved spreader the same day as
delivered unless otherwise approved. Cons#ruct layers to the thickness shown on the plans. Main#ain the
shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directetl,
at no additional expense Eo the Departmenf.
Place successive base courses and finish courses using the same cflnstruction methads required for the first
course.
4.3. Compaction. Compact using density control unless otherwise sf�own on the plans. Multiple lifts are
permitted when shown an the pfans or apptaved. Bring each layer to the moisfure content directed. When
necessary, s�rinkle the maferial in accordance with 1#em 204, "Sprinkiing."
8egin railing fongitudinal[y at the sides antl proceed towards the cent�r, overlapping on successive trips by at
least 112 fhe widih of the roller unit. Begin rolling at the low side and pTogress toward the high side on
superelevated curves. Offsef alternate trips of the roller. Operate rolfers at a speed between 2 and 6 mph as
direcfed.
Rework, recompact, and refinish materiaf that fails to meet or that Ioses required moisture, densi�y, stability,
or finish requirements before the next course is placed or the project is accepted. Continue work until
specificatian requirements are met. Perform the work at no additional expense to the Deparfinent.
Before final acceptance, the Engineer will select the locations of tests and measure the flexibfe base depth in
accordance wi#h Tex-140-E. Correct areas defcient by more than 112 in. in thickness by scarifying, add[ng
material as required, reshaping, recompacting, and refinishing at the Contracto�'s expense.
�.3.�. Ordinary Gompaetion. Roll with approved compaction equipmenl as directed. Correct irregula�ities,
depressions, and weak spots immediately by scarifymg the areas a#fected, adding or removing approved
material as required, res�aping, and recompacting.
4.3.2. Density Conirol. Compact to at least 100% of the maximum dry density de#ermined by Tex-113-E, unless
otherwise shown on fhe plans. Maintain moisture during compaction within ±2 percentage poinfs of fhe
optimum moisture content as tletermined by Tex-193-E. NEeasure the moisfure confen# af the material ir�
accardance with Tex-915-E or Tex-103-E tluring compaction daily and report the tesults fhe same day to the
Engineer, unless otherwise shown on the plans or directed. �o not achieve densify by drying the material
after compaction.
The Engineer will defermine roadway density and moisfure confent of completed sections in accordance with
Tex-115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is
below the specified density and t�te failing test is no more than 3 pcf below #he specified density.
4.4. Finishing. After completing compaction, cli�, s[cin, or tight-blade fhe surface wifh a main#ainer or subgrade
trimmer fo a depth of approximately 114 in. Remove loosenetl material and dispase of it at an approved
location. S�al the clipped surface immediately by rolling wiff� a pneumatic tire roller unti[ a smoofh surface is
attained. Add small increments of water as needed during rolling. Shape and maintain the course and
surface in conformity with the typical secfions, fines, and grades as shown on the plans or as directed.
Correct grade deviations greaterfhan 114 in. in �6 feet measured longitudinally or greater ihan 114 in. over
the entire width of the cross-section in areas where surfac3ng is to be placed. Correct by lonsening and
adding, or remaving material. Reshape and re-eompact in accordance wi#h Section 2�7.4.3., °Compaction."
4.5. Curing. Cure fh� finished section until the moisture content is at least 2 perceniage points below optimum or
as directed before applying fhe next successive co�rse ar prime coat.
247
4.6. Ride Qualify. This section applies to the final travel ]anes that receive a 1 or 2 course surface treatment for
the final surface, unless oEherwise shown on the plans, lNeasure ride quality of the base course after
placement of the prime coat and before placement oF the surface treatmenf, unless otherwise approved. Use
a certified profiler operator fram the Department's MPL. When requesfed, furnish the �ngineer
documentation for the person certified to operate the profiier.
Provide all profile measurements to t�e �ngineer in electronic data files within 3 days after placemenf of the
prime coat using the format s�ecified in Tex-1DD1-5. The Engineer will use �epartment software to evaluate
longitudina] profiles to determ�ne areas requiring corrective action. Correcf 0.1-mi.sections having an average
international roughness index (IR!) value greater thar� 100.0 �r�. per mile to an IR! value of 100.0 in. pe� mile
or less for each wheel path, unless otherwise shown on ti�e plat�s.
he-profile and correct sections that fail to maintain ride quality untif placement of the nexf course, as
directed. Garrecf re-profifed sections �nti! specification requirements are met, as approved. Perform this work
at no additional expense ta the Deparfinent.
�, M�A5UR�M�NT
Flexible base will be measured as follows:
■ Ffexible 8ase (Complete [n Placej. The ton, square yard, or any cubic yartl method.
� .
� CI 'L.I R�. !C4 Lniln ilelivan�l Tho #nn ruFtir__�ur.�l ir+ r.�{�7r.1.. _ �A� uir� irnrM fn v+nn4nilo
, ^ ., y�, ... ..r.....
Measurement by the cubic yard in final positior� and square yard is a plans quantity measure�nent. The
quantity to be paid for is the quantiiy shown in the proposal unless modified by Article 9.2., "Plans Quantity
Measurement.° Additional measurements or calculations wil� be made if adjustments of quar�tities are
required.
Measurement is further def�ned for paymen# as foflows.
a-a- .
� .
aFeas:
� . .
5.4. 5quare Yard. By the square yard of surface area in the completed and accepted final position. The su�ace
area of the base course is �ased on the width of flexible base as shown on the pEans.
5� 5- . .
��
,' •
6. PAYM�NT
The work perfarmed and materials furnished in accordance with this Item and measured as provided under
uMeasurement" will be paid far ak the unit price bid for the types o#work shown below. iVo additionai payment
za�7
will be mad� for thickness or widih exceeding fhat shown on th� fypical sectian or provided on the plans for
cubic yard in the finaf position or square yard measurement.
Sprinkling and rolling, excepf proaf rolling, wi�l not be paid for direcily but will be subsidiary to this Item unfess
otherwise shawn on the plans. When proof rolling is shawn on the plans or tlirected, it will be paid for in
accordance with Item 296, `Proof Rolling."
Where subgrade is constructed u�der this Contract, correction of soft spo#s in the subgrade wifl be at the
Contractors expense. Where subgrade is not cons#ructed un�er this Confract, correcfion of soft spots in #he
subgrade will be paid in accordance with pertinent Items or Ar�icle 4.4., "Changes in the Work."
6.1. Flexible Base (Camp[e#e In Piace). Payment will be made for the type and grade specified. For cubic yard
meas€arement, "In Vehicle," "ln 5fockpile," or "In Final Position" wi�l be specified. For square yard
measurement, a depff� wilf be specified. This price is fuli compensafion for furnis�ting materials, temporary
stockpiling, assistance provided in stockpi[e sampling and operations to levei stockpiles for measuremenf,
loading, �auling, delivery of maferials, spreading, bfading, mixing, s�aping, placing, compacEing, reworking,
finishing, correcfing locations where thickness is deficient, curing, #urnishing scales and labor for weighing
and measuring, and equipment, labor, tobls, and incidentals.
_ .
_ .
Paymerrt will be made uncier:
ltem TX-247-6.1 Flexible �ase (Derrsity ControlJ (Complefe rn Place} (7ype (} Grade 1j (Variable
DepthJ — Per Square Yard
zso
�t�l� ���
�ime Trea�m�nt (���d�i�i�ed�
9. D�SCRII�iION
2.
2.1.
2.2.
2.3.
2.4.
2.5.
-� �
i�pJY85
nepa�miarr�
of7Yansportatien
Mix and compact lime, water, and subgrade or base (with or without asphaltic concrete pavement) in ti�e
roadway.
MAT�FilALS
Furnish uncontaminated maferials of uniform quality that meet the requirements of the plans and
specificafians. Notify the Engin�er of the proposed material sources and of changes to material sources.
Obtain verifcation from fhe Engineer thaf the specification requirements are met before using ti�e sources.
T�e �ngineer may sample and test project materials at any time before compaction. Use Tex-100-E far
material definitions.
Li�ne. Furnish iime that meets #he requirements of QM5-6350, "L�me and Lime Slurry," and DMS-6330, °Pre-
Qualificatian of Lime Sources." Use hydrated lime, comm�rcial iima slurry, �e, or carbide lime slurry
as shown on the p[ans. Quicklime is not permitted.
5ubgrade. The Engineer will determine the suffate cantent af the exisfing subgrade in accordance with
Tex-145-E and organic content in accordance wifh �fex-148-E before iime treatmenk begins. Suspend
aperations when material ta be #reated has a sulfate content greater than 7,000 ppm or an organic content
greater than 1.0°/a and proceed as directed.
Flexible Sase. Unless o#herwise shown on the plans, furnish base material #hat meets tf�e requirements of
Item 247, "Flexible Base," forthe type and grade shown on the pla�ts, before ti�e addition oflir�e.
Water. Furnish water tree of industrial wasfes and ofher objectionable maferial.
Asphalt. When asphalt or emuision is permitted for curing purposes, furnish materials thaf ineet the
requirer�ents of Item 30a, "Asphalfs, 0[Is, and Emulsions," as shown on the plans or asdirected.
2.6. Mix Design. The target Iime content sha!! de 8% by dry weight of soil. ihe Engineer wilE determine the
opfimum moisture content in accordance with Tex-121-E or prior ex�erience with the project maferials. The
Contractor may propose a mix design developed in accordance with Tex-121-E. The E�gineerwill use Tex-
121-E to verify the Contracfor's proposed mix tlesign �efore acceptance. Reimburse the Department for
su6sequent mix designs ar partial designs necessitated by changes in the material or requests by the
Contractor. Limit the amount of recycled asphalt pavement fo no more than 50% of the mix unless otherwise
shnwn on the plans or directed. No recycled asphalt sectron is acceptable i� the lime sectinn.
3.
3.1
3.2.
�QUfPM�N�
Provide machinery, toals, and equipment necessary for proper execukion of the work. Provide rolfers in
accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 296, "Proof Rolling,"when
reqtaired.
Storage Faeiiity. Siore �e� dry hydrated lime in c�osed, weatherproof containers.
51urry Equipment. Use slu�ry fanks equipped with agitation devices to slurry hydrated lime or quick[ime on
the project or other approved location. The Enginee� may approve other slurrying methods.
136
260
3.3. Provide a p�m� for agifating fhe slurry when lhe distributor truck is not equipped with an agitator. Equip the
�istributor truck with a sampfing device in accordance with Tex-600-J, Part I, when using commercial lime
slurry or carbide lime slurry.
3.4. Hydrated Lime Distribuiion Equiprnent. Provide equipmenl to spread lime evenly across the area to be
treated. Provide equipment with a rotary vane fe�der to spread lime, when shown on the plans.
3.5. Pul�erizafion Equipment. Provide pulverization equipmenfthat:
■ cuts and pulverizes material uniformly to the pro�er depth with cui#ers that plane #o a uniform surface
over the entire width of fhe cut,
■ provides a visible indication of the depth of cut ai al� times, and
� uniformly mixes the materials.
4. CON5TRUCTION
Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture
content. Provide a smooth sur€ace that conforms to the typical sectians, lines, and grades shown on the
plans or as directed.
4,1, Preparatian of Subgrade ar Existing Base forTreatment. 6efore freating, remove existing asphalt
pavement in accordar�ce with Item 145, "Removing Treated and Unfreated Base and Asphalt Paver�ent,"
w�en shown on the plans or a5 directed. Shape existing materia! in accordance with applicable bid items to
conform to typical sections s�own on khe plansantl as directed.
Unless otherwise approved, proof roll the roadbed in accordance with Item 216, "Proof Rolling,°before
pulverizing or scarifying existing materiaL Correcf soft spoEs as directed.
When material is imported from a borrow source, notify the Engineer of the location of the borrow source well
in advance to allow time far #esfing and ap�roval tn avoid tleiay to the praject. 5tocicpi�e as directed. The
Engineer will test the borrow source and determine t�e sulfate and organic confents. When the borraw
source has a sulfate conten# greater than 3,000 ppm or an organic cont�nt greater than 1.0°/4, proceed as
directed.
When new base material is req�ired io be mixed wi#h existing base, deliver, place, an� spread the new
material in the required amount per sfafion. Manip�late and thorough[y mix new base wi#h existing material fo
provide a uniform mixture to the specified depth before shaping.
4.2. Pul�erization. Pufverize or scarify existing material after shaping so that 100% passes a 2-112 in. sieve. If
the material cannof be unifarmly processed to the required dep#h in a single pass, excavate and windrow the
material to expose a secondary grade to achieve pracessing to plan depth.
4.3. Applica#ion of Lime. Uniformly apply lime using dry or slurry placemenf as shown on the plans or as
directed. Add lime af the percentage determined in Section 260.2.6., "Mix Design." Apply lime oniy on an
area w�ere mixing can be completed during the same workingday.
5tart IimE application onlywhen the air temperature is at least 35�F and rising or is at least 40°F. The
fem�erature wil� be taken in the sf�ade and away from artificia! heaf. Suspend application when the Engineer
determines that weather conditior�s areunsuitable.
Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of t�e
�ngineer, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners.
When pe6ble grade quicklime is placed dry, mix the material and lime thoroughly at the #ime af fime
application. Use of quicklime can be dangeraus. Inform users of the recommended precautions for handling
and storage.
137
zsa
4.3.1. Dry Placernent. Dry placement rs not permittad.
4.3.2. Slurry Placement. Provide slurry free of objectionable materials, at or above the minimum dry solids
content, and with a uniform consistency that will allow ease of handling and ur�iform application. Deliver
commercial lime slurry or carbide lime slurry to the jobs�te, or use hydrated lime ar quickfime to prepare iime
slurry af the jobsite or other approved location, as specified. When dry quicklime is applied as slurry, use
80% of #he amount shown on fhe plans.
DistribuEe slurry uniform[y by making successive passes over a measured section of roadway until the
specified lime content is reached. Uniformly spread the res[due from quickGme slurry over the lengfh of the
roadway being processed, �nless otherwisedirected.
4.4. Mixing. 6egin mixing within 6 hr. af application of lime. Hydrated lime expose� to ihe open air for 6 hr. or
more between application and mixing, ar that experienees excessive foss due ta washing or blowing, wifl not
be accepfed for payment.
Thoroughly mix ihe material and lime using approved equipmen#. When treating subgrade, bring the moisture
content above the optimum moisture cantent fo insure adequate chemical reaction of the lime and subgrade
ma#erials. A[low ihe mixture to melEow far 1 to 4 days, as directed. When pebbie grade quiciclime �s used,
allow the mixture to mellow for 2 to 4 days, as directed. Sprinkfe the treafed materials during the mixing and
mellowing operation, as ditected, to achieve adequate hydration and proper moisture content. When tne
material to be treated has a sulfate content greaier than 3,000 ppm but fess than or equal to 7,000 ppm,
mellow for a minimum of 7 days. iNaintain in a continuo�sly moist condifion by sprinitling �n accordance with
Item 204, "Sprinklmg." A#ter mellowing, resume mixing until a homogeneous, friable mixture is obtained. After
mixing, the Engineer may sample the mixture at roadway moisture and tesi in accordance with Tex-i01-�,
Part III, to determine compliance with the gradafion requirements in Table 1.
Table 1
Gradation Reauirements [Minimum %Passinqi
sve Size Base Sub r
�-3I�" 100 10(
314" 85 85
#4 — 60
4.5. Compaction. Compact the mixture using densify control, unless ofherwise shown on the plans. Mulkiple lifts
are petmitted when shown on ti�e plans or approved. Br�ng each layer ta the �oisture content directed,
Sprinkle the trea#ed �naterial in accordance with Item 204, "Sprinkling" or aerate the treated material to adjust
the moisture conte�t during compacfion so ihat it is 3.0 percentage points above optimum as determined by
Tex-121-�. Measure the moisture content o# the maferia! in accordance witf� Tex-115-E or Tex-�03-� during
compaction daily and report fhe results the same day, unless atherwise shown an the plans or directed.
8egin rolling for�gitudi�ally at fhe sides and proceed toward the cen#er, overlapping on successive trips by at
least 112 the width of the rol[er unit. fln supereleva#ed curves, begin rolling at the low side antl progress
toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as
directed.
Before final acceptance, the �ngineer will select the locatians of tests in �ach unit and measure the treated
dept� in accordance with:iex-140-E. Correct areas deficient by more than 112 in. in thickness or more than
112% in target Gme content by adding lime as required, reshapmy, recompacting, and refinishing at khe
Contracto�'s expense.
Rework, recompact, and refinish material that fails to meet or that ioses required maisture, density, stability,
or finish befare the next course is placed or the project is accepted. Continue work until specification
138
26D
requirements are met. Rework in accordance wiFh Section 260.4.6,, "Reworking a Secfion." Perfarm the work
at np additionaf expense #a the Deparfinertt.
4.5.1. 9r�+ar�6e�as�ie�+. , .
� �
, ,
4.5.2. Densi#y Cantrol. Ti�e Engineer will determine roadway density and moisture content of completed sectians
in accordance witf� Tex-115-E. The Engineer may accept the section if no more than 1 of the 5 most recer�t
density tests is below the specified density and the failing test is r�o more than 3 pcf below the specified
density.
4.5.29. Subgrade. Compact to at least 95% of the maximum density determined in accordance wit� Tex-�21-E,
unless otherwise shown on the pfans.
4.5.2.2. Base. Compact fhe bottom course to at least 95°/a of the maximum densi#y determined in accordance with
Tex-121-�, unless otherwise shown on the plans. Compac# subsequen# cours�s freated under this liem to at
least 98°/9 of the maximum density determined in accardance with Tex-121-E, unfess otherwise shown on the
pfans.
4,6. Reworking a Section. When a section is reworked within 72 hr. after corr�pletion of compaction, rework the
secfion to provide the required density. When a secti4n is reworked more than 72 hr. after com�letion of
compaction, add additional I�me at 25% of fhe percentage d�termined in Section 260.2.6., "Mix Design."
f2eworking includes loosening, adding materia! or removing unaccepfable r�aterial if nacessary, mixing as
directed, compacting, and finishing. When density controf is specified, determine a new maximum densi�y of
the reworked material in accordance with Tex-12�-E, and wmpact to at least 95% of this densify.
4.7. Finishing. Immediately after completing compactio� of the finai course, clip, skin, or tight-blade the surface
of t�e lime-treated material with a maintainer or su6grade trimmer to a depth of approximately 114 in,
Remove laosened material and dispose of at an approved location. Roli the clipped surface immediat�ly with
a pneumafic tire roller until a smooth surface is attained. Add small amounts of water as needed during
rolling. Shape and ma�ntain the course and surtace in conformity wifh the typical sections, fines, and gratles
shown on fhe plans or as direc#ed.
FinisE� grade af constructed subgrade to within 0.1 ft. in the cross-seckion and 0.1 ft. in 16 ft. measured
longitudinally.
Correct grade deviations of constructed base greater than 1!4 in. in 16 ft. measured longifudinaliy or greater
than 114 in. over the entire width of the cross-section in areas where surfacing is to be placed. Re�ove
excess material, reshape, and roll with a pneumafic-fire roller. Correct as directed if material is more than
114 in. low. Do not surface pafch. The 72-hr. time limit required for campletion of pEacement, compaction, and
finishing does not apply to finishing required just before applying tf�e surface eourse.
4.8. Curing. Cure for the minimum number of days s�own in Table 2 by sprinkiing in accordance with Item 204,
"5prinkling," or by applying an asphalt maferiai at a rafe of 0.05 ta 0.20 gal. per square yard as directed.
Mainfain moisture during curing. Elpon complefion of curing, maintain the moisture content in accordance
with Section 132.3.5„ "Maintenance of Moisture and Reworking," for subgrade and Section 247.4.5., °Curing°
for bases before placing subsequent courses. Qo not aliow equipment on the finished course d�ring curing
except as required for sprinkling, un[ess otherwise ap�roved. Apply seals or additional courses within
14 calendar days of f�nal compaction.
139
264
Table 2
Minimum Curin Re uirements before Placin 5ubse usntCoursesi
Untreafed Material Curin Da s
P! <_ 35 2
PI>35 5
1. Subject to tne appraval of the �ngineer. Proof ralling may be
required as an indicator af adequate c�tring.
5, M�ASU�i�M�N�
5.1. �irne. When lime is iurnished in trucks, the weight of lime wil[ be determined on cerfifed scales, or the
Contrac#or must provide a set of standar� platform truck scales at a location approved by the Engineer.
Scales must conform to the requirements of Item 520, "Weighing and Measuring E�uipment."
When lime is furnished in bags, indicate the manufacturer's certified weight. Bags varying more #han 5%from
that weight may be rejected. The average weight af bags in any shipr�ent, as determir�ed by weighing
1 Q bags taken at rantlom, must be at least the manufacturer's certified weight,
5.1.1. Hydrated Lime.
�Y_�.__�� n.�., I'�„ .d13 L.a w,o.,���r.,.d 1,,. ihn+nn /`In+u,einh+l
5.1.1.2. Slurry. Lime slurry will be measured by the tan (dry weight) of t�e hyd�ated lime used to prepare the slurry af
thejobsite.
5.�.2. Commercial Li�rte 51urry. Lime slurry wiil be measured by the ton (dry weight) as calculated from the
minimum percent tlry solids cantent of the slurry, multiplied by ti�e weight of the slurry in tons delivered.
F•v-i:v; Qaiskli**,�
�:1:3�- •
5.1.3.2.
. �
�Sis-ef-�aYmer�•
5.1.4. Carbide Lime Slurry. Lime slurry will be measured by the tan (dry weight) as calculated from the minimum
percent dry solids content of t�e slurry, multiplied by ti�e weight of the slurry m to�s delivered.
5.2. Lime Treatment. Lime treatment wi[l be measured by the square yard of surface area. The dimensions for
determining the surface area are establi5hed by the widths shown on the plans and the lengths measured at
pfacerr�ent.
s. �avM�n�r
The work performetl and materials furnished in accordance with this Item and measured as provitled under
"Measurement" will be paid in accordance with Section 260.6.1., "Lime," and Section 26D.6.2., "Lime
Treatment."
�urnishing antl tlelivering new base will be paid for in accordance with Section 247.6.2., "Flexible 8ase
(Roadway Delivery)." iNixing, spreading, blading, shaping, compacting, and �nishing new or existing base
material will be paid for in accordance with Sectian 260.6.2., "Lime Treatmenl." hemoval and disposal of
existing asphalt concrete pavement will be paid for in accordance with per�inent Items or A�ticle 4.4.,
"Chang�s in the Wnrk."
940
2so
Sprinkling and rofling, except proof rolling, wili not be paid far directly but wifl be subsidiary in this Ifem,
unless otherwise shown on #he plans. When proof rolling is shown on lhe plans or directed by the En�ineer, if
will be paid for in accordance with Item 216, `ProofRolling."
Where subgrade is constructed under this Contract, correction of soft spots in #he subgrade or existing base
will be st the Confractor's expense. Where subgrade is not constructed untler fhis Contract, correction of soft
spots in t�e subgrade or existing base will be paid for in accordance with perfinent Ifems or Atticfe �.4.,
"Changes in the Work."
Where subgrade to be treated under this Contract has sulfates greater fhan 7,ODD ppm, work will be paid for
in accordance with Articie 4.4., "Changes in the Work."
Asphaft �sed solely for curing will not be paid for directly but will be subsidiary to this Item. Asphalt p[aced for
curing and priming will be paid for under Item 310, °Prime Coat."
� Lime. Lime will be paid for at the unit price bid for "l,ime° ^f ^^^ ^f+tio f„n,,,.,,.,,,e„hnr:
� u,.,�,-.,�,,,r i �,,,., rn�.5
� u,.ar.,s.,.� i �.T,o �ci��r�.�
f ,
� �is�2- f B�};
� Q�isl�li�e-�; e�
� r.,,-s,•,�„ i ��,,,, c���rn.
ihis price is fu[I compensation for materials, delivery, equipment, labar, tools, and incidentals.
Lime used for reworking a sectipn �n accortlance with Section 260.4.6., "Reworking a Section,° will not be
paid for directly but will be subsidiary to this Item.
6.2. Lime Treatment, �.ime treatment wilf be paid for at the unit price bid for "l.ime", and "Lime-Treated Subgrade
(�xisting Material) (8")". No paymenf will be made for thickness or width exceeding that shown on the plans.
This price is full campensakion for shaping existing material, loosening, mixing, pulverizing, spreading,
applying lime, compacting, finishing, curing, curing materials, blading, shaping and maintaining shape,
replacing mixlure, disposir�g of loosened materials, processing, hauling, preparing secondary subgrade,
waier, equipment, labor, tools, andincidentals.
Payment will be made under.�
lfem TX 260-6.1 Lrme — per TQN
lfem TX-2&0-6.2 Lime-Treated Subgrade (Existing Materia!) (8') — per 5quare Yard
14�
It�m 340
�Dense��rad�d H����iix A�ph�l# �Small Quan��ty}
��5CRIPTI01�
�.
340
-� �
TeXas
nep�nmenr
_ _ ___ of 7'ranspartation
Construct a hot-mix asphalt (HNEA) pavement layer composed of a compacted, dense-graded mixfure of
aggregate and asphal# binder mixed hot m a mixing plant. This specification is intended for small quantity
(5Q) WMA projects, typically under 5,000 tons total producfion.
MA��RIA�S
F'urnish uncontaminated materials of uniform quality fhat meet ihe requirements of the plans and
specifications.
Notify the �ngineer of all material sources and before changing any material sou�ce or formulation. The
Engineer will verify that the speci�ication requirements are met wE�en the Contractor makes a source or
form�lation change, and may require a new laboratory mixture design, trial batch, or both. The Engineer may
sample and test projecf materials at any time during the projec# to verify specifcation compliance in
accordance with Item 6, "Control of Materia[s."
2.1. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1 and as
specified in this Section, AggregaEe requirements in this Section, including those shawn in Table 1, may be
modifed or eliminated when shawn on the plans. Additional aggregate requirements may ba speci6ed when
shown on the plans. Provide aggregate stockpiles that meet the definitions in this Section far coarse,
intermediat�, orfine aggregate. Aggregate from reclaimed asphalt pavement (RAP) is not required to meef
Table 1 requirements unless otherwise shown on the plans. Supply aggregates that mee# tf�e definitions in
T�x-10�-E for crushed gravel or crushed stone. The Engineer w�ll designate the plant or the quarry as the
sampling location. Provide samples from materials produced for the project. The Engineer wi[1 establisf� the
Surface Aggregate Classificat[on (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness,
and Micro-Deval tests. Perform all other aggregafe quality tests listed in Table 1. Document all test results on
the mi�cture design report. The �ngineer may perform tesfs on independent or spfit samples to verify
Contractor test r�sulis. Stockpile aggregates for each source and type separafely. Determine aggregate
gradations for mixfure design and production testing based on the washed sieve analysis given in Tex-200-F,
I'art Il. Type D Aggregate shall.be used.
2.1.1. Caarse Aggregate. Caarse aggregate stockpiles must have no more than 20% materiai passing the No. 8
sieve. Aggregates from sources listed in the Department's Bituminous Rated Source Qualify Catalog
(BRSQC) are preapproved for use. Use only the rated values for f�ot-mix listed in the BRSQC. Rated values
for surface treatmenf (5T) do not apply ia coarse aggregate sources used in hot-mix asphalt.
For sources not listed on the Deparfinent's BRSQC:
Q builtl an individual stockpile for each materiaf;
� request the Department #est the stoc[cpile for s�ecification compliance; and
Q once approved, do not add material fo the stocKpile unless ofherwise approved.
Provide aggregate from non-listed sources only when tested by the Engineer antl approved before use. Allow
30 calendar days far the Engineer to sample, test, and report results for non-listed sources.
Eti r+han krairol lanne ixihon �1+..+.+r+ „� �ho .,��n�. The SAC for sources on the Depa�finent's Aggregafe
v �,.�......
Quality Monitorrng Program (AQMP) (Tex-499-A) is listed i� the BRSQC.
340
2,1.1.1. Blending C�ass A and Class B Aggregates. Class B aggregate meeting all other requ�rements in Tabie 1
may be blended with a Class A aggregate to meet requirements for Class A materials. Ensure fhat at ieast
50% by weighf, or volume if required, of t�e material retained on the lVo. 4 sieve comes from th� Class A
aggregate source when b�ending Class A and B aggregates to meet a Class A requirement. Blend by volume
if the bulk specific gravities of #he Class A and B aggregates difFer by more than 0.300. �ea�se-a��ega#e
��
The Engineer may perform tests at any time during production, wf�en the Contractar blends Class A and B
aggregates to m�et a Class A requirement, io ensure that at least 50% by weight, or volume if required, of the
material retained on the No. 4 sieve comes fra�n the Class A aggregate source. The Engineer wil[ use fhe
Department's mix design Excel tempEate, when electing to verify con#ormance, fo calculate the percent of
Class A aggregate retained on the No. � sieve by inputting the bin percentages shown from readouts irt #he
control room at the time of producfion and stockpile gradations measured at the time of praduction. The
Engineer may determine the gradations based on either washed or dry sieve analysis from samples obfair�ed
from individual aggregate cold feed bins or aggregate stockpiles. The Engineer may �erform spot checks
using the gradations supplied by the Contractor on #he mixture design repo�t as an inpui for the Excel
template; however, a failing spot check will require confirmatian with a stockpi[e gradation determined by the
�ngine�r.
2.1,2. Intermediate Aggregate. Aggregates not meeting the defnition of coarse or fine aggregate will be defined
as intermediate aggregate. Supply intermediate aggregates, when used, thaf are free from organic
im�urities.
The Engineer may test the intermediafe aggregafe in accordance with Tex-408-A to verify the materia! is free
from organic impurities. Supply intermediate aggregate from coarse aqgregate sources, when used, t�at
meet the requirements shown in Table 1 unless otherwise appraved.
Test the stockpile if 10% or more of t�e stockpile is retained on the No. 4 sieve, and verify fha# it meets t�e
requirements in Table 1 for crushed face count (Tex-46D-A) and flat and elongated particles (Tex-280-F).
2.1.3. Fine Aggregate. Fine aggregates cansist of mar�ufactured sands, screenings, and field sands. Fine
aggregate stockpifes must meet the gradatian requirements in Table 2. Supply fine aggregates that are free
from organic impurities. The Engineer may test the fine aggregate in acoordance with Tex-408-A to verify the
material is free from organic impurities. No more than 95% of the total aggregate may be 6eld sand or other
uncrushed fine aggregate. Use fine aggregate, with the excepfion of field sand, from coarse aggregate
sources that meef the requirements shown in Table 1 unless otherwise approved.
Test the stockpile if 10% or more of the stockpile is retained on fhe No. 4 sieve, antl verify that it me�ts the
requirements in Table 1 for crushed face counf (Tex-460-A) and ffat and elongated parficles (Tex-280-�).
340
Table 1
Table 2
Gradafion Re uiremenis for �'ine A re aie
5ize % Passing by Weight ar
#�g 70-100
#20a 0-3fl
2.2. Mineral Filler. Mineral filler consists of finely divid�d mineral matter such as agricultural lime, crusher fines,
hydTated lime, or fly ash. Mineral filler is aflowed unless otherwise shown on the plans. Use no mare than 2°/a
hydrated lime or fly as� unless othernrise sE�own on the pfans. Use no more than 9% hyd�ated [ime if a
substitute bir�der is used unfess atherwise shown on the plans or allowed. Tesi all mineral fillers except
hydrated lime and fly ash in accordance wifh Tex-107-E to ensure specification compliance. The plans may
require or disallow specific mineral fillers. P�ovide mineral filler, when used, that:
� is sufficiently dry, free-flawing, and free from clumps and fareign matter as determined by the Engineer;
� does not exceed 3% linear shrinEcage when tested in accordance with Tex-107-E; and
■ meets the gradation requiremen#s in Table 3.
Table 3
Gradaiion Re uirements for Mineral Filler
Sieve Size % Passin b Wei ht ar
#g 100
#20� 55-10U
2.3. Baghouse Fines. Fines callected by the baghause or other dust-coll�cting equipmenf may be reintroduced
info the mixing drum.
2.4. Asphalt Binder. Furnish
performance graded (PG) 64-22 asphalf.
2.5. Tack Coat. Furnish CSS-1 H, SS-1 H, or a PG b�nder with a minim�tm high-temperature grade of PG 58 for
tacic coat binder in accordance with Ikem 3D0, "Asphalts, Oils, a�d Em�Esions." 5pecialized or preferred tack
wat materials may be allowed or required when shown on the plans. Do not d�lute emulsified asphalts at the
terminal, in the field, or at any other location before use.
The Engineer will obtain at least one sample of the iack coat b�nder per project in accordance with Tex-
500-C, Part III, and test it ta verify compliance with Item 300, "Asphalts, Oils, and �mulsions:' The
Engineer will obtain the sample from the asphalt distributor immediately before use.
2.6. Additi�es. Use the type and rate of additive specifietl whe� shown on the plans. Additives t�at facilitate
mixing, compactior�, or improve the quality of lhe mixture are allowed when approved, Provide the Engineer
1. Not used for acceptance purposes. Optional test used by the �ngineer as an indicatar of the need far �urther investigat�on.
2. Only applies io crushed gravel.
3. Ag�regatas, wilhout mineral filler, RAP, RAS, or additives, combined as used in the job-mix formula (J�+IFj.
340
with documentation, such as the bill of lading, showing the quantify of addikives used in t�e project unless
otherwise directed.
2.6.�. Lirne and Liquid Antistrip�ing Agent. When lime or a liquid antisiripping agent is used, add in accordanc�
with Item 301, "Asphalt Anfistripping Agents." Do not add lime directly into fhe mixing drum of any plant
where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection
sysfem ihat reiniroduces the [ime into the drum.
�.�
6
n,,.,�.+rr,.,..+�� nnoi
. a s
`. 1 . �11J1
i ��i
2.i. Recycled Materials. Use of RAP a�l-�4� is permitted unless otherwise shown on the plans. Do not exceed
the maximum allawable percentages of �AP a�--�RS shown in Table 4. The allowable percentages shown
in Ta61e 4 may be decreased or increased when shown an the plans. []etermine asphalt binder content and
gradation of the RAP a��-�4� stocfcpiles for mixiure design purposes in accordance with Tex-236-F. The
Engineer may verify the asphalt b9nder conf�nt of the stackpiles at any time during production. Perform other
tests on RAP a�d-� when sE�own an the plans. Asphalt binder from RAP an�-�4� is designated as
recyded asphalt binder. Calculate and ensure that the ratio of the recyc[�d asphait binder to tota[ binder does
not exceed the percentages shown in 7able 5 during mixture design and HMA production when RAP e�F�S
is used. Use a separate cold feed bin for each stockpile of RAf' � during HMA production.
Surface, intermediate, and base mixes referenced in Tables 4 and 5 are defined as follows:
� Surface. The final NiNA lift pEaced at or near the top of fhe pavement struclure;
■ Intermediate. Mixtures placed below an HMA surface mix and [ess than or equal to 8.0 in. from the
riding surface; and
o Base. Mixfures placed greater than 8.0 in. from the ridfng surface.
2,7.1. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so thaf
100% of fhe particles pass the 2 in. sieve. �ractionated RAP is defined as 2 or more RAP stockpiles, divided
into coarse and fin� fractions.
Use of Contractor-owned RAF', �ncluding HMA plant wasfe, is permiftad unless otherwise shnwn on the p{ans.
Departmenf-owned RAP stockpiles are availab{e for the Contractor's use when the skockpile locations
are show� on the plans. If Departme�t-owned RAP is available for the Contractor's use, the Contractor may
use Contractor-owned fractionated RAP and repface it with an equal quaniity of �epartment-owned RAP. This
allowa�ce does not apply to a Contractor using unfractionated RAP. Department-owned RAP generated
through required work on tE�e Cantracf is available for the Ca�tractor's use when shown on the plans.
Perform any necessary tests to ensure Contractor- or Departmer►t-owned RAP is appropriate for use. T�e
department will not perform any tests or assume any liabiliiy for the qualily of the Department-owned RAP
unless ofherwise shown on the plans. The Contractor will retain ownership of RAP generaied on the project
when shown on the plans.
The coa�se RAP stockpile will coniain only �naterial retained by processing over a 318-in. or 112-in, screen
un[ess otherwise approved. The fine RAP stockpile will contain only materia{ passing the 318-in. or 112-in.
screen unless otherwise approved. The �ngineer may allow the Contractor to use an alternate to fhe 318-in.
or 1I2-in. screen fo fractionate the RAP. The maximum percentages of fraclionated RAP may be comprised
of coarse or ftne fraclionated RAP or the combination of both coarse and fine fractionated RAP.
340
Ro not use Departmenk- or Contractor-awned RAP contaminated with dirt or other objectionable materials.
Do not use Qepa�tment- or Contracfor-owned RAP if fhe decantation value exceeds 5% and the plasticity
index is greafer than 8. Test the stockpiled FiAP for decantation in accordance with Tex-406-A, Part I.
Qetermine the plasticily intlex in accordance with Tex-106-E if the decantafion value exceeds 5%. The
decantation and plasticity index requirements do nat apply to RAP samples with asphalt removetl by
extraction or ignition.
I]o not intermingle Contractor-owned RAF'stockpiles with Department-owned RAP stockpiles. Remove
unused Co�trackor-owned RAP material from the project site upon complefion of the project. Return unused
Department-owned RAP to the designated stockpile location.
Table 4
Maximum Allowalsle Amaunts of RAP�
Maximum Allewable Maximum AIlowaqle
Fractionated RAPz % Unfractionaied RAP� %
urFace Iniermediafe Base Surface Infermediate Bas�
20.D 30.� 40.0 10.D 10.0 10.0
Must alsa meel the recycled binder to total binder raiio shown in Table 5.
llp to 5% RAS may be used seParately or as a replacement for fraciionated RAP.
Unfraciionated RAP may not 6e combined with fractionafed RAP or RAS.
�.� RAS. RAS sha11 nof be used.
0
�
. ■, ��' -
_ �� ■ _
.. _ �• .i _.[T.w
- - ,' - - 1 ■ 1 -
�f _ 11
� 1 � 1 i �� F � �. 1 1
� ! �
� �� �rl �• 1� �
� • �
� � • , y • , ' _ 1
� .- _
! 1
2.$. Subs#itute Binders. Unless otherw�se shown on the plans, the Contractor may use a substitufe PG binder
listed in Table 5 instead of the PG binder originally specified, if the subsfitute PG binder and mixture made
with the substilute PG binder mee# the following:
o the substitute binder meets fhe specifcation requirements for the substitute binder grade in accordance
wifh 5ection 300.2.10., "Pe�formance-Graded Binders"; and
the mixture has less than 10.0 mm of rutting on the Hamburg Wheef test (Tex-242-F) after the number
of passes required for the originally specified bi�der. Use of substitute PG bintlers may only 6e allowed
af the discrefion of the Engineer if the Hamb�rg Wheel test results are belween 10.0 mm and 12.5 mm.
34p
Table 5
3. �QUIPM'�Ni
Provide required ar necessary equipment in accordance with Item 320, "Equipment for Asphalt Conerete
Pavement."
4. CONSTItUCT10N
Praduce, haul, place, and compact the specified paving mixture. I n addition to tests required by the
specification, Contractors may perForm other QC tests as deemed necessary. At any time during the project,
the �ngineer may per�orm production and placement tesfs as deemed necessary in accordance with Ikem 5,
°Control of the Work" Schedule and participate in a pre-paving meeting with the Engineer on or before tE�e
first day of paving unless otherwise directed.
4.1. Gertification. f'ersonnel certified by the Department-approved hot-mix asphalt certificakion program must
conduct all mixture designs, sampling, and testing in accordance witE� Table 6. Supply #he Engineer with a I�st
of certified personnel and copies �Ftheir current certificates before beginning produckion and when personnel
changes are made. Provide a mixture design developed and signed by a Level 2 ceriified specialist.
2. Use no more than 20.0% recycled binder when using this oTiginaiiy specified PG binder.
3. WMA as defined in Section 340.2.8.2., "Warm Mix Asphalt (WMA)."
4. When used with WMA, this originaily specified PG binder is allowed for use at the maximum recycled binder ratios shown in fhis table.
3�0
Taqle 6
specified.
4.2, Reparting, Tes#ing, and Responsibilities. Use Deparlment-provided Excel templates to recard and
calcuEate all test data pertaining to the mixfure design. Ti�E Engineer will use Department Excel templates for
any production and placement testing. Obtain the latest version of fhe �xcel templates at
http:llwww.ixdot.govlinside-txdotfforms-pu�licationslconsultants-contractorslformslsite-manager.html or from
the Engineer.
2. Voids in mineral aggregates.
3. Refer io Seciion 34U.4.8.3., "Productian Testing," for exceptians to using an ignition oven.
4. Profiler and operator are required to 6e certified aE the Texas A&M Transportation Institute facility when 5u�face Test Type B is
340
The maximum allowable iime for the E.ngineer to exchange tesf data with the Contractor is as given in
Tabfe 7 unless otherwise approved. TE�e Engineer will immediately repo�t to the Confractor any test result
that requires suspension af production or placement or that fails to meef the specificafion requirements.
Subsequent mix placed after test results are ava�lable to the Contracfar, which require suspension of
operations, may be consideretl unaukhorized work. Unauthorized work will be accepted or rejectetl at the
discrekion of the �ngineer in accordance with Artic[e 5.3., "Conformity with Plans, Specifications, and Special
Provisions."
Gradation
Asphalt binder content
Lahoralory-molded der
VMA {calc�lalion)
Hamburg Wheel test
Moisture content
Bail test
Binder tests
Table 7
Re ortin Schedui�
; orted B Re orted To
Production Tesfin
Engineer Contracfor
In-place air voids I Engineer I Conlractor
are allowed if cores cannot be tlried to consfant weight
4.3. Nlixture Design,
Be
1 warking day of
wmpletion of the test
1 warking day of
completion af the tesi'
iin 1 day.
4.3.1. Qesign Requirert�ents. The Contractor may design the mixfure using a Texas Gyratory Compacfor (TGC} or
a 5uperpave Gyratory Compactor (SGCj unless otherwise shown �n the plans. Use the typical weight design
example given in Tex-2D4-F, Part I, when using a TGC. Use the Superpave mixkure design procedure given in
Tex-2Q4-�, Part iV, when using a SGC, �es[gn the mixture to meef the requirements listed in Tab�es 1, 2, 3,
4, 5, 8, 9, and 10.
4.3,1.1.
�.3.1.2.
7arget Laboratory-Molded Densiiy When The TGC Is llsed. Resign the mixture at a 96.5% target
laboratory-moltled density. Increase khe target laboratory-molded density to 97.0% or 97.5% at the
Gontractor s discret�on or when shown on the �fans or specification.
�esign Nurr►ber of Gyrations (Ndesign) When The SGC ls Elsed. Resign the mixture at 50 gyrations
(Ndesign). Us� a target laborakory-molded density of 9B.0% to design the mixture; however, adjustments can
be made to the Ndesign value as noted in Tabl� 9. The Ndesign level may be reduced fo no less fhan 35
gyrations at the Coniractor's discretion.
Use an approved [aboratory from the Department's MPL io perform the Hamburg Wheei test in accortlance
with Tex-242-F, and provide results with the mixlure design, or provide tite laboratory mi�ciure and request
that the Department per�orm the Hambu�g Wf�eel test. The Engineer wilE be allowed 10 working days to
provide the Contractor with Hamburg Wheei test results on tf�e labaratory mixture design.
The �ngineer will provide the mixture design when shown on the plans. The Cantrac#or may submik a new
mixture design at any time during the project. �he Engineer will verify and approve all mixture designs
(JMF1) before the Contractorcan begin production.
Provide the Engineer with a mixture design report using the Department-provided Exce1 template. Include ih�
following items in [he report:
■ the combined aggregaie gradation, source, specific gravity, and percent of each material used;
� asphalt binder content and aggregate gradation of RAP and RAS stockpiles;
e the farget laboratary-molded density (or Ndesign level when using the SGC);
340
■ results af a11 applicable tests;
■ the mixing and molding temperatures;
� the signafure of the Level 2 person or persons that performed the design;
■ the date lhe mixt�re design was performed; and
� a unique id�ntification number for the mixture design.
Table 8
Master Gradation L9mits % Passin b Wei ht or Volume and VMA Re uirements
Sieve A � C � P
5ize Coarse Fine Coarse Fine Fine
Sase Base SurFace SurFace Mixture
2° �oa.a� - - - -
9-112" 98.Q-10fl.0 1DO.U1 - - --
1" 78.0--94.D 98.U-10fl.a 100.D� - -
3I4" 64.0-$5.0 $4.0-98.0 95.�100.6 100.0� -
112" 50.0--70.0 - - 38.0-100.0 3UD.D�
3I8" - 60.�80.0 70.0-85.0 85.0-9U0.0 98.0-�Oa.O
#4 30.0-5U.0 4D.0-60.0 43.0-63.D 50.0-7D.0 70.D-90.0
#8 22.0-36.0 29.0-43.0 32.iM4.0 35A�16.D 38.D-48.0
#30 8.Q-23.0 13.0-28.D 14.0-28.0 15.0-29.0 12.D-27.0
#5Q 3.0-19.0 6.Q-20.0 7.Q-29.0 7.0-20.0 6.0-19.0
#2U0 2.0-7.0 2.0-7.0 2.0 7.a 2.D-7.0 2.D-7.D
�esi n VMA, % Minimum
- 12.0 13.D 1A.D 15.0 16.0
Produclion Plant-Produced VNlA,%Minimum
- 11.5 12.5 13.5 14.5 15.5
1. Defined as maximum sieve size. No tolerance allowed.
7able 9
L.aborato Mixture Desi n Pra erties
MixturePro erf TesiMethod Re uirement
Tar et laboraio -molded densit ,% TGC Tex-207-F 96.51
�esi n rations Ndesi nforSGC Tex-241-F 5D2
Indirect tensiie stren th d, si Tex-226-F 85-2003
Boil test4 Tex�3D-C -
1. Increase to 97.0% or 97.5% at the Confractor's discretion or when shown un the plans or
specificalion.
2. Adjust within a range of 35-100 gyratians when shown on the plans ar specification or when
mutuaily agreed between the Engineer and Coniractor.
3. The Engineer may allow the I�T strength to exceed 20Q psi if the corresponding Hamburg
Wheel rut depth is greater than 3.D mm and less than 12.5 mm.
4. Used to establish baseline for comparison to production results. May be waived when
approved.
7able 10
Hambur Wheel Test Re uirements
Minimum# of Passes'
High-Tem�erafure Binder Grade Test MefE�od @ 12.5 mmz Rut Depth, Tesfed @
50°C
PG 64 or lower 10,000
PG 70 Tex-242-F 15,000
PG 76 or higher 20,000
1, May be decreased or waived when shown on the plans.
2. When the rut depth at the required minimum number of passes is less than 3 mm, the
Engineer may require fhe Contractor to increase the target laboratory-molded densiiy
(TGC} by 0.5% to no more than 97.5% or iower the Ndesign level (SGC) to no less than
35 gyralions.
4.3.2. Job-Mix �orrr�ula Appro�al. The job-mix formula (JMF) is the combined aggregate gradation, target
laboratory-molded density (or Ndesign level), and target asphalt percentage used io establish ta�get values
340
for hot-mix production. ,]MFi is the original laboratory mixture design used to produce the trial batch. When
WMA is used, JMF1 may be designed and submitted ta the Engineer without induding the WMA additive.
When WMA is used, document the addifive or process used and recommended rate on the JNfF1 submitfa[.
Furnish a mix design repor� (.�MF�) with represenkative samples of a11 component materials and request
approval to praduce the lrial batcf�. Provide approximately 10,000 g of the design mixture and request that
the Department perform the Hamburg Wheel test if opting ta have the Department perform th� test. The
Engineer wiR veri�y JMF1 based on plant-produced mixture fram the trEal batch unless otherwise det�rmined.
The Engineer may accept an existing mixture design previo�tsly used on a Department project and may
waive the trial batch to verify JNIF1. Provide split samples of the mixtures and blank samples used to
tletermine the ignition oven correctian factors. The Engineer will determine the aggregate and asphalt
correction factors from the ignition oven used for �roduction testing in accorda�ce with Tex-236-F.
The �ngineer will use a TGC calibtatetl in accordance with Tex-914-K in molding produc#ion samples.
Provide an SGC at the Engineer's feld laboraiory for use in mofding production samples if the SGC is used
to tlesign the mix. r
+���
4.3.3.
The Engineer may perform Tex-530-C and retain the tesiad .�ample for eamparison purposes during
producfion. The Engineer may waive the requirement for the boil test.
JMF Adjustments, If JM� adjustments are n�cessary ta achieve the specified requirements, the adjusted
J�NF must:
� be provided to th� Engineer in wrifing before the start of a new lot;
u be numbered in sequence to the previous JMF;
Q meet fhe mixiure requirements in Table 4 and Table 5;
� meet the master gradation limits shown in Table 8; and
u� 6e within the operational tolerances of the current JMF listed in �able 1�.
The Engineer may adjust ihe asphalt binder content to maintain desirable faboratory densi[y near the
optimum value while achieving other mix requirements.
Table 11
Description
lndividual % relained for #8 sieve and larger
Individual % relained for sieves smaUar than #8 and
larger than #200 _
% passinq the #20D sieve
ait binder content, % Tex-23fi-F ±0.5
rafo -malded densit , % Tex-207-F ±i.0
%, min Tex-204-F Note3
When within these tole�ances, mixture productian gradations may fall outside the master grading limits; however,
#200 will be considered out of talerance when outsitle the master grading limits.
Only applies to mixture produced far Lot 1 and higher.
iUlixture is required to meet Tahle 8 requiremenis.
��
Test Method Allowable Difference Between
Tria1 BatcF� and ,iM�1 Tar et
Tex-200-F M�st be within
or mastergrading limits
Tex-236-F in Table 8
Allowable �ifference
from Currer�t.1141F Ta�
� ±5.Di,z
±3A�,z
±0.32
±1.0
passing the
4.4. Production Operations. Pe�orm a new trial batch when the pla�t or plani location is changed. Talce
corrective action and receive approval to proceed after any production suspension for noncompliance to the
specificat�on. 5ubmit a new mix design and perform a new friaf 6atch when th� asphalf binder cantent of:
� any RAP stockpil� used in fhe mix is more than D.5% higher fhan the value shown nn the mixture design
reporf; or
■ RAS stockpile used �n the r�ix is more than 2.0% higher than the value shown on the mixture design
report.
4.4.1. Storage and Weating of Materials. �o not heaf the asphalt �inder above the temperatures speciiied in
Item 300, "Asphalts, Oils, and Emulsions," or outside the mar�ufacturer's recommended values. Provide the
�ngi�eer with daily recards of asphalt binder and hot-mix asphalt discharge temperatures (in legible and
340
discernible increments) in accordance with ftem 320, "Equipment for Asphalt Concrete Pavement,° unless
otharwise directed. Do nof store mixture for a period long enough to affecf t�e quality of the mixture, nor in
any case longer than 12 hr. unless otherwise approved.
4.4.2. Mixing and Discharge of Materials. Nofify the E�gineer of the target tlischarge temperafure and produce
fhe mixture wikE�ir� 25° F of the target. Monitor ihe temperature of the material in the truck before shipping to
ensure khat it does not exceed 356�F (or 275°F for WMA) and is not [ower than 215°F. The Departmenf wifl
not pay for or a[low placement of any mixture produce� above 350� F.
Produce WMAwithin the targetdischarge temperature range of 215°F and 275�F when WMAis required.
Take corrective action any time the discharge temperature of t�e WMA exceeds fhe target discharge range.
The Engineer may suspend protluction operations if the Confractor's corrective action is not successful at
controlling the production temperature within the target discharge range. Note that when WMA is �roduced, it
may be necessary to adjusf burners ko ensure complete combustion such that no burner iuel residue remains
in the mixture.
Control the mixing fime and tEmperature so t�a# substan#ially all moisture is removed from the mixture before
discharging from the plant. The Engineer may determine the moiskure content by oven-drying in accordance
with �'ex-212-F, Part II, and verify that the mixture contains no mare than 0.2% of moisture by weight. The
Engineerwiil obtain the sample immediat�ly after discharging the mixture �nto the truck, and will per�orm the
test pramptly.
4.�, Hauling Operations. Clean all truck betls before use to ensure khat mixture is not contaminated. Use a
release agent shown on kE�e Department's MPL to coat the inside bed of the truck when necessary.
Use equipment for hauling as defined in Section 340.4.6.3.2., "Hauling �quipment." Use other hauling
equipment only when allowed.
4,�. Placement Operations. Collect haul tickets from each load of mi�ure delivered to the project and provide
the �epa�tmenYs copy to the Engineer approximately every hour, ar as directed. Use a hand-held t�ermal
camera or infrared thermometer to �easure and record the internal temperaiure of the mixture as discharged
from the truck or Material Transfer Dev�ce (MT�) before or as the mix enters the paver and an appraxi�nate
station number or GPS coordinaies on each ticket unless otherwis� directed. Calcula#e fhe daily yield and
cumulative yield for ihe specified lift and provide to the Engineer at the entl of paving operations for each day
unless otherwise directed. The Engineer may suspend productian if the Contractar fails to produce and
provide haul tickets and yieltl calculations by the end af paving operations for �ach day.
Prepare the surface foy removing taised pavement markers and abjectionable material such as moisture, dirt,
sand, leaves, and other loose impediments from t�►e surface before placing mixture. Remove vegetation from
pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished
surface with a uniform appearance and textur�. Offset ]ongitudina� joints of successive courses of hot-mix by
at [easf 6 in. Place mixture so that longitu�inal ioints on the surface course coincide with lane lines, or as
directed. Ensure that all finished surfaces wili drain properiy.
Place the mixture at the rate or thickness shown on the plans. The Engineer will use ihe guidelines in
`fable 12 to determine the compacted lift fhickness of each layer when multiple lifts are required. The
thickness determirted is based on the rate of 110 Ib.lsq. yd. for each inch of pavement unless atherwise
s�own on the plans.
34D
Table 12
�om acied L.ifl7hickness and Re uired Core
Compacted Lift Thickness Guidelines ry
Mixiure Type
Minimum (in.}
q 3.OU
g 2.3a
1.50
Niaximum (in.j
6.Oa
S.OD
4.00
3.OD
2.50
inimum Unirimmed Core
Weight (in.} Eligible for
Testin
2.Ofl
9.75
�.�a
1.25
125
4.6.1. Weather Conditions. Place mixture when the roadway surface te�nperature is at or above 60° F unless
otherwise approved. Measute the roadway surface temperature with a hand-held thermal camera or ir�frared
thermometer. The Engineer may ailow mixture placement ta begEn before the roadway surface reaches the
required temperature if contlitions are such that the roadway surFace w[ll reach the required temperature
within 2 hr. of beginnir�g piacement operations. Place mixkures only when weather co�ditions and moisiure
conditions of the roadway surface are suifable as determined by khe �ngineer. The Engineer may restrick the
Contractor fram paving if the ambient temperafure is {ikely to drop below 32°F within 12 hr, of paving,
q,s.2, Tack Coat. Clean the surface before placing the tack coat. The Engineer will set the rate between 0.0� and
O.i 0 gal. of residual asphalt per square yard af surface area. Apply a�niform tack coat at the speci�ied rate
unless ofherwise directed. A�ply fhe tack coat in a uniform manner to avoid streaks and other irregular
pafterns. A�ply a khin, uniform fack coat to all contact surfaces of curbs, structures, and all joints. Allaw
adequate time for emulsion to break comp[etely before placiny any material. Prevent spfattering of tack coat
when placed adjacent to curb, gutter, and str�ctures. Roll the tack coat with a pneumatic-tire roller to rer�ove
streaks and other i�regular patterns when directed.
4.6.3.
4.6.3.1,
Lay-Down Operations.
Windrow Operations. Operate windrow pickup equipme�t so that when hot mix Es placed in windrows
substantially all the mixture deposited on the roadbetl is picked up and loaded into the paver.
4.6.3.2. Hauling �quipment. Use belly dumps, live bottom, or end dump trucks to haul and transfer mixture;
however, with exceptian of paving miscellaneous areas, end dump trucks are onfy allowed when used in
conjunction with an MTD with remixing capabili[y unless otherwise allowed.
4.6,3.3.
C �I
Screed Heaiers. Turn aff screed heaters, #o prevent overheating of the mat, if the �aver stops fnr more fhan
5 min.
Gornpaction. Compact ihe pav�ment uniformly to contain between 3.8°/a and 8.5%a in-place air voids.
Furnish the type, size, and number of roflers required for compaction as approved. Use a pneumatic-tire
roller io seal the surface unless �xcessive pickup of fines occurs. Use additional rollers as required to
remove any rofler marks. Use only water or an approved release agent on rollers, tamps, and other
compaction equipmeni unless otherwise directed.
Use lhe wntrol strip method shawn in iex-207-�, Pari IV, on the first day of production to establish the
rolling patfern thaf will produce th� desired in-place air voids unless otherwise direcfed.
Use tamps to thoroughly compact the edges ofi the pavement along curbs, headers, and similar structures
and in locations that will nof allow thorough compaction with rollers. The Engineer may require rolling with a
trench roller on widened areas, in trenches, and in other fimited areas.
Complete al! compaction op�rafions before the pavement temperature drops below 16D�F unless otherwise
allowed. Tf�e Engineer may allow campaction with a lighk finish roller operated in sfakic mode for pav�ment
temperat�res below 960°F.
34D
Allow the compacied pavement to cool to 16D° � or lower before opening to traffic unless othenuise directed.
Sprinlcl� the finished mat with water or limewater, w�en directed, fa ex�edite oper�ing the roadway to fraffic.
4,8. Production Accepfance.
4.$.1, f'roduction Lot. �ach day of production is defined as a production ]ot. Lofs will be sequenkiaily numbered
and correspond to each new day of producfion. Note that lots are not subdivided inta sublots for fhis
specificatian.
4.8,2. ProduciionSampling.
4.8.2.1. Mixture Sampling. Tf�e Engineer may obtain mixture samples in accordance with Tex-222-F at any time
during production.
4.8.2.2, Asphalt Binder 5amp[ing. The Engineer may obtain or require the Contractar to obtain 1 qt. samples of the
asphalt binder at any time during production from a po�t located immediately upstream from the mixing drum
or pug mili in accordance with �fex-500-C, Part 11. The Engineer may te5t any of the as�halt binder samples
to verify compliance with Item 300, "Asphalks, Oils, and Emulsions."
4.8.3. Production Testing. 7he Engineer will test at the frequency I�sted in the Department's Guide 5chedule af
Samplrng and Tesfrng and this speci#ication. The Engineer may suspend production if production tes#s do not
meet specifications or are not within operational tol�rances listed in Table 11. Take immediate corrective
action if the Engineer s laboratary-molded density on any sample is less than 95.0°/a or greater than 98.0%,
to bring the mixture wifhin these tnlerances. The �ngineer may suspend operatians if t�e Contractar's
corrective actions do not produce accepkabfe results. The Engineer will aUow production to resume when the
proposed correciive action is likely to yield acceptable results.
The �ngineer may use alternate methods for determining the asphalt binder content and aggregate gradation
if t�te aggregate mineralagy is such that Tex-236-F does not yield reliable results. Use the applicable test
proced�re if an alternate test methotl is selected.
Table 93
Individual % retai�ed for #8 sieve and I�
Individual % retained for sieves smaller
% passinq the #20a sieve
and larger than
Test Method
Tex-20D-F
or
Tex-236-F
Tex-2U7-F
Tex-2fl4-F
ex-212-F, Part II
Tex-227-F
7ex-236-F
Tex-242-F
ex-217-F, �art III
Tex-5�0-C
ex-500-C. Parl IIE
Lahoratory-molded bulk specific gravity
In-Place air voids
; conteni
cal maximum :
binder content
a Whee1 test
sampling and
Tack coat samplin and testin
Boil test
1. Testing performed by the Consiruction
or designated labnratory.
4.$.3.1. Voids in Mineral Aggregates (VMA). The �ngineer may defermine the VMA for any �toduction lot. Take
immediate corrective action if the VMA value for any lot is fess than the minimum VMA requirement for
ptotlucfion listed in Table 8, Suspentl production antl shipment of the mixture if the Engineer's VMA result is
more than 0.5°/a below the minimum VMA requirement for production listed in Table 8. In addition to
suspending production, the �ngineer may require removal antl replacement or may allaw th� lot to be le�t in
place without payment.
340
4.8.3.2. Hamburg Wheel Test. The Engineer may perforr� a Hamburg Wheel test at ar�y time during pratluction,
incauding when the boil test indicates a change in quality from t�e materials submitted for JM��. In addikion to
testing �roduc#ion samp{es, the Engineer may abtain cores and perform Fiamburg Wheel tests on any areas of
the roadway where rutting is observed. Suspend production utttil further Hamburg Wheel tests meet the
specified values when the production or core samples fail the Namburg Wheel tesl criteria in 7able 1 b. Core
samples, if taKen, will be obtained from the center of the finished mat or other areas excluding the vehicle
wheel paths. The Engineer may require up to the entire lot of any mixiure failing the Har�burg Wheel test to
be removed and replaced at the Confractnr's expense.
If the Department's or Department-a�proved laboratory's Hamburg Wheel test results in a"remove and
replace° condition, the Contractor may request that the Department confirm the results by re-testing t�e
failing material. The Construction C7ivision will perform the Hamburg Wheel tests and determine ihe final
disposition of the material in question based on the Department's tes# resulks.
�.8.4. Indi�idual Loads of Hat-Mix. The Engineer can reject individual truckloads of hot-mix. When a load of hot-
rr�ix is rejected for reasons other than temperature, contamination, nr excessive uncoat�d particles, the
Confractor may requesf that the rejected load be tested. Make lhis request within 4 hr. of rejection. The
�ng9neer will sample and t�st the mixture. If test results are within the operational tolerances shown in Table
11, payment will be made for the load. lf test resulis are not with3n operational tolerances, no payment will be
made for the load.
4,9. P[acementAcceptance.
4.g,1, Placement Lot. A placement lot is defined as the area placed during a production lot (one day's p�oduction).
Pfacement lot numbers wil! correspond with production lot numbers.
4,g,2. �liscellaneous Areas. Miscellaneous areas include areas that typically involve significant handwork or
discontinuous paving operakions, such as temporary detours, driveways, mailbox lurnouts, crossovers,
gores, spot level-up areas, and other similar areas: Miscellaneous areas also include level-ups and thin
overlays when the layer thickness specified on the plans is less than the minimum untrimmed core height
eligible for testing shown in Table 12. The specifed layer thickness is based on lhe rate of 110 Ib1sq. yd. for
each incf� of pavement unless another rate is shown on the plans. Compact miscellaneous areas in
accordance with Section 340.4.7., "Compactian.° Miscellaneo�s areas are not subject to in-place air void
determination except for temporary detours when shown on the plans.
4.9.3, Placement Samp{ing. Provide the equipment and means to obtain and trim roadway cores on site. On site is
defined as in close praxitnity to where the cores are taken. Obtain the cores within one working day of the
time the placemantlot is completed unless atherwise approved. Obtain two 6an. diameter cor�s side-by-sida
at each locatian selectetl by the Engineer for in-place air void determination unless otherwise shown on the
�lans. For Type C} and Type F mixtures, 4in. diameter oores are allowed. i�ark the cores for identification,
measure and record the untrimmed core height, and provide fhe information ta fhe Engineer. The Engineer
wiN witness the coring operation and measurement of the core thicicness.
Visually inspect each core and verify that fhe current paving layer is bonded to the underlying layer, Take
corrective action if an adequate bond does not exist between t�e current and unde�ying layer to ensure that
an atlequate bond will be achieved during suhsequent placement operations.
Trim the r.ores immediately after obtaining the cores from the roadway in accortlance with Tex-2Q7-F if the
care heights meet the minimum untrimmed value listed in Table 12. Trim the cores on site in the presence of
the Engineer. Use a permanent marker or paint pen to record the date and lot number on each core as we11
as the designation as Core A or B, The Engineer may require additional information to be marked on the core
and may cf�oose to sign or initial the care. The Engineer will take cusfndy of the cores immediately after they
are krimmed and wil! retain custody of the cores until the Departmenf's testing is completed. Before turning
the trimmed cores over to the Engineer, the Gontractor may wrap the trimmed cores or secure them in a
manner thaf will reduc� the risk of possible damage oceurring during transport by the Engineer. After tesling,
the E.ngineer will return the cores to the Contractor.
340
The Engineer may have the cores transported back to the Deparfinent's laboratory at fhe HMA plant via
the Contractor s haul truck or other designated vehicle. In such cases wf�ere ihe cores wi{I be out of th�
�ngineer's possessian during transport, t�e Engineer will use pepartment-provided security bags and
ihe Roadway Core Custody protocol located at http:Ilwww.txdof.govlbusinesslspecif[cations.htm to
provide a secure means and pracess that protects the integrity of the cores during transport.
Instead of the Contractor trimming the cores o� site immediately a(#er caring, the Engineer and the
Contractor may mutually agree to have the trimming operations performed at an alternate [ocation such
as a field laboratory or other similar locatian. ln such cases, tf�e Engineer will take possessian of the
cores immediately after they are obtained irom the roadway and will retain cusiody of the cares until
testing is compEeted. Either the Department or Contractor representative may perform trimming af fhe
cores. The Engineerwill witness all frimming operations in cases where the Gontractor representative
performs the trimming operation.
Dry the core holes and tack the sides and battom immediately after obtaining the cores. Fill the hole with
the same type of mixtute antl properly compact the mixture. Repair core ho[es with other methods when
approved.
4.9.�4. €'lacement Testing. Ti�e Engineer may measure in-place air voids at any time during the project to
verify specificationcompliance.
4.9.�.1. In-PEace Air Voids. The �ngineer wil! measure �n-place air voids in accordance with Tex-207-F antl
Tex-227-F. Cores not meeting the height requirements in Table i 2 will not be tested. Before drying
to a constant weight, cores may be pre-dried using a Corelok or similat vacuum device to remove
excess
moisture. The Engineer will use the corresponding theoretica[ maximum specific gravify to determine the
a[r void cantent of each core. The Engineer will use the averag� air void content of the 2 cores to
determine the in-place air voids at the selected location.
The Engineer will use the vacuum method to seal the core if required by Tex-207-F. The Engineer will
use the test results from the unsealed core if the sealed core yields a higher specific gravity than the
unsealed core, After determining the in-place air voitl cantent, the Engineer will return the cares and
provide test results to the Contractor.
Ta�e immediate corrective action when the in-place air voids exceed the range of 3.8% and 8.5% to bring
the operation wifhin ihese tolerances. Ti�e �ngineer may suspend operations or require removal and
r�pfacement if the in-place air voids are less fhan 2.7% or greater tharo 9.9%. The Engineer will allow
paving to resume when the proposed carrective act�on is likely to yield b�tween 3.8°/a and 8.5% in-
place air voids.
Areas defined in Section 34fl.9.2., "Nfiscellaneous Areas," are not subject to in-place air void determination.
4.9.5. Irregularikies. Idenfifyand correct irregularities including segregation, rutting, raveling, Flushing, fatspots,
mat slippage, irregular color, irregular tex#ure, roller marks, tears, gouges, streaks, unwaked aggregate
pa�ticles, or broken aggregate particles. The Engineer may also identify irregularities, and in such cases,
the Engineer wil� promptly notify the Contractor. If the Engineer determines that the irregularity wil!
adversely affect pavement performance, the Engineer may req�ire the Contractar to remove and replace
(ak fhe Contractor's expense) areas of the pavement that contain irregularities and areas where the
mixtur� does not bond to the existing pavement. If irreguiarikies are detected, the Engineer may require
the Contractor to immediately suspend aperations or may allow fhe Contractor to continue operations for
no more than one day wh�le the Contractor is taking appropriale correcfive action.
4.9.6. Ride Quality. Use Sur�ace Tesf Type A to evaluate ride qualify in accortlance wifh ftem 5$5, °Ride
Q�ality for Pavement Surfaces,° un[ess otherwise shown on the plans.
340
5. MEAS�R�M�Ni
Hot mix wil[ be measured by the ton of composite �ot-mix, which includes asphalt, aggregate, and
additiv�s. Measure the weight on scales in accortlance with Item 520, "Weighing and Measuring
Equipment."
6, I�AYM��V�
Tl�e worfc performed and materials furnished in accordance with this Item and m�asured as provided
under Section 340.5., "INeasurement," will be paid for at the unit bid price for tons of `Bituminous
$I11fc7CBC0[1fSE"`�n„��.,r��.,,+,,,� u„F ne�., n�.,ti�l+lCnl" ,
These prices are full compensation for surface preparation, materials including tack coat, prime coat,
surface treafinenf, placement, equipment, labor, tools, and incidentals.
Trial batches will not be paid for unless fhey �re included in pavemenf work approved by the Department.
Pay adjustmenf for ride qualify, if applicable, will be determ�ned in accordance with Item 585, `Ride
Quality fpr Pavement Surfaces."
Payment will be made under:
lfem Tx-340-6.1 gituminous Surface Course — Per TON
360
����, 3so .�m-= - �
C�ncr��� ����m�nt T�es
�eparlment
of7'ransportafron
1. D�SCRIP�ION
Consfruct hydraulic cemer�t concrete pavement witi� or witho�t curbs on fhe concrete pavement.
2. MAT�RIA�S
2.1. Hydraulic Cement Concrete. Provide hydrauiic cemenf concrete in accordance with lfem 421, "Hytlraulic
Cement Concrete." Use compressive strength tesfing unless afherwise shown on the plans. Provide Class P
conc�e#e designed to meet a rr�inimum average compressive sfrerogih of 3,200 psi
�+ron,.+h .,f ��n ..�p at 7 days or a minimum average compressive s#rength of 4,000 '
fl�,,,,,..,� �f�,,,,�+ti „f ��n ..�; at 28 days. Test in accordance with Tex-448-A or Tex-498-A.
Ob#air� wriffen approval if the concrete mix design exceeds 520 Ib. per cubic yard of cementitious matenal.
Use caarse aggregates for cor�finuously reinforced concref� pavements to produce concrete with a caefficient of
therma� �xpansion nat more than 5.5 x 10� in.linJ°F. Provide satisfactory Tex-428-A test data from an approved
testing laboratory if the coarse aggregate coefficienf of ti�ermal expansion listed on the Depariment's Concrete
Rated Source Qualify Catalog is not equal to or less Ehan 5.5 x 10-6 in.lin.l°F.
Provide Class HES conc�ete for very early o�ening of small pavement areas or leave-outs to traffic when sitown
on the plans or aflowed. Design Class HES to meet the requirements of Class P antl a minimum average
compressive strength o� 3,20� psi or a minimum average flexural strength of 450 psi in 24 hr., unless other early
strength and time requirements ar� shown on the plans or allowed,
Use Class A or P conerete meeting the requirements of Item 421, "Hydrualic Cement Concrete," and this Item for
curbs that are placed separa#ely from the pavement.
2.2, Reinforcing SteeL Provide Grade 60 or above, deformed sfeel for bar reinforcement in accor�ance with
ftem 4�40, "Reintarcement for Concrete." Provide positioning and s�pporting devices (baskats and chairs) capabie
of securing and holtling Ehe reinforcing steel in proper position before and during �aving. Provide corrosion
protection when shown on fhe plans.
2.2.1. Dowels. Provide smooth, straighf dowels of the size shown on the plans, free of bur�s, and confarming to the
req�irements of Item 440, "Reinforcement fpr Concrefe," Caat dowels with a thin film of grease, wax, silicone or
other approved de-bonding maEerial. Provide dowel caps on the lubricated end of each dowel bar used in an
expansion joint. Provide dowel caps filled with a soft compressible material with enoug}� range nf movement to
allow camplete closure of the expansion joint.
2.2.2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single-piece tie bars
as shown on the plans. Furnish multiple piece tie bar assemblies from fhe Eist of approved multipie-piece tie bars
that have been prequalified in accordance with DMS-4515, "Multipfe Piece Tie Bars for Concrete Pavements,"
when used. Mul#iple-piece tie bars �ased on individual projects musi be sampled in accordar�ce wifh Tex-791-i,
and tes#ed in accordance with DMS-45�5 "Nfultiple Piece Tie Bars for Concrete Pavements,"
2.3. AEternative Reinfarcing Materials. Provide reinforcemeni materials of the dimensions artd with the physical
properties specified when allowed or required by ti�e plans. Provide manufacturer's certification of requiretl
maferial properties.
2.4. Curing Ma#erials. Provide Type 2 membrane curing compound conforming to DM5-�650, "HydrauEic Cement
Concrete Curing Materials and Evaporation Retardants.° Provide SS-1 emulsified asphaft conforming to
860
Item 30Q "Asphalts, Oils, and Emulsions," for concrete pavement to be overlaid with asphalt concrete under this
Contract unfess otf�erwise shown on the plans or approved. Provide materials for other mefhods of curing
conforming to Ehe requirements of ltem 422, "Concrete Superstructures.° Provid� insulating blankeEs for curing
fast track cnncrete pavement with a minimum thermal resistance (R) rating of 0.5 hour-square foot FIBTU. Use
insulating blank�ts that are free from tears and are in good condition.
2.5. Epoxy. Provide Type III, Class C�poxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all
drilled-in reinforcing steel. Submit a work plan and request approval for #he use of epoxy iypes otfter than Type
Ilf, Class C.
2.6. �vaporatian Reiardant. Provide evapora#ion retardant canforming fo DfNS-4650, "Hydraulic Cement Concrete
Curing Ma#erials and Evaporation Retardants."
2.7. Jaint 5ealants and Fillers. Provide Class 5 or Glass 8 joint-sea[ar�t materials and fillers unless ofherwise shown
on the plans or approved and other sealant materiafs of the size, shape, and type shown on the plans in
accordance with DMS-6310, "Joint Sealants and Fiilers:'
�QUIPM�NT
Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment
conforming to the requirements of Item 421, "Hydraulic Cemer�t Cnncrefe." Obtain approval for other equipme�t
�sed.
3.1. Placing, Consolidating, and F'inishing Equipment, Concrefe pumps are not permitted on this project. Provide
approved self propelled paving equipment that uniformly distributes the concrete wifh minimal segregation and
provides a smooth machine-finished consalidated concrete pavement conforming to pfan line and grade including
a vrbratorscreed. Provide an approved automatic grade control system on slip-forming equipment. Provide
approved mechanicalfy-operated finishing floats capable of producing a �niformly smooth pavement surface.
Pravitle equipment capable of provitling a fine, light water fog mist.
When string-less paving equipment is used, use Section 5.9.3, "Method C," and establish control points at
maximum intervals of 500 it. Use these contral points as reference to perform the work.
Provide mecha�ically-opera#ed vibratory equipmeni capable of adequately consolida#ing fhe concrete. Provide
immersion vibrators an the paving equipment at sufficiently clflse intervals to provide uniform vibration and
consolidation of the concrete over the entire width and de�th of fhe pavemenf and in acco�dance with the
manufacturer's recommendations. Provide immersion vibrator units #hat operafe at a frequency in air of at least
8,000 cycles per minute. Provide enoug� hantl-aperated immersion vibrators for timely and proper consolidation
of the concrete alo�g forms, at alf joinfs and in areas not covered by other vibratory equipment. Surface vibrators
may be used to suppfement equipment-mounfed immersion vibrators. Provide tachometers to verify the proper
operation of all vibrafors.
FQr small or irregular areas or when approved, ihe paving equipment described in this Section is not required.
3.2. Forming Equipment.
3.2.9. Pavement Farms. Provide meta[ side fQrms of sufficie�t cross-section, strength, and rigidity to support the
paving equipment and resist t�e impac# and vibration of the operation withouE visible springi�g or settleme�tt. Use
forms that are free from detrimental fcinks, bends, or warps that could affect ride q�ality or afignment. Pravide
flexible or curved metai or wood forms for curves of 10D-ft. radius or less. Forms shafl be placed at all cross-
sectiona! breaks and crowns.
3.2.2. Curh F'orms. Provide curb forms for separately placed cur6s thai are not slipformed that confarm to the
requirements of Ifem 529, "Concreke Cutb, Gufter, and Combined Curb and Gutter."
364
3.3. Reinforcing Steel �nserting £quipment. Provide inserting equipment that accurately inserts and positions
reinforcing steel in the plastic concrete paralle� fo #he profile grade and harizontal alignment in accordance to
plan details when approved.
3.4. Texturing Equipment.
3.4.1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a manual moveable support system. Provide a
single piece af carpef of su#fcient transverse length to s�an fhe full width of the pavement being placetl and
adjustable so that a su�cient longitudinal length of carpet is irt cantact wilh the concrete be[ng placed fo prod�ce
the desired texfure. Obtain approval #o vary the length and v�idth of the carpet to accommodafe specifc
applications.
3.4.2. 7ining Equipment. Provide a self-propelled metal tine device equipped with stee] tines with cross-sactia�
approximately 1132 in. thick x 1112 in. wide. Provide tines for transverse Eining e�uipment spaced at
approximately 1 in., center-ta-center, or provide tines for longitudinal tinin� equipment spaced af apAroximately
314 in., center-tacenter. Manual �nathods that produce an equivalenf texture may b� used when if is impractical
to use self-propelled equipment, such as far small areas, narrow width sections, and in emergencies due ta
equipment breakdown.
3.5. Curing Equipmenf. Provi�e a self-propefled machine for applying membrane curing compound using
mechanicalfy-pressurized spraying �quipment with aiamizing nozzles. Provide equipment and controls thaE
maintain fhe required uniform rate af application over th� entire paving area. Provide curing equipment that is
independent of all other equipmen# when required to meet the requirements of Section 360.4.9., "Curing." Hand-
operated pressurized spraying equ�pment with atomizing nozzles may only be used on small or irregular areas,
narrow width sections, or in emergencies due to equipm�n# brealcdown.
3.6. 5awing Equiprnent. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby
power-drive� concrete saws during concrete sawing operafions.
3.7. Grinding Equipment. Provide self-propelled powered grinding equipment [hat is specificaEly designed fo smooth
and texture concrete pavement using circular diamond blades when required. Provide equipment with automatic
grade control capable of grinding at leasf a 3-ft. w�dth longitudinally in each pass without damaging the concrete.
3.8. Testing Eq�iprnent. Provide testing equipment regardless oF job-control testing responsibilities in accordance
with liem 421, "Hydraulic Cement Concrete," unless otherwise shown on the plans ar speciFed,
3.9. Coring �quipment. Provide coring equipment capable of extracting cores in accordance with the rec�uirements
of �ex-424-A when required.
3.10. Miscellaneous Equ�pment. Furnish both 1U-ft. and 15-ft, steel or magnesium long-handled, standard
straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspecfion
operations.
4. CONSTRUCTION
Obtain approval for adjusfinents to plan grade-fine to maintain thickness over minor su6grade ar base high spots
while maintaining clearances and drainage. Maintain subgrade or base in a smoath, clean, eompacted condition
ir� conformity with the required section and established grade until the pavement concrete is placed. Keep .
subgrade or base damp with water before placir�g pavement concrete.
Adequa#ely �ight fhe active wark areas for all nighttime operations. Provide and maintain tools and materials to
perform testing.
4.1. Paving and Quality Control Plan. Submit a paving and quality contral plan for approval before beginning
pavement construction operations. [nclude details of all operations in the wncrete paving process, including
methods to consiruct transverse joints, methods to consolidate concrete af joints, longi#udinal construction joint
layout, sequencing, curing, lig�ting, early opening, leave-outs, sawing, inspecfion, testing, eonstruction methods,
360
other details and description of all equipment. List certified personne� performing the tesEing. Submit revisians to
the paving and quality control plan for approval.
4.2. Job-Control Tes#ing. Perform all fresh and hardened concrete job-control testing at fhe speci�ied frequency
un�ess othennrise shown on the plans. �rovide job-control testing personnel meeting the requirements of
Item 421, "�iydraulic Cement Concrete.° Provide and maintain testing equipment, including strengih tes#ing
equipment at a location acceptable to the Engineer. l�se of a commercial laboratory is acceptable. Maintain all
testing equipmen# cafibrated in accardance with pertinent test metho�s. Make strength-testing equipment
available to the �ngineer for verification testEng.
Pravide t�e Engineer Ef�e o�portunity to witness ail tesls. The �ngineer may require a retest if not given fhe
oppor#unity to witness. Furnish a copy of ail test results to the Engineer daily. Check the first few concrete loads
for slump and temperature to verify concrefe conformance and co�sistency on starE-up protlucfion days. 5ample
and prepare strength-test specimens (2 specimens per test) on #he first day of production and for eac�
3,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at ieast 1 set of strength-test
specimens for each production day. Perform slump and temperature tests each time strength specimens are
made. Monitor cor�crefe temperature to ensure that concrete is consistently within the temperature requirements.
The Engineer will direct random job-cantrol sampling and testing. Immediately investigate and take corrective
action as approved if any Contractor test result, including tests performed for verification purposes, does not
meet specification requirements.
The Engineer wil� pe�fo�m job-control festing when the testing by the Contractor is waived by fhe plans; however,
t�is does not waive the Contractor's responsibility for providing materials and work in accordance with this Item.
Engineer wi!! perform a!I tests for material accepiance.
4.2.1. Job-Cantrol Strength. Use 7-day job-control concrete streng#h testing in accordance with Tex-448-A or
Tex-418-A unless otherwise shown on #he plans or permitted.
Use a compressive strength of 3,200 psi or a lowerjob-control strength value proven to meet a 28-day
compressive sEreng#h of 4,000 psi as correlafed in accordance with Tex-427-A for 7-day job-control by
campressive strength. Use a flexural strength of 450 psi or a fawer job-control strength value proven to meet a
2$-day flexuraf sirength of 570 psi as correlated in accardance with Tex-427-A for 7-day job-control by flexural
strengkh.
Job control of concrete strength may be correlated to an age other than 7 days in accordance with iex-427-A
when approved, Job-control str�ngth of Class HES concrefe is based on the required strength antl time.
Investigate the strength test procedures, the quality of materials, the concrete production operaEions, and o#her
possible probfem areas to determine the cause when a job-con#rol concrete strengt�t test value is more t�an � 0°/a
below the required job-control strength or when 3 consecutive job-eontrol sfrengfh values fall below the required
job-control strength. Take necessary action to correct the problem, inc[uding redesign of the concrefe mix iF
needed. The �ngineer may suspend concrete paving if the Contracfor is unable fo identify, docu�nent, and
correct the cause of low-sfrengfh tes# values in a timely manner. The Engineer will evaf�ate the structural
a�equacy of the pavements if any jab-cantral strength is more tf�an 15% below the required job-cor�frol strength.
Remove and replace pavements found to be structurally inadequate at no additional cost when directed.
4.2.2. Spiit-Sample Verification Testing. Perform split-sample verification testing wit� the Engineer on random
samples taken and split by the Engineer at a rate of at least 1 for every 10 job-control sampfes. Tf�e Engineer will
evaluate the results of split-sample verifcation testing. Immediately investigate and fake corrective action as
approved when results of s�lit-sample verification testing differ more Ehan the allowable differences shown �n �
Table 1, or the average of �0 job-control strength results and fhe Engineer's split-sample sErengfh result differ by
r�are than 10%.
360
Table 1
Verification Testin Limits
Test Method A[lowab[e Elii
x-422-A 2° F
, Fex-44$-A 19%
:naih. 7ex-41$-A iU%
4.3. Reinforcing Steel and Joint Assemblies. Accurately place and secure ir� pasition all reinforcing steel as shown
on the plans. Place doweis at mid-depth of ihe pavement slab, parallel to t�te su�face. Place dowels for
fransverse contraction joints parallel to the pavement edge. Toferances for location and alignment of dowels wi11
be shown on the pfans. Stagger the lap locatians so that no more than 113 of the longitudinal skeel is spliced in
any given 12-ft. width and 2-ft. length of the pavement. Use multiple-piece tie bars, drill and epoxy grouf fie bars,
or, if approved, mechanically-inser�ed single-piece tie bars at longitudina[ construction joints. Verify that tie bars
that are drilled and epoxied or mechanically inserted into concrete at longifudinal consfruction joints develop a
pullout resistance equal to a minimum of 314 af lhe yield sfrengEh of the stee] after 7 days. Test 15 bars using
ASTM E488, except that alternate approved e�uipment may 6e used. All 15 fested bars must meet the required
pullout strength. Perform corrective measures fo provide equivalent pullout resistance if any of the test results do
nof ineet the required �ninimum pullouf strength. Repair damage from testing. Acceptable corrective measures
include but are not iimifed to installai�on of additional or longer tie bars.
4.3.9. Manual Placement. Secure reinforcing bars at alfernate intersections with wire ties or locking support chairs. Tie
all splices wfth wire.
4.3.2. Mechanical Placement. Camplete the work using manual placement methods describetl above if inechanical
placement af reinforcement results in steel misalignment or im�roper location, poor concrete consolidation, or
other inadequacies.
4.4. Joints. Instal[ joints as shown on the plans. Joint sealants are not required on concreta pavement thaf is to be
overlaid with asphaltic materials. Clean and seal joinfs in accordance with ffem �38, "Cleaning and Sealing
Joints." Repair excessive spalling of the joint saw groove using an approved method before insfalling lhe sealanf.
Seal a!I joints before opening the pavement to all #raffiic. Install a rigid transverse bufkhea�, for the reinforcing
steel, and s�aped accurately ta the cross-section of the paver�ent when placirtg of concrete is stopped.
4.4.1. Pfacing Reinforcement at Joints. Complete and place the assembly of parts at pavemenf joints at the required
location and elevation, with all parts rigidfy secured in the req�ired position, when shown on the plans.
4.4.2. Trans�erse Construction Joints.
4.4.2.1. Contin�ously Reinforced Concreie Pavement (CI�CP). lnstall additianal longitudinal reinforcement through
fhe bulkhead when shown on the plans. Protect the reinforci�g steel immediately beyond the canstruction joint
irom damage, vibration, and impact.
4.4.2.2. Cancrete Pa�ement Contraction Design (CPCD). Install and rigidly secure a complete joint assembly and
bulkhead in the planned transverse contraction joint loca#ion when the placing of concrete is intentionally
stopped, Install a#ransverse consfructian joint either at a planned transverse contraction jaint location or mid-slab
be#ween planned transverse conlractian joints when the placing of concrete is unintenfionally stopped. Install tie
bars of the size and spacing used in the [ongitudinal jaints for mid-slab construckion joints.
�.4.2.3. Curb Joints. Provide joints in the curb of #he same type and location as the adjacent pavament. Use expansion
joint material of the same fh[ckness, �ype, and �uality required for the pavement and of the section shown for the
curb. Extend expansion joints through t�e curb. Co�sfruct curb joints at all transverse pavement joints. Place
reinforcing steel inta t�e plaslic concrete pav�ment for non-manolithic curbs as shown on the pfans unless
ofherwise approved. Form or saw tite weakened plane joint across the f�ll width af concrete pavement and
through ihe monolithic curba Construct curb join#s in accardar�ce wifh Item 529, "Concrete Curb, Gutter, and
Combined Curb and Gulter."
4.5. Placing and Removing Farms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is
accurately graded an� thaf provides stable suppori without deflectian and movement by form riding equipment.
360
Pin every form at least at the middle and near each end, Tightly join and key form sect+ons together to prevent
reEative displacemenf.
5et sitle forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade,
alignment, and sfability of forms immediately before placing concrete, and make all necessary corrections. Use a
straightedge or other approved method to test khe top of forr�s to e�sure that the ride quality requirements for the
completed pavement will be met. Stop paving operations if forms setfle or deflect more than �18 in. under
finishing operations. Resef fiorms to line and grade, and refinish the cancrete surface to correct �rade.
Avoid damage to the edge of the pavement when re�noving forms. Repair damage resul#ing #rom form removaf
and hor�eycombed areas with a mortar mix within 24 f�r. after farm removal unless otherwise approved. Clean
joint face and repair honeycomb�d or damaged areas within 24 hr. after a bulkhead for a transverse construction
joint has been Tetnoved unless otherwise approved. Prom�tly apply membrane curing compound to fhe edge of
fhe concrete pavement when forms are remaved before 72 hr. after concrefe placement.
Forms that are not fhe same depfh as Ehe pavement, but are within 2 in. of that de�th are permitted if the
subbase is trenched or the f�ll width and length of the form base is supported with a firm mater�al to produce t�e
required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or mekal
forms for curves of 100-ft. radius or less.
�.6. Concrete �e[ivery. Clean delivery equipmenf as necessary to prevent accumulation of old concrete before
loading fresh concrete. Use agEtatetl del�very equipment for concrete designed to have a slump of more than 5 in.
Segregated concrete is subject ta rejectian. Concrefe exceeding the slurrrp requirements detarled in Tx-421 wil!
be rejecfed.
Begin the discharge af cancrete delivered in agitafed delivery equipmenE conforming to the requirements of Item
421, "Hydraulic Cement Concrefe." Place nor�-agitated concrete within 45 min. after batching. Reduce times as
directed when hot weather or other conditions cause quick setting of the concrete.
4.7. Concrete Placement. Do not allow the pavement edge ka deviate from fhe esfablished paving line by more than
112 in. at any point. Place the concrete as near as possible to ifs finai location, and minimize segregation and
rehandling. Distribute concrete using shovels where hand spreading is necessary. Do not use rakes or vibrakors
to distribute concrete.
4.7.i. Consolitfation. Consolidate all concrete by approved mechanical vibrators operafed on the front of the paving
equipment. Use immersion-type vibrators that simultaneously consolidate the full width af the pfacement when
machine finishing. Keep vibrators from dislodging reinforcement. Use hand-operated vibrators to consolidate
concrete along forms, at all joinfs and in areas not accessible to the machine-mounted vibrators. Do not operate
machin�-mounted vibrators while the paving equipment is stationary. Vibratar operatians are subject ko review.
4.7.2. Curbs. Conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutte�" where
curbs are placed separately.
4.7.3. Temperature Restrictions. Piace concrete that is beEween 40°F and 95�F when measured in accordance with
Tex-422-A at ff�e tim� of discharge, except that concreie may be used if it was aEready in transit when the
temperature was found to exceed the allowable maximum. Concrete above 95� �i!! be rejecfed and rs required
to be remov�d af fhe expense of the contractar if placed.
Do not place concrete when fhe ambient temperafure in the shade is below 40�F and faU�ng unless approved.
Concrefe may be placed when #he ambient temperature in #E�e shade is above 35°F and rising ar above 40°F.
Protect the pavement with an ap�roved insulating materEal capab[e of protecting the concrete for the specified
curing period when temperafures warrant protecfion against freezing. Submit ior approval proposed measures ta
protecf the concrete irom anticipated freezing weather for fhe firsf 72 hr. after placament. Repair or replace all
concrete damaged by freezing.
4.8. 5preading and Finishing. �inish all concrete pavement with approved self-propefled equipment. Use power-
driven spreaders, power-driven vibrators, power-driven strike-off, screed, or approved alternate equipment. Use
the transverse finishing equipment to compacf and sirike-off the concrete to the required sect�on and grade
360
without su�face voids. Use float equipmenf for final finishing. Use concrete with a consistency that allows
completion of all finishing opeTations without addition of water fo the surface. Use the minimal amount of water
fog mist necessary fo maintain a moist surface. Retluce fogging if iloat or sfraightedge operafions result in
excess slurry.
4.8.1. Finished Surface. F'erform sufficient checks with long-handled 10-ft. and 15-ft. straightedges on the plas#ic
concrete to ensure the final surface is within the tolerances specified in Su�face �est A in Item 585, "Ftide Quality
for Pavement Surfaces." Check witl� the straightedge parallel to fhe cenferline.
4.8.2. Maintenance of Surface Moisture. Prevent sur#ace drying of the pavement before applicafion of tE�e curing
sysiem by means that may include water fogging, the use of wind screens, and the use of evaporation
retardants. Apply evaporation retardant at the manufacture�'s recommended rate. Reapply the evapnration
retardant as needed to maintain the concrefe surface in a moist condition until curing system is applied. Do nat
use evapora#ion refardant as a finisf�ing aid. Failure to take acc�ptable precautions to prevent surface drying of
the pavement will be cause for shutdown of pavement operations.
4.8.3. 5urface Text�ring. Complete final texfuring before fhe concrete has attained its initial seE. Drag #he carpet
longifudinally along the pavement surface with the carpet contacf surface area adjusted to provide a satisfactory
coarsely textured sur€ace. Prevent ihe carpet from getting pl�gged with grout. Do not perform carpet dragging
operations whiie there is excessive bleed water.
A metal-tine t�xture finish is required unless otherwise shown on the plans. Provide transverse tining unless
otherwise shown on tE�e plans. Immediately fol[owing the carpet drag, apply a si�gle coat of evaporation
retardant, if needed, at the rate recommended by the manufacturer. Provide the me#a1-tine finish immediately
afterthe concrete surface has set enough for consistent tining. Operate #he metal-tine dEvice to obtain grooves
approximafely 3116 in. deep, with a minimum depth of 918 in., and approximafely 1112 in. wide. Do not overlap a
pr�vious[y tined area. Use manual methods to achieve similar results on ramps, small or irregular areas, and
narraw w�dth sections af pavements, Repair damage to the edge af fhe slab and joints immediately after
texturing. Do nat tine pavement that will be overlaid or that is scf�eduled for blanket diamon� grinding or shot
blasting.
Target a carpek drag te�ure of d.04 in., as measured by Tex-436-A, when carpet drag is the only surface texture
required on t�e plans. �nsure adequate and consistent macro-texture is achieved by applying er�ough weight to
the carpet and by keeping the carpetirom gelting plugged with grout. Carrect any location with a texture less
than 0.03 in. by diamond grinding or shot blasting. The Engineer will tletermine the test locations at points
located transversely ta the direction of traffic in the outside wheel path.
4.8.4. 5mall, IrregularArea, or Narrow Width Placernents. Use hand equipment and procedu�es that produce a
cansolidated and finished pavement section to the line and grade where macf�ine placements and finishing of
concrete pavement are not practical.
4.8.5. Emergency Proce[fures. Use hand-operated equipmenk for applying texture, evaporatior� retardant, and cure in
the event of equipment breakdown.
4.g. Curing. Keep tf�e concrete pavement surface from drying as described in Section 360.4.8.2., °Maintenance of
Surface Moisture," uniil the curing materiaf has be�n applied. Maintain and promptly repair damage to curing
materials on axposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is
deFned as a 24-hr. period when either the iemperature taken in tf�e shade away from arti�icial heat is above 50°F
for at least 19 hr. or the suriace temperature o� the cancrete is maintained abave 40°F for 2� hr. Curing begins
when #�e concrete curing system has been applied. Stop concrefe paving if curing compound is not being
a�plied promptly and maintained adequately. Ofher methods of curing in accordance with Item 422, "Cancrete
Superstruciures," may be used when speciiied or approved.
4.9.1. Mernbrane Curing. Spray the concrete surface uniformly with 2 coaEs of inembrane curing compound at an
indivitlual application rate of no more than 186 sq. ft. per gallon. Apply the c�ring compound before allowing the
concrefe surface to dry.
3fiD
Manage iinishing and texturing operatinns to ensure placement of curing compound on a moist cor�crete su�#ace,
�elatively free of bfeed water, to prevent any �lastic shrinkage cracking. Time the application of curing compound
to prevent plastic shrinkage cracking.
Maintain curing compounds in a uniformly agitafed condition, free of settlement before and durmg appfication. Qa
not thin or dilute tE�e curing cor�pound.
Appiy additional compound at the same rate of coverage to correct damage where the coating shows
discontinuities or other defecfs or if rain falls on the newly coated surface before fhe film has dried enough to
resisf damage. �nsure that the curing compound coats the sides of the tining g�ooves.
���:
��
�.9.3. Curing Ciass HES Concrete. Provide membrane curing in accordance wifh Sectian 360.4.9,1., "�lembrane
Curing," for all Class HES concrete pavement. Promptly follaw by wet mat curing in accordance with Section
422.4.8., "Final Curing," until opening strengfh is achieved buf not less than 24 hr.
4.9.4. Curing Fast-Track Concrete Pavemenf. Provide wet mat curing unless otherwise sitawn on the pla�s or as
directed. Cure in accordance wit� Section 422.4.8., "Final Curi�g.° Apply a Type 9-D or Type 2 membrane cura
insteatl of wef mat curing if the airtemperature is below 65°F and insulating blankets are used.
4.10. Sawing Joints. Saw joinfs to the depth shown on the plans as soon as sawing can be accomplished withaut
tla�nage to the pavement regardless af time of day or weather conditions, Some mi�or raveling of the saw-cuf is
acceptable. llse a cha[k line, sfring line, sawing template, or other approved method to provide a true jaint
alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest
possible tir�e to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of
joints. Promptly restore membrane cure damaged with[n the #irst 72 hr. of curing.
4.1 �. Protection of f'avement and Opening ta Traffic. Tesfing for early o�ening is the responsibility of the
Contractor regardless of job-control tesfing responsibilities unless Qtherwise shown on the plans or as directed.
Testing result interprefation for opening to traffic is subject to approval.
4.11.9. Pratection of f'a�ement. Erect and mainfain barricades and oiher standard and approved devices that wiil
exclude all ve�ticles and equipment from the newly placed pavement far the periods spec3fied. Protect fhe
pavement from damage due to crossings using approved methods before open�ng fo traffic. Where a detour is
not readily available or economically feasibie, an occasionaE crossing of the roadway with overweight equipment
may be permitted for relocafing equipmen# only buf not for hauling material. When an occasionai crossing of
overweight �quipment is permitted, temporary matting or other approved me#hods may be required.
Maintain an adequate supply of sheeking or other material to cover and protect fresh cflncrete surface #rom
weaiher damage, A�ply as needetl to protect the pavement surface from weather.
Damaged pavement sha11 be repalred according fo Tx-361 or removed and replaced at the direction of fhe
er�gineer.
4.11.2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all tra�c. Clean pav�ment,
place stable material against the pavement edges, seal joints, and perform all other fraffic safefy related work
b�fore opening to traffic.
4.1�.3. Opening Pavement to Construction �quipment. Unless otherwise shown on the pfans, concrete pavement
may be opened early to concrete paving equipment and related delivery equipment after ihe concrete is at least
48 hr. old and opening strength has been demonstrafed in accordance with 5ection 360.4.91.4., "Early Opening
to A11 Traffic," before curing is complete. Keep delivery equipment at least 2 ft. from the edge of the concreie
pavemenf. Keep tracks af the pavi�g equipment at least 9 ft. from the pavemenf edge. Protecf fextured surfaces
360
from the paving equipment. Restore damaged membrane curing as soon as poss�ble. #tepair pavement
damaged by paving or delivery equipment before apening to ali traffic.
4.11.4. Ear[y Opening to All Traffic. Concrete pavement may be opened after curing is complete and the concrete has
altained a�fexuraf strength of 45a psi or a campressive strength of 3,200 psi, exce�t that pavement using Class
FiES concrete may be apened after 24 hr. if the specifi�d strength is achieved.
4.11.�.1. 5trength 7esting. Tesf concrete specimens cured under the same conditions as the portion of the pavement
invalved.
4.11.4.2. Maturify Method. Use the maturity method, Tex-426-A, to esfimate concrete strengih forearly opening
pavement to traffic unless otherwise shown on fhe plans. Install at [east 2 maturity sensors for each day's
placement in areas where tf�e maturity method wil! be used for early opening. Nlaturity sensors, when used, will
be installed near the day's final placemeni for areas being evaluated for early opening. Use test specimens ta
verify the strength—maturity relationship in accordance with Tex-426-A, starting with the first day's placement
corresponding to the early opening pavement section.
Verify the strength—maturity relationship at Eeast every �0 days of production after the first day. Establish a new
strength—maturity relationship when the strength specimens deviate more than 16% from the maturity-estimated
skrengths. Suspend use of the maturity method for o�ening pavements to tra�fic when the strength—maturity
relationship deviates by mare than 10% unfil a new strength—maturity rela#ionship is estabfished.
The Engineer wi[I determine the frequency of verification when the maturity method is used intermittently or for
only specific areas.
4.19 ,5. Fast Track Concrete Pavement. Open fhe pavement after the concrete has been cured for at least 8 hr. and
attained a minimum campressive strength of 9,80a psi or a minimum flexural strength of 255 psi when tested in
accordance wiEh 5ection 360.4.11.4.1., "5tre�gth Testing," or Section 360.4.11.4.2., °Maturity Nfethod," unless
otherwise directed. Cover the pavement wifh �nsulafing blankets when t�e air #err�perature is below 65°F unti[ the
pavement is opened fo traffic.
4.11.6. �rr�ergency 4pen9ng to Traffic. Open the pavement to traffic under emergency conditions, when the pavement
is at I�ast 72 hr. old when directad in writing. Remove all obstructing materials, place stab[e material against fhe
pavement edges, an� perform other work involved in providing for the safety of traffic as required for emergency
opening.
4.12. I'a�ement Thickness. The Engineer will check the thickness in accordance wifh Tex-423-A unfess ofher
methods are shown on the plans. The Engineer will perform � thickness iest cons[sting of 1 reading at
appraximate[y the c�nter of the paving equipment every 5UQ ft. or fraction fhereof. Core where directed, in
accordance with Tex-424-A, to verify deficiencies of more than 0.2 in. from plan thickness and ko determine the
limits of deficiencies of more than D.75 in. from pfan thickness. Fill core holes using an approved concrete
mixture and method.
4.12.1. ihickness Deficiencies Greater than D.2 in. Take one 4-in. diameter core at that location to verify the
measurement when any depfh test measured in accordance witf� Tex-423-A is deficienf by more than 0.2 in. from
the plan thickness.
Take 2 additional cores from the unit (as defined in Section 36a.4.92.3., "Pavement Units for Payment
Ad�ustment° at intervals of at least 150 ft. and at selected locations if the core is deficient by mare than 02 in.,
bul not by more than 0,75 in. from the plan thickness, and determine the thickness of the unit for payment
purpases by averaging the length of the 3 cores. �n calculations of fhe average thickness of this unit of pavement,
measuremenks in excess of the specified fhickness by more than 0.2 in. will be considered as the specified
fhickness plus 0.2 in.
�4.12.2, 7hicknes5 De#�ciencies Greater than 0.75 in. Take additional cores at 10-ft. interuals in each directian parallel
to the centerline to determine the boundary of t�e def cient area if a core �s deficient �y r�are than 0.75 in. The
Engineer will evaEuafe any area of pavement found defcient in thicicness by more than 0.75 in., but nnt more than
1 in. Remave and replace the deficient areas wifhout additional compensation or retain deficieni areas without
360
comp�nsa#ion, as directed. Remove and replace any area of pavement found def�cient in thickness by more than
1 in. without additional campensation.
4.12.3. Pavemen# Units for Paymeni Adjustment. Limits for applying a payment adjustment for defcienf pavement
thickness from D.20 in. to not more than D.75 [n. are 500 ft. of pavement in each lane. Lane width will be as
shown on typical sections and pavemenf design standards.
For greater than 0.75 in. deficient thickness, the lir�its for applying zero payment or requir�ng removal will be
defined by coring or equivalent nondestructive means as determined by the �ngineer. The remaining �ortion of
fhe unit determinetl #o be less than 0.75 in. d�ficient will be sub�ect to the payment adjuslment based on the
average core thickness at each end of the 10-ft. interval investigation as defermined by the Engineer.
Shoulders wil] be measured for thickness unless otherwise shown on the �lans. 5houlders 6 ft. wide or wider wil!
be considered as lanes. Shaulders less than 6 ff. wide will be considered part of fF�e adjacent lane.
�imits for applying payment adjustment for defcient pavement thickness for ramps, widenings, accelerakion and
deceleration lanes, and other miscellaneous areas are 5Q0 ft. in length. Areas less than 500 ft. in length will be
individual{y evaluated for payment adjusiment base� an fhe plan area.
4.13. Ride Q�ality. Measure ride quality in accordance with Item 5$5, "R�de QuaGty for Pavement Surfaces," unless
otherwise shown on fhe plans.
�. M�ASUR�MENT
This Item will be measured as follows:
5.1. Concrete Pavernent. Concrete pavement will be measured by the square yard of s�rface area in place. The
sur�ace area includes the por#ion of the pavement slab extending beneath the curb.
5.2. Curb. Curb on concreke pavement shall not be measure for separate payment but shall instead be considered
subsidiary tn the concrete pavement.
6. PAYMEK�
TE�ese prices are full compensation far maEeriais, equipment, labor, tools, and incidentals.
g,�. Concrete Pavement. The work performed and materials furnished in accordance with this It�m and measured
as provided under "Measuremenl" will be paid for at the adjusted unit price bid for °Concrete PavemenY' of the
type and depth sp�cifed as adjusted in accordance wifh Sec#ion 360.6.2., "Defcient Thickness Adjustment."
6.2, Deficient Thickness Adjustment. Where the average thic[croess of pavement is deficieni in thickness by more
than 0.2 in. but not more than O.15 in., payment will be made using the adjust�nent factar as specif�ed in Table 2
applied to the bid price for the defici�nt area for each unit as defined under 5ection 360.4.12.3., "Pavement Units
for Payment Adjustment.°
Table 2
Deficient Thickness Price Ad'ustmeni Facior
�eficiency in Thickness Determined by Cores Prapnrtional Part of Contract Price
Not deficient � .uu
Over 0.00 throu h 0.20 9.00
Over 0.20 thrau h 0.3D 0.80
Over 0.3D throu h 0.40 �.72
Over 4.40 thro� h 0.5D Q•�8
Over U.SQ through 0.75 _ 0.57
6.3. Curb. Wark performed and furnished in accordance with tf�is Item shall not be measure for separate payment bul
shalf instead be cansidered subsidiary to the concreie pavement.
3fi0
Paymenf wi11 be made under:
TX-360-6.9 Concrete Pavemenf (8"j — per Sguare Yard
360
Page Intentionally Left Blank
402
�t�f11 �o�
Tr�n�h €x�ar�atior� �rotec�ion
1. D�SCRf�TION
Furnish and place excavafion protection for trenches 5 ft. or greater in depth.
2. CONSTRtJCiiON
�� �
Texas
.�,�,�t
of7masporintion
f'rovide vertical or sloped cuts, benches, shields, support systems, or other systems providing the necessary
protection in accordance with OSHA Standards and Interpretat�ons, 29 CF'R Part � 926, Subpart P,
"�xcavations."
3. M�ASUR�M�NT
This Item will be measured by the fooi along the long axis of the trench where the depth of trench exceeds
5 ft. This measuremenf includes all requi�ed trench prot�cfion, including trench ends.
4. PAYM�N�
The work performed and materials fumished in accordance with fhis Item ar�d measured as provided under
°Measuremenf" wil] be paid for at the unit price bid for "Trench Excavation Protection." Th�s price is f�ll
compensation for excavation and backfll req�ired for excavatEon protection; furnishing, placing, and
removing shoring, sheeting, or bracing; de-watering or diversion of water; jacking and jack removal; and
equipment, labor, materials, tools, and incidentals.
Paymenf wil! 6e rnade under:
ltem 7X-4D2-4.1 Trench Excavafion Arotecfion — per Lump Sum
442
Page lntentianally Left Blan�C
42�
Iter�142'� ��=��
Texas
bydraulic ��m�nt �on�r�t� °��'"'e/'
of FransporlaNpn
1. d�SCRIPTION
Fumish hydraulic cemeni concrete #or concrefe pavements, concrete structures, and other concrete
construction.
2. MAi�RlA�S
U5e materials from prequalified sources listed on the Department web5ife. Prov[de coarse an� fine
aggregates from sources listed in the Department's Concrete Rated Source Qualify Catalog (CRSQC). Use
materials from non-listed so�rces only when tested and approved by the Engineer before use. Allow
30 calendar days for the Engineer to sample, test, and report results for non-lisied sources. Do not combine
approved material with unappraved material.
2.1. Cernent. Furnish cement conforming to DMS-4600, °Hydraulic Cement.°
2,2. Supplementary Cemeniing Materials (SCMj.
� Fly Ash. Furnish fly ash, ultra-fine fly ash (UFFA}, and modified Class F fly ash (MFFA) canforming to
DMS-4610, "Fly Ash."
� Slag Cement. Furnish Slag Cement conforming to DMS-4620, "Slag Cement."
Q 5ilica Fume. Furnish silica fume conforming to DMS-4630, "Silica Fume."
� Metakaolin. Furnish metakaolin conforming to DMS-463�, "Metakaolin."
2.3. Cementitiaus Material. Cer�entiiious maferiaEs are fhe cement and supplementary cemenling materials
used in concrete.
2.4. Chemical Admixtures. �urnish admixtures canforming to DMS-4640, "Chemical Admixtures for Concrete."
2,5. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious
substances. Water from municipal supplies approved by the iexas �e�artmenf of �iealth will not require
testing. Provide test reporfs showing compliance with Table 1 before use when using water from other
sources.
Water that is a blend of concrete wash water and other aceeptable water sources, certified by the concrele
producer as camplying with the requirements of both Table 1 and Table 2, may be used as mix water, Test
th� blendetl water weekly for 4 weeks for compfiance with Table 1 and Tabie 2 or provide previous test
results. Then tesf every month for compliance. Provide water test resulfs upon req�esf.
429
Ta6[e 1
Chamical I imilc fnr Mix Water
Contaminant Test Methad �aximum Concentration
m or m IL
Chloride (CI} ASTM C114
Prestressed concrete 500
Bridge decks & supersiructure 500
All ather concrete �,�Oa
5ulfate 504 ASTM C114 2,OOQ
Alkalies Na20 + U.658K20 ASTM C194 60D
Total salids ASiM C1603 50,OD0
7able 2
Acce tance Criferia for Questionable Wafer Su lies
Pro ert Test Method Limits
Com ressive stren th, min % control at 7 da s STA+I C31, ASTM C39'�2 9D
ime of set, deviation fram control, h:min. STM C4U3 Fram 1:U0 earl to 1:30 later
1. Base comparisons on fixed proportions and the same volume of tesf water compared to the control mix using 100%
potable water or distilfed water.
2. Base comparisons on sels cansisting of at leasi 2 standard specimens made from a composite semple.
Do not use mix water thaf has an adverse effect on the ai�-entraining agent, on any oti�er chemical
admixture, or on strength or time of set of tf�e concrete. Use mixing and curing water free of iron and other
impurities that may cause staining or discoloration when using white hydraulic cement.
2.6. Aggregate.
2.6.1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blasf
furnace slag, recycled crushed hydrau9ic cement concrete, crushed stone, or combinations wf�ich are free
from #rozen material and from injurious amounts of salt, alkali, vegetable maiter, or ather objecfionable
material, either free or as an adherent coating. Provide coarse aggregate of uniform quality throughout.
Provide coarse aggregate with the requirements listed in Tabie 3 unfess oEherwise shown on the pEsns.
Table 3
Coarse A re afe Re uirements
Ilescri iion Tesi Method Limit
ei ht of Cla Luat s, % Max p�25
ei hf af 5haie, % Max Tex-413-A 1.0
ei ht aF Laminate and Friable Particle, % Max 5.d
L.A. Abrasion Wear, % Max Tex-41Q-A 40
-C cle Ma nesium Sulfate Soundness,1�2 non-air-entrained concrete, % Max Tex-411-A 2'
-C cle �la nesium Sulfate So�ndness,'�3 air-entrained concrete, % Max 18
E.oss b Decantatio€�, % Max Tex-�Ofi-A �.5
1. Recycled crushed hydraulic cement concrete is not subject ta 5-cycle magnesium sulfate soundness requirei
2. Allowed when air-entrained concrete is used at the Contractar's option.
3. Only wh�n air-entrained concrete is required by #he plans.
Increase the loss by decantation limit to 3.0% for al� classes of concrete and 5.0% for Class A, B, and P if khe
material finer than the No. 200 sieve is determined to be at least 85°/a calcium carbonate in accordance wilh
Tex-406-A, Pari III, in the case of coarse aggregates made primarily frorr� crushing stone unless olherwise
shown on the plans. Provide test results upon request.
Provide coarse aggregate or combination of aggregates conforming to the gradafion requirements shown in
Table 4 when tested in accardance with Tex-401-A unless otherwise specified.
421
Table 4
Coarse A re ate Gradaiion Chart
Aggregaie Maximum Percent Passin on Each 5ieve
Grade Nominal 2_112� 2�� �_�12�� ��� 3I4" 1I2" 3I$" �t4 #8
No.� Size
1 2" 9U0 SU--100 50-85 2U�E0 0--10
2 1-1I2" 10D 95-10D 35-70 10�0 D-10
3 1_1I2" 10� 95-9UD 60-30 25�0 fl-10
4 57 9" 100 95-1dfl 25-64 0-10 0--5
5 67 314" 1Dfl 90--10D 20-55 0-10 0-5
g 7 ��p�� 100 90-3UD 4D-70 fl-15 0-5
7 3�g" i00 70-95 D-25
8 318" iDD 95-1fl0 20-65 0-10
1. Corresponding AS�M C33 gradatian shown in parentheses.
2.fi.2. Fine Aggregate. Provide fine aggregate cansisting of clean, hard, durable particles of natural, manufactured
sand, recycfed crushed f�ydraulic cement concrete, slag, lighiweight aggregate, or a combina#ion thereof.
Provide fine aggregate free from frozen materiai and from inj�rious amounts of salt, al[cali, vegetable matter,
or other objectionabie material.
Provide fine aggregates with the requirements in Table 5 unless otherwise shown on the plans.
Tahle 5
Fine A re ate Re uirements
Descri iian Test Method Limit
Wei hl af Cla Lum s, % Max Tex-413-A 0.5D
Or anic Im uriiies� Tex-4D8-A Color not darker ihan standard
Sand E uivalent 7ex-203-F 8U
Fineness Madulas Tex-4Q2-A 2.3 to 3.1
1, Only when air-entrained concrete is specified.
Provide fine aggregafe or cambinations of aggregates wnforming to the gradation requirements shown in
Tab[e 6 when tested in accordance with Tex-401-A unless otherwise specified.
Table 6
Fine A re ate Gradation Chart Grade 1
Sieve 5ize Percent Passin
318" 100
#� 95--100
#S Sfl--10D
#18 50-85
#30 25-65
#50 10-35�
#100 U-10
#2Dfl 0�2
1. 6-35 when sand equivalent value is
greater than 85.
2. fl-6 for manuiactured sand.
2.6.3, Intermediate Aggregate. Provide intermediate aggre�ate consisting of clean, hard, durable particles of
natu�af, manufactured sand, slag, recycled crushed hydraulic cement cancrete, lightweight aggregate, or a
combination thereof when optimized aggregafe gradation (OAG) concrete is specified or when used at the
Coniractor's option. Provide intermediate aggregate free from frozen maferial and injurious amoun#s of salt,
a9kali, vegetable matter, or other objectionable makerial.
Provide intermediate aggregate with the requirements in Table 7.
424
lntermediate
Table 7
Test Meihod I Limit
r Lum s, °/u Max i ex-�t i rn �.��
Wear,� °/o Max Tex-41D-A 4D
esium Sulfate Soundness,'���3 non-air-entrained concrete, % i�+lax Tex-�111-A 25
esium 5ulfate 5oundness,1�z•4 air-entrained concrefe, % Max ��
..:..�s Tex-408-A Color not darker lhan
Loss b �ecantation,� % Max Tex-406-A 9.5
1. Only applies to the partion retained on the No. 4 sieve, if more than 3D% of ihe intermediate aggregate is retaine�
on the l�o. 4 sieve.
2, Recycled crus�ed hydraulic cement concreie is not su�ject to 5-cycle magnesium sulfate soundness requirements.
3. Allowed when air-entrained concrete is used at the Contracto�s option.
4. Only when air-eRtrained concrete is required by lhe plans.
5. Only applies to the portion passing the 318 in. sieve, if more than 30% of ihe intermediale aggregate is passing t�e
318 in. sieve.
Far the par�ion retained on the No. 4 sieve, if more than 30°/a of the intermediate aggregate is retained on the
No. � sieve, and in the case of aggregates made primarily from cr�shing stone, unless otherwise shown on
#he plans, the loss by decanfation may be increased fo 3.0% for all ckasses nf concrete and 5.0°/a far Class A,
B, and P if khe maferial fner than lhe No. 200 sieve is determined ko be at least $5% calcium carbonate in
accordance with Tex-406-A, Part III. Provide test results upon request.
2.7, Mortar and Graut. Furnis� pre-packaged grouts conforming ko DMS-4675, "Cementitious Gtouts and
NEortars for Miscellaneaus Appfications," when specified for applicakions other than post-tension grouting.
Section 421.4.2.6., "Nfix Design Options," tloes not apply for mortar and grout.
2.8. Storage of Materials.
2.8.1. Cement and Supplementary Cementing fNaterials. Store all cer�ent and supplementary cementing
mater�als in weatherproof enclasures that will protect them from dampness or absorptian of moisfure.
When permitted, small quantifies of packaged cementitious material may be stored in the open, on a raised
plat�orm, and unde� waterproof covering for up to 48 hr.
2.8.2. Aggregates. �landle and store concrete aggregates in a manner that prevents contaminalion with foreign
materials. Clear and level the sites for tf�e stockpiles of all vegetation if the aggregates are stored on the
ground and do not use the bottom 6-in. layer of aggregate without cleaning the aggregate before use,
Maintain separate stockpiles and prevent intermixing when conditions require the use of 2 ar more grades of
coarse aggregates. Separafe the stockpiles using physical barriers where space is limifed. Sfore aggregates
irom different sources in differeni stockpiles unless the �ngineer authorizes pre-blending of fhe aggregates.
Minimixe segregation fn stockpiles. Remix and test stockpiles wnen segregatio� is apparent.
Sprinkle stockpiies to control maisture and temperature as necessary. Mainiain reasonably u�iform moisture
conkent in aggregate stockpiies.
2.8.3. Chemical Adrnixtures. 5tore admixtures in accordance with manufacturer's recommentlations and prevent
admixtures from freezing.
3. �Qu��m�N�
3.�, Concrete Plants and Mixing �quiprnent. Excepf for volumetric s#ationary plant or truck (auger) mixers,
each plant and truck mix�r must be currently ce�tified by the National Ready Mixed Concrete Association
(NRMGA) or have an inspection report signed antl seaied by a licensed professional engine�r showing
427
concrete measuring, mixing, and delivery equipment meefs all requirements of ASTM C94. A new
certiffcation or signed and sealed report is required every time a piant is moved. Plants with a licensed
professionaf engineer's inspection require re-inspection every 2 yr. Provide a copy of the certificatian or the
signed and sealed inspection report to fhe Er�gineer. Remave equipmeni ar facilities from se�vice until
corrected wf�en they fai! to meet specification re�uirements.
When allowed on the plans or by the Engineer, for concrete classes not identified as structural concreie in
iahie S or for Class C concrete not used for bridge-class structures, the Engineer may inspect and approve
all plants and krucks instead of the iVR�ICA or non-Departmen[ engineer-sealed certifications. The criteria
and fre�uency of Engineer approval of plants and trucks is the same used for NRMCA certification.
Inspect and furnish inspection repo�ts on the condition of blades and fins and their percent wear from the
original manufacturer's design for truck mixers and agitators annually. Repair mixing equipment exhibifing
10% or r�ore wear before use. If an inspection within 12 mo. is not practical, a 2-mo. grace period (for a
maximum of 14 mfl. between inspecfions) is permitted.
3.1.1. Scales. Cf�eck all scales befar� beginning of operations, after each move, or whenever their accuracy or
adequacy is qu�stioned, and at least once every 6 mo. Immediately correct deficiencies, a�d recalibrafe.
Provide a record of calibration showing scales in cor�pliance with ASTM C94 requirements. Check batching
accuracy of volumeiric wafer batching devices at least every 90 days. Check batching accuracy of chemical
admixture dispensing devices at least every 6 mo. Perform daily checks as necessary ko ensure measuring
accuracy.
3.1.2. Volumetric Mixers. Provi�e volumetric rrrixers with rating plates defining the capacity and the performance
of t�e mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent. Provide volumetric
mixers that comply with ASTM C685. Provide fest data showing mixers meet the uniformity test requirements
of Tex-472-A.
Unless allowed on the plans or by the �ngineer, volumetric #ruck (auger) mixers may not supply cfasses of
concrete identifie� as strt�ctural concrete in Table 8.
3.1.3. Agita#ars and Truck and Stafionary Mixers. Provide stationary and truck mixers capable of combining the
ingredients of the concrete into a thoroughly mixed arod uniform mass and capable of discharging the
concrete so at least 5 of the 6 requirements of Tex-472-A are met.
Perform cancrete uniformiiy fests on mixers or agifa#ors in accordance with Tex-472-A as directed, to resolve
issues of mix uniformity and mixer performance.
Perform the mixer or agitator uniformity test af the f�ll rate� capacity of the equipment. Remave all
equipment fhat fails the uniformity test from servic�.
Inspeci and maintain mixers and agitators. Keep them fre� of cancrete buildup, and repair or replace worn or
damaged blades or fins.
Ensure all mixers have a plate affixed showing manufaeturer's recommended operating speed and rated
capacity for mix[ng and agitating.
3.2. Hauling Equipment. Provide hauling equipmenf capable of maintaining the mixed concrete in a thoroughly
mixed and uniform �nass, and discharging the concrete with a safEsfactory degree of uniformity.
Provide equipment with smooth, mo�tar-tight metal confainers equipped with gates that prevent accidental
discharge of the concrete when using r�on-agitating equipment for trans�orting concr�te.
Maintain �aufng equipment clean and free of built-up concreie.
�29
3.3. Testing Equipment. Furnish and maintain the following in accordance with the pertinent test pracedure
unless otherwise shown on #he plans or specified:
� sieves necessary to perform aggregate gradation analysis when optimized aggregate gradation is
specified,
� equipment necessary to perfo�m Tex-415-A and 7ex-422-A,
� equipment necessary to perform Tex-4D9-A or Tex-425-A,
■ tesf molds,
■ curing facilifies,
■ maturity meters if used, and
■ wheefbarrow or oti�er container acceptable for the sampling of the concrete.
Provitle sfrength-testing equipment when required in accordance with the Confract-conirolling test unless
shown oiherwise.
4. con�s��ucTioN
4.1. Classificaiion of Concrete Mix �esigns. Provide classes of concrete meeting the requirements shown in
T�able 8.
A higher-strength class of concrete with equal or lower water-to-cementitious material {wlcm) rafio may be
substituted for the specified class of concreke when approved.
4.2. Nlix Design Proportioning. Furnish mix designs using ACI 211, Tex-470-A, or other approved procedures
for the classes o# concrete listed in Table 8 unless a design method is indicated on the plans, Perfarm mix
design proportioning by absolute volume method unless otherwise approved. Perforirr cement replacer�ent
using equivalent weight method unless otherwise approved.
Do not exceed the maximum wlcm ratio listed in Table 8 when designir�g the mixture.
4.2.1. Cernentitious Materials. Do not exeeed 700 Ib. of cementitious material per cubic yard of concrete unless
otherwise specified or appraved.
I� Use cement of the same type and fro�n the same source for monolithic placeme�ts.
■� Do not use supplementary cementing materials when white hydraulic cement is specified.
Table 8
Concrete Classes
aesign Max Coarse Cement M'x Exce tions to
Class of 5trength,1 wlcm Aggregate �esign � General Usage3
Concrete Types Mix Design Options
Min f� (psij Ratio Grades�'�' Oplians
When the cemenlitious material Curb, gutter, curb & gutler,
content does not exceed ��c. retards, sitlewalks,
520 Ib.lcu. yd., Class C fly ash drivewa s 6ack-a walls,
A 3,000 0.60 1�, $ �na be usetl instead of Class � y' p
I, II, Illl, � 2 4& Y anchors, non-reinforced drilled
1L, IP, 15, � fly ash. shafts
kT, V
Riprap, traffic signal conlroller
B 2,U00 4.60 2-7 foundations, small roadsitle
signs, and anchors
�rilled shafts, 6ridge
substruclure, bridge railing,
I,11, Illl, culverts excepi lop s[ab of
C6 3,600 0.45 1-6 IP, IS, 1-8 direcf tra�ic culverts,
IT,' V headwalls, wing walls, inlets,
manholes, concrete iraffic
barrier (cast-in-placeJ
�21
Class of Design Max Coarse Cement M�x ExcepEians to 5
Strength,' wlcm Aggregale Design GenerallJsage
Concrete 2�4 Types Mix �esign Oplians
Min f�{psi) Rafio Grades Optior�s
When the cementifious material Seal mncrete
I, II, [III, content does not exceed 520
E 3,000 Q.50 2� IL, IP, IS, Ib.lcu. yd., Class C 9y ash may
IT,' V be used insiead of Class F�y
1--8 ash.
I, ll, Vll, Railroad slructures;
F6 Note 8 0.45 2-5 IP, IS, occasionaf[y (or bridge piers,
IT,TV columns, or benis
Do not use Type III cement in precast concraie, post-lension
I, II, ]III, mass placement concrete. m��sg �caniinuedj
He No4e 8 0.45 3-6 III, IP,1S, 1-5 Up l0 20% of blended cement
, may be replaced with listed Concrete Classes
IT, V SCMs when 6pGon 4 is used far
recast concrela.
I, II, Ilil, Bridge slabs, lap slabs of direct
56 4,Q00 U.45 2-5 IP, !S, 1-8 traffic cu[verts, approach slabs
IT,7V
See When f�e cementitious mateRal Concrete pavement
Item 360, I, I[,1III, contenf daes nol exceed 520
P °Concrele 0.50 2-3 Il, lP,15, 1-8 Ib1cu. yd., Class C fly ash may
Pavement." IT, V be usetl instead of Class F fly
ash.
COB 4,604 0.4a 6 Bridge dec[c concrete overlay
I 11, Illl, �� Latex-modified concrete
LMC6 4,OOa 0.4a �� IP,15, oveday
IT? V Use a minimum cementitious Slurry displacemenl shafls,
SS6 3,600 0.45 4-6 material content of 658 Ib.lcu. underwater drilled shafls
d. of conc�ele.
I, II,171I, iJate 8
K6 Note 8 U.40 Note S III 1P, IS,
IT,' V
Mix design o�iions do not ap�ly. �oncrete pavement, concrete
HES Nate 8 0.45 Note 8 I IL, II, 700 ib. of cementitious material Qavement repair
I111, III per cubic yard limit does not
a I.
�laximum fly ash replacement
for Options 1 and 3 may be
increased to 45%.
°X°� f, II, Il11, Up lo 20°/a of a blended cement
{HPC) Note 11 �.45 Note 11 III IP,15, 1�, 8� g�ay be replaced with listed
s.s,m iT,7 V
SCMs for Opiion 4.
�o not use Option 8 for precast
concrete.
Do r�ol use Class C Fly Ash
Type III-MS may be used where
allowed.
Type I and Type III cemenls may
be used with Options 1-3, with a
�X�� I111, II, iP, maximum wlcm of 0.40.
(SRC) Nole 11 0.45 Note 11 IS, IT,' V�� '�` 7 Up ta 26°/0 of blended cement
s.s,�o
may be replaced with lisled
SCMs when Optian 4 is used #ar
precast concrete.
17o not use Option 7 for precasl
cpncrete.
421
�
3.
4.
5.
fi.
7.
$.
9.
10
11
l7esign strength must be attained within 56 days.
Do not use Grade 1 coarse aggregate except in massive foundations with 4 in. minimum clear s�acing between
reinforcing steel bars, unless otherwise permitted. �o �ot use Grade 9 aggregate in drilled shafts.
Use Grade 8 aggregafe in exiruded curbs unless otherwise approved.
Other grades of coarse aggregate maybe used in non-structural concrete classes when allowed by the Engineer.
Far information only.
5tructural concrete dasses.
bo not use Type IT cements containing > 5% limesfone.
As shown on the pfans or specified.
"X" denotes class of conerele shown on the plans or specified.
(HPC): High Performance Concrete, (5RC): S�Ifaie Resistant Concrete.
Same as class of concrete shown nn the plans.
�4.2,2. Aggregates. Ftecycled crushed hydraulic cement concrete may be used as a coarse or fine aggregate 9n
Class A, B, E, and P concrete, Limit re�ycled crushed concrete fine aggregate to a maximum of 20% of the
fine aggregate.
Use light-colored aggregates when whiie hydraulic cement is specified.
Use fine aggregate with an acid insofuble residue of at leas# 60°/a by weight when teste� in accordance with
Tex-612-J in all cancrete subject io tlirect traffic.
Use the fallowing equation to determine if the aggregate com�ination meets the acid insaluble residue
requirement when blending fine aggregate or using an intermediate aggregate:
{A, xPl}�-�Az x�z�}��Q XPa��60%
100
where:
A� = acid insoluble (%j of fine aggregate 1
RZ = acid insoluble (%) of �ine aggregate 2
A;a = acid insoluble (%) of intermedia#e aggregate passing the 318 in. sieve
P� _�ercent by weight of fine aggregate � o# the fine aggregate blend
Pz = percent by weight of fine aggregate 2 of tite fine aggregate blentl
P;a = percent by weight of intermediate aggregate passing the 318 in. sieve
A[ternatively to the above equation, blend fine aggregate with a micro-deval loss af less than 12%, when
tested in accordance wifh Tex-461-A, with at least 46% of a fine aggregate with an acid insoluble residue of
at least 60%.
4.2.3. Chemical Admixtures. Do not use Type C, Type E, Type F, or Type G admixtures in Class 5 btidge tleck
concrete. Do not use chemical admixtures containing caicium chloride in any concrete.
lfse a 30% calcium nitrite sofution when a cflrrosion-inhibiting admixture is required. Tha corrosion-inhibiting
admixt�re must be set neutral unless otherwise approved. Dose the admixture at the rate of gallons of
admixture per cubic yard of concrete shown on the plans.
4.2.4. Air Entrainment. Use an ap�roved air-entraining admixture when air-entrained concrete is specified, or
when an air-entraming admixfure is used a# the Contractor's aption, and do nat exceed the manufacturer's
recommended dosage. Ensure the minimum entrained air conter�f is at least 3.0% for all classes of conctete
except Class P when air-entrainetl co�crete is spe�ified, during trial batch, arwhen providing previous field
data. Class P concrete sha!! have 4% to 6% air content.
�21
4.2.5. 51ump. Provide concrete with a slump in accordance with Table 9 unless otherwise specifietl. When
apprnved, the slump of a given concrete mix may be increasetl above the values shown in Tabfe 9 using
chemical admi�ctures, providetl the admixture-treated concrete has fhe same or lower wafer-to-cementitiaus
maferial ratio and does not exhibik segregation or excessive bleeding. Requesi approva! fo exceed the slump
limits in Table 9 suf�iciently in advance for proper evaluation by t�e Engineer.
Perform job-control test[ng of slump in accordance with 5ection 421.4.8.3.1., "Job-Control Testing:'
Table 9
4.2.6, Mix Design Opiions.
4.2.6.i. Option 1. Replace 20°/a to 35% of the cementwith Class F fly ash,
4.2.6.2, Optian 2. Replac� 35% to 50°/a of the cement with slag cement or iNFFA.
4.2.6.3. Option 3. Replace 35% to 54% of the cement with a combmafion of Class F fly ash, slag cement, �IIFFA,
UFFA, metakaolin, or silica fume; however, no more than 35°/a may be fily ash, and no more than 90°/a may
be silica fume.
4.2.6.4. Option 4. Use Type [P, Ty�e IS, or Type iT cement as allowed in Table 5 for each class of concrete. Up to
10% of a Type IP, Type IS, or Type IT cement may be replaced wiih Class F fly ash, slag cement, or sifica
fume. Use no more than 10% silica #ume in the final cementitious material mixture if the Type IT cement
contains silica fume, and silica fume is used to replace the cement.
4.2.6.5. Op#ion 5. Replace 35% to 50% of ihe cement with a combination of Class C fly ash and at leasf 6% of silica
fume, UFFA, ar metakaolin. FEowever, no more ihan 35% may be Class C fly ash, and no more than 10%
may be silica fume,
4.2.6.6. Option 6. Use a lithium nitrate admixture at a minimum dosage determined by tesfEng conducted in
accordance wit� Tex-471-A. E3efore use of the mix, provide an annual certified tesf report signed and sealed
by a licensed professional engineer, from a laboratory on kE�e Qepartment's MPL, certified by the
Consfruction Division as bein� capable of testing according to Tex-471-A.
4,2.6.7. Optian 7. �nsure khe total alkali contribution from the cement in the concrete does not exceed 3.5 Ib. per
cubic yard of concrete when using hydraulic cement not containing SCNfs calculated as follows:
{lb. cement per cii. yd.� x�°/a Na20 eyuivalent in cement�
Ib. alkali per cu. yd. _
100
1. For informalion onfy.
2. Far fiber reinforced conaefe, perform slump before addition af fibers.
421
In the above calculation, use fhe maximum cement alkali content reported on the cement mill certificate.
4.2.6.8, Option 8. Perform annual testing as required for any deviations from Options 1-5 or use mix design options
]isted in Table 10. Labaratories performing ASTM Ci260, ASTM C1567, and ASTM C9293 testing must be
]isted on the Department's MPL. Sefnre use of fhe mix, provide a eertifted test report signed and sealed by a
licensed professional engineer demonstrating the proposed mixture aonforms to the requirements of
Table 10.
Provide a certifed test report signetl and seafed by a licensed professional engineer, when HPC is required,
and fess than 26% of the cement is replaced wifh SCMs, demonstrating ASTM C1202 test results indicate
the permeability of the concrete is less than i,50a coulombs tested immediately after either of the following
curing schedules:
■ Moisture cure specimens 56 days at 73�F.
� Moisture cure specimens 7 days at 73°F followed by 21 days ak 1 db�F.
Table 10
0 tian 8 7esiin and Mix Desi n Re uirements
.� A5T{N C'E260 Res�lt Testing Requiremenis for Mix Design Materials
°; Mix �esign Mix Design or Prescriptive Mix Design Options'
�' Fine Aggregate Coarse Aggregate
Delermine the dosage of SCMs needed tn limit ihe 14-day ex�ansion af
each aggregatez to 0.08% when tested individually in accordance with
A > 0.10°/a > 0.10% ASTM C1567; or
Use a minimum of 4Q% C[ass C f�y ash with a maximum Ca03 contenl
0� Z�J%.
Use a minimum of 40% Class C fly ash wit� a maximum Ca03 content
<_ 0.10% � 0.10% of 25%; or
g Use an terna wm�inaiion which re laces 35% fo 50% of cement.
o ASTM C1293 9 yr. Use a minimum of 20% of any Class C fly ash; or
<_ 0.10% Ex ansion s O.D4% Use an terna combination which re laces 35% to 50% of cement.
Determine the dosage of SCi�+ls needed to limit the 14-day expansion of
coarse and intermediate2 aggregate to O.D8% when tested individually
� s fl,ip% > p.i0% in accordance with AS7M C1567; or
Use a minimum of 40% Class C Fly ash with a maximum Ca03 content
of 25%.
Use a minimum of 40% Class C#ly ash wifh a maximum Ca03 cantent
> 0.10°/a s 0.10% of 25%; or
p lJse an tema combinatian which re kaces 35% to 50% of ceme�t.
o ASTM C12931 yr. Determine fhe dosage af SCMs needed to limit ihe 14-day expansion af
'�'���0 Ex ansion <_ Q04% fine a re ate to fl.UB% when tested in accordance with ASTM C1567.
1. Do not use Class C fly ash if the ASTM C1260 value of the fine, intermediate, or coarse aggregate is 0.30% or
greater, unless the Fly ash is used as pari of a lernary system.
2. lntermediate size aggregates will fall under the requirements of mix design caarse aggregate.
3. Average the Ca0 cantent from the previaus ten values as listed on the mill certificate.
4.2.7. Optimized Aggregate Gradation (OAG) Concrete. The gradation requirements in Table 3 and Table 4 do
not apply witen OAG concrete is specified or used by fhe Contractor un[ess olherwise shown on the plans.
Use Tex-47D-A to establish the optimized aggregate gradafion. Use at least 420 Ib. per cubic yard of
cementitious maierial when OAG concrete is used unless otherwise approved. Use a coarse aggregate with
a maximum nominal size of 1-�12 in. for Class P concrete. Use a caa�se aggregate for a11 other classes of
concrete with a maximum nominal size not largerthan:
r 115 the narrowast dimension between sides of forms, or
� 113 the depth of slabs, or
� 314 the minimum cEear spacing between individual reinforcing bars or wires, bundles af bars, individual
tendons, bundled tendons, ar ducts.
�z�
Make necessary adjustments ko individual aggregate stockpile proportions during OAG concrete production
wF�en the gradation deviates from the optimized gradation requirements.
4,2,8. Self-Consolidating Concrete (SCCj. Provide 5CC meeting the following requirements shown in Table 19
when approved far use in precast concrete. Use concrete with a slur�p flaw that can be placed wi#hout
vibration and will not segregate or excessively bleed.
Request approval to exceed fhe slump flow limits sufficieniiy in advance for proper evaluation by tF�e
�ngineer.
Tahie 11
M9x Desi n iie uiremcnts for SCG
Tests Test Meihod ACCE table Limits
Slum Flaw far Precast Concrete ASTM C1611 22 to 27'
T�o, sec AS�fM C1611 2 to 7
VSI Rafin ASTM C1611 0 or 1
Passin Abilit , in. ASTM C1621 � 2
Se re alion Column, % ASTM C16�0 � 1fl
Bleedin , % ASTM G232 � 2•�
1. These slump flow limits are generally acceptable for most applications. Nowever, slump
�low limiis may be atljusted during mix design appraval pracess and when approved by the
Engineer.
4.3. Concrete Trial Batches. Perform preliminary and Finai trial batches when required by the plans, or when
previous satisfactory field data is not availa6le. Submit previaus satisfactory iield data to the �ngineer
showing the proposed mix design canforms to specificafion requirements whe� trial batches are not required
and before concrete is placed.
Perform preliminary and final trial batches for all self-consolidating concrete mix designs.
4,3.1, Preliminary Trial Batches. Perform all necessary preEiminary trial batch testing when required, and provide
documentation including mix design, material proportions, and test results substantiating the mix design
conforms to specification requirements.
4.3.2. Final Trial batches. Make all final trial batches using the proposed ingredients in a mixer that is
representative of the mixers to be used an the job when required. Make the batch size at least 50% of the
mixer's rated capacity. Perform fresh concrete iesfs far air content and slump, and make, cure, and test
strength specimens for comp[iance wtth specificatio� requirements. Sest at least one set of design strength
specimens, consisting of 2 specimens per set, at 7-day, 28-day, and ai least one additional age unless
otherwise directed. Before placing, provide the Engineer the option of wifnessEng final trial batches, including
the testi�g of the concrete. ff not provided fhis option, ihe Engineer may require additional trial batches,
including testing, before the concrete is placed.
Conduci all testing listed in �'able 11 when performing trial batches for self-consofidating concrete. MaKe an
addifional mixture with 3°/a more water than the preliminary trial batch. Make necessary adjustments to the
mix design if this adtlitional mixture does not meet requirements of Table 11. Cast and eva�uate mock-ups for
precast concrete fhat are representative of the actual product as direcfed. Provide the Engineer the option of
witnessing final trial batches, incfuding the testing of the concrefe and the casting of the mock-ups before
placement. If nat provided this optifln, the Engineer may require additional trial batches, including tesfing and
mock-ups, befor� fhe concrete is placed.
EstabGsh 7-day compressive strength target values using the following formula for each Class A, B, and E
concrefe mix designs to b� used:
7- day avg. trial batch strength
Targek value = Minimum design strength x 28 _ day avg.trial batchstrength
421
Submit previous satisfactory field data, data fram a n�w krial batch, or other evidence showing the change
will not adversely affect the relevant properties of the concrete when changes are made to the type, brand, or
source of aggregates, cement, SCM, water, or chemical admixtures. Submit the data for appraval before
making changes to the mix design. A change in vendor does not necessarily constitufe a change in materials
or source, The Engineer may waive new tria! batches when there is a prior record ofi satisfactflry
performance with the ingredients. During concrete production, dosage changes of chemical admixtures used
in the trial batches will not tequire a re-evaluation of the r�ix design.
The Contractor has the aption of performing trial batches in conjunction with concrete placements except for
SCC mixtures, when new trial batches are requ�red during the course of fhe project. If fhe concrete fails to
meet any requirement, fhe �ngineer will determine acceptability and �ayment adjustments.
�stablish the strength—maturity relatianship in accordance wikh Tex-426-A when the maturity method is
specified or permitted. When using the maturity method, any changes in any of the ingredients, including
changes in proportians, will requi�e the developmen# of a new strength-�maturity relatianship for the mix.
4.3.3. Nlix Design of Record. Once a trial batch or previously satisfactory field data substantiakes fhe mix design,
the proportio�s and mixing methods used become the mix design of record. Do not exceed mix design water-
to-cementitious material ratio.
4.4. Production Testing.
4.4.1. Aggregate i111oisture Testing. Determine moisture content per Tex-409-A or Tex-425-A #or coarse,
inte�mediate, and fine aggregates at least twice a week, when there is an apparer�t change, or for new
shipments of aggregate. When aggregate hoppers or storage bins are equipped with properly mair�fained
elecfronic r�oisture pro�es for continuous moisture determinatior�, mois#u�e tests per Tex-409-A or
�ex-425-A are not required. Electronic moist�re probes, however, must be verified at least every 90 days
against Tex-409-A and be accurate to within 1.0°/a of the actual moisture cnntent.
When producing SCC, and when aggregate hoppers ar storage bins are not equipped witE� electric moisture
probes, detertnine the moisture content of the aggregates before producing the first concrete batch each day.
Thereafter, determine the moisture content every 4 hr. or when there is an apparent change while SCC is
being produced.
4.4.2. Aggregate Gradation Tesiing. f'e�form a sieve analysis in accordance with T�x-409-A on each stockpile
used in the bler�d at [east one day before �raducing OAG concrete when producir�g optimized aggregate
gradation concrete. Perform sieve analysis on each stockpile after every 10,OaD cubic yards of OAG
concrete produced. Provide sieve analysis data to the Engineer.
4.5. Measurement of Nlaterials.
�.5.1. Non-Volumetric Mixers. Measure aggregates hy weight. Carrect batch weight measurements for aggregate
moisture content. Measure mixing water, consisting of water added to the batch, ice added to the batch,
water occurring as surface moisture on lhe aggregafes, and water introduced in the form of admixtures, by
volume or weight. Measu�e ice by weight. Measure cement and supplementary cementing materials in a
happer and on a separafe scale from those used for nther r�aterials, Meas[are #he ce�nent first when
measuring the cumulative weight. Measure concrete chemical admixtures by weight or volume. Measure
batch materiais within the tolerances of �'able �2.
429
7able 12
Mix �esiqn Batching 7olerances-
Material
Cement, wt.
SCM, wt.
Cement + 5CM (cumulative weiqhinq}, wl.
Water. wt. or volume
Coarse aggregate, wt.
Fine + coarse aqqreq�
wt.
Mixers
-1 ta +3
_1 ta +3
_� to +3
}31
±2
+�
�ical admixtures, wf or volume I— _ }3
Aliowable deviation fram target weight not including water withheld or moisture in lhe
aggregate. The Engineer will verify the water-to-cementitious material raiio is within
spec+fied limifs.
Ensure the quantiiy measured, when measuring cementitious materials at less than 30% of scale capacity, is
accurate #a not less than the required amount and not more than 4% in excess. �nsure the cumulative
quantity, when measuring aggregates in a cumulative weigf� batcher at less than 30% of the scale capacity,
is measured accurate to ±0.3% of scale capacity or �3°/a of the requEred cumulative weight, whichever is
less.
Measure cemeni in numbet of bags under special circumstances when approved. Use the weights listed on
t�e packaging. Weighing bags af cement is not required. Ensure fractional bags are not used except for
small hand-mixed batches of approximatefy 5 cu. ft. or less and when an approved method of volumetric or
weight measurement is used.
4.5.2. Volumetric Mix�rs. Provid� an accurate r�ethod of ineasuring ali ingredients by volume, and calibrate
equipment to assure correct measurement of matarials within the s�ecified tolerances. Base taleranc�s on
volume—weight relatianship established by calibration, and measure the various ingredients within the
tolerances of Table 13. Correct bafch measure�nents for aggregate moisture content.
Table 13
nn�., no��nn Rar�hinn Tnlarances—Volumetric Mixers
Material Tulerance
Cement, wt. % fl to +4
SCM, wt. % U fo +4
Fine aqqreqate, wt. % }�
ares, wt. or volume % ±3
wt. or volume % ±�
4.6. Mixing and Deli�ering Concrete.
4.6.1. Mixing Concrete. Operate mixers antl agitatars wifhin the kimits of the rated capacily and speed of rotation
for mixing and agitation as designaked by the mar�ufacturer of the equipment. Provitle concr�te in a
thoroughly mixed and uniform mass with a satisfactory degree of uniformiiy wher� tested in accordance with
Tex-472-A.
Do not top-load new concrete onto returned concrete.
Adjust mixing times and batching operations as necessary when the concrete cor�tains sifica fume to ensure
the maferiaE is completely and uniformly dispersed in t�e mix. The dispersion of the silica fume within the mix
wil! be verified by the Construction Qivision, Materials and Pavements Sectifln, using cylinders made from
trial batches. Make necessary changes to the batching nperatians, if uniform dispersion is nof achieved, unti!
uniform and complete dispersion of the silica fume is achieved.
Mix cor�crete by hand methods or in a small motor-driven mixer when permitted, for small placements af less
than 2 cu. yd. �or such placements, proportion the mix by volume or weight.
421
4,6.2. Deli�ering Concrete. Defiver concrete to the project in a thoroughly mixed and uniform mass, and disc�arge
the concrete with a satisfactory degree of uniformity. Conduct testing in accordance with Tex-472-A when
there is a reason fo suspect the uniformiiy of concrete and as directed.
Maintain concrete delivery and placement rates sufficient to prevent cold joints.
Adding chemical admixtures or the portion of water wit�held is anly permifked at lhe jobsite, under the
supervision of ihe Engineer, to adjust fhe slump or slump ffow of the concrete. Do not add water or chemical
admixtures to the batch after more than an amount needed fo conduct slump testing �as been discharged.
Turn the drum or blades ai ieast 30 additional revolutions af mixing speed to ensure thorough and uniform
mixing of the concrete, When this water is added, do not exceed the approved mix design water-fo-
cementilious materia[ ratio.
Before unload�ng, furnish the delivery ticket for the batch of cancrete containing the information required on
Department form 596, "Concrete Batch Ticket.° T�e Engineer will verify all required information is provided
on the delivery tickets. The �ngineer may suspend concrete operations until the corrective actions are
implemented if delivery tickets da not provide fhe required information. The Engineer will verify the design
water-to-cementitious material ratio is not exceeded.
Begin the discharge of cancrete delivered in truck mixers within t�te times listed in Table 14. Concrete may
be discharged after these times provided the concrete temperature and slump meet the requirements listed
[n this ltem and other periinent Items. Perform these tests with certified iesting personnel per
Seckion 421.4.8.1., "Certification of Testing Personnel." Provide the Engineer the option of witnessing testing
of t�e concrete. 9f not provided this option, the Engineer may require additional iesting before fhe concrete is
piaced.
Tab[e 1A
Concrete Dischar e Times
Fresh Cancrete Max 7ime After Batching for Max Time After Batching for
Concrete Not Containing Concrete Containing
Temperature, °F �- Q g or D Admixfures, min. T e B or D Admixtures' min.
SO and ahove 45 75
75 5 T< 90 6Q 9�
T < 75 9D 120
1. Concrete must contain at ieast the minimum manufacturer's recommended dosage of
Type e or D admixture.
4.7. Placing, Finishing, and Curing Concrete. Place, finish, and cure concrete in accordance with the pertinent
Items.
4.8. Sampling and Testing of Concrete. Unless otherwise specified, a[l fresh and hardened concrete is subjecf
to testing as follows:
4.8.1. Certificafion of Testing Personnel. Contractor personnel performing festing must be either ACI-cetfified or
qualified by a Department-recognizetl equivalent written and performance testmg program for the tests being
performed. Personnel performing these tests are subjecf fo Department appraval. Use of a commercial
laboratory is permitted at the Confractor's option. All personnel performing testing using the maturity method
must be qualified by a training program recognized by the Departmeni before using t�is method on the job.
4,g,2, �resh Concrete. F'ravide safe access and assistance to the Engineer during sampling. Fresh concrete will
he sampled far kesting af the discharge end if using belt conveyors or pumps. When it is impractical #a
sample at the discharge end, a sample will be taken at the fime of tliseharge fror� tne delivery equipment and
correlation testing will be per#ormed and documented to ensure specification requirements are mek at the
discharge end.
4.8.3. Testing of �resh Concrete. Test for the fresh properties I�sked in Table 15,
421
Tabfe �5
Fresh Concrete Tests
Test Methods
Tem erature' i ex-f+��-H
AirConfent��2 iex-41�-A 7ex-416A orASTMC457
1, Job-conirol tesiing performed by ihe Coniractor.
2. Only required when air-entrained concrete is spec9fied on the plarts.
Concrete with a slump lower than the minimum placement slump in Table 9 after the addition of all water
withheid, or concrete exhibifing segregation and excessive bleeding will be rejected.
4.8.3.1. Job-Conirol Testing. Perform job-control testing as specified in Table 16 unless ofherwise specified.
Provide the Engineer the opportunity to witness the testing. The Engineer may require a retest if not given
the op�ortunity to witness. Immediately notify lhe Engi�eer of any r�onconformity issues. Furnish a capy of a11
test results to the �ngineer daily.
Table 16
Jab-Cor�trel Testin Fre uencies
Concrete Placements Fre uenc
Bridge �eck Place�nents 7esl the firsi few loads, then every fiD cu.
d. or {raction ihereof.
All Other Struc[ural Class Concrete Placemenfs One tes! every 60 cu. yd. or tractian
thereof er class er da .
One iest every 180 cu. yd. or fraction
Non-Struciurel Class Concrete Placements thereof.
Immediately resam�le and retest the cancrete slump w�en the concrete exceeds the slump range at tir�e of
placement. !f the concrete exceeds the slump range after the retest, and is used at the Contractor's option,
#he Engineer will make strength specimens as specified in Article �21.5., °Acceptance of Concrete."
4.8.3.2. Strength 5pecimen Handling. �emove specimens from their molds and deliver Department #est specimens
to curing facilities within 24 to 48 nr, after molding, in accordance with pertinent test pracetlures un[ess
otherwise shown on the plans or directed. C[ean and prepare malds for reuse if necessary.
�, ACC��iANC� 0� CONCR�i�
The En�ineer will sample and test the fresh and hardened concrete for acceptance. The test results wfll be
reported to the Conlracior and the conc��te supplier. Investigate the quali�y of the materials, the concrete
production operatinns, and other possible problem areas to determine ihe cause for any concrete thaf #ails to
meet the required strengths as outlined below. Take necessary actions to correct the problem ineluding
redesign of the conc�ete mix. The Engineer may suspend all concrefe operations under tE�e pertinent Items if
the Contractor is unable to identify, document, and correct the cause of the low strengti�s in a timely r�anner.
Resume concrete operations o�ly after obtaining approval for any proposed corrective actions. Concrete
failing to meef the required 5trength as outlinetl belaw will be evaluated using the procedures listed in
Article 421.6., "Measurement and Payment."
a.1. 5truc#ural Class of Concreie. For concrete classes identified as struclural concrete in Table 8, the
Engineer wi[I make and test 7-day and 28-day specimens. Acceptance wi[I be based on attaining the desigr�
strength given in Table 8.
5.2. Class P and Class HES. Ti�e Engineerwill base acceptance in accordance with ]tem 360, "Concrete
Pavement," and Item 361, "Repair of Concrete Pavement.°
5.3. All Other Classes of Concr�te. �or concr�te classes not identified as structural concrete in Table 8, the
Engineer will make and test 7-day specimens. The �ngineer will base acceptance on the 7-tlay target value
estabfished in accordance with Section 421.4.3., °Concrete Trial Batcf�es.°
421
�, M�ASUR�M�NT AND �AYM�N�
The worfc performed, materials fumished, equipmeni, labor, iools, and incidentals will not b� measured or
paid for directly but will be subsidiary to pertineni Items.
The following procedure will be used to evaluate cancrete where one or more project acceptance fest
specimens fail to meet the required design strength specified in this Item or on the plans:
■ The concreke for a given placement wifl be considered structurally adequate and accepted at full price if
the average af all test results far specimens made at the time af placement meets the required design
strength provided no single test result is less than 85% of ti�e required design strength.
� The Engineer will perform a structural review of the concrete to determine its adeq�acy to r�main in
service if the average of all test results for specimens made at the time af placement is less fha� the
required design sfrengih o� if any test results are less than 85% of the required design strength. If the i�-
situ concrete strength is needed for the structural review, take cores at locations designated by t�e
Engineer in accordance with Tex-42A-A. The Engineer will test the cores. The coring and testing will be
at the Contractor's ex�ense.
■� If all of the tested cores meet the required design strength, the concrete will be �aid for at full price.
� If any of fhe tesied cores do not meet the required design strength, but the average strength attained is
determined to be structurally adequate, the Engineer will determine the limits of the payment adjustment
using the following formula:
1z }
r�=BF �5.37��° I �-1�.69���J-532
J
where:
A= Amount to be paid per unit of ineasure for the eniire placemeni in question
Sa � Actual average strength from cyfinders or cores. Use values fram cores, if taken.
SS = Minimum required sfrengkh (specifed)
Bp = Unii 8id Price
� If the skructural review determines the concrete is not adequafe to remain in service, the Engineer will
determine the limits of ihe concrete to be removed.
f� The decision to rejeck structurafly inade�uate concrete or to apply the paym�nt adjustment factor wil] be
made no later fhan 56 days after placement.
440
It�m 440
�ein��rc�men� �or �on�r���
1. D�SCRI��ION
Furnish and place reinforcement of the type, size, and details shown on the plans.
�. MAi�RIALS
Use deformed s#eel bar reinforcement unless otherwise specified or allowed.
-J=�� �
� ��_
Deparfinent
ofTransportalron
2.1. Approved Mills. Before furnishing steel, producing mills of reinforcing steel for the Department must be pre-
approved in accnrdance with DMS-7320, "Qualification Procedure for Reinforcing Steel Producing Mills,° by
the Construction Division. The Departmeni's MPL has a list of approved producing mills. Reinforcing sfee!
obtained from unapproved sources will not be accepted.
Contact the Constructian Divisian wifh the name and location of the producing mill for stainless reinforcing
steel, low carbonlchromium reinforc3ng steel, or dual-coated reinforcing steel at least 4 weelcs befare
ordering any material.
2,2. Deformed Steel Bar Reinforcement. Provide deformed reinforcing steel conforming to one of the follawing:
�I ASTM A615, Grades 60, 75, or 80;
� ASTM A996, Type A, Grade 60;
■ ASTiN A996, Type R, Grade 6Q petmitted in concrete pavement only (Furnish ASTM A996, Type R
bars as straight bars only and do not bend fhem. Bend tests are not required.); or
■ ASTiN A706, Grades 60 or 80.
Provide the grade of reinforcing steel shown on the plans. Provide Grade fi0 if no gratle is shown.
The nominal size, area, and weight of reinforcing steel bars this Item covers are shown in Table 1.
7able 9
2,3. Srr►aoth Steel Bar Reinforcement. Provide smooih bars ior concrete pavement with a yield strength af at
least 60 ksi and meefing ASTM A�15. Provide steel conforming to ASTM A615 or meet fhe p�ysicai
requi�ements af ASTM A36 far smooth bars t�tat are larger than No. 3, Designate smoofh 6ars by size
number up to No. 4 and by diameter in inches above No. 4.
440
2.4. Spiral Reinforcement. Provide bars or wire far spiral reinforcement of the grade and minimum size or gauge
shown on the plans.
Provide smooth or deformed wire conforming to ASTM A1064. Provide bars conforming to ASTM A615;
ASTM A996, Type A; or ASTM A675, Grade SU, meeting dimensional requirements of ASTNf A615.
2.5. Weldable Fteinforcing Steel. Provide reiniorcing steel conforming fo ASTM A706 or with a maximurr� carbon
equivalenf (C.E.) of 0.55% if welding of reinforcing steel is required or desired. Provide a report showing the
percentages of elements necessary to establish C.E. for reinforcing steel that does nat meet ASTNf A706, in
order to be structurally welded. These requirements do not pertain to miscellaneous welds on reinforcing
steel as defined in 5ection 44$.�.2.1.1., °Miscellaneaus Welding Applications.°
Calculate C.E. using the foilowing formula:
%Mn %Cu °/aNi %CY %Mo °/vI�
C.E. _ %C+ + -1- �- — 50 — 10
6 40 20 ._1� —
Qo not weld stainless reinforcing sfeei without permission fram th� Engineer. F'rovide stainless reinforcing
steel suitab{e for welding, if required, and submit welding procedures and electrodes fo the Engineer for
approval.
2,6. Welded Wire Reinforcement. Provide welded wire reinforcement (WWR) conforming to ASTM A1064.
pbserve the rela#ions sE�own in Table 2 among size number, diameter in inches, and area when ordering
wire by size numkers, unless otherwise specified. Precede the size number for deformed wire with "D" and
#or smooth wire with "W."
Designate WWR as shawn in the following example: 6 x 12 — W16 X W8 (indicafing 6-in. fongitudinal wire
spacing and 12-in. transverse wire spacing with smooth No. 16 wire longitudinally and smooth No. 8 wire
transversely).
440
Ta61e 2
2.7. Epoxy Coafing. Provide epoxy coated reinforcing steel as shown on fhe plans. Before furnishing epoxy
coated reinforcing steel, an epoxy applicator must be pre-approved in accotdance with CIMS-7330,
"Qualifcation f'rocedure for Reinforcing Steel Epoxy Coating Applicators." The Department's MPL has a list
of approved applicators.
Use epoxy coating material and coating repair maferia] [hat complies wikh �MS-8130, °Epoxy Pawder
Coating far €teinforcing Steel." Patch no more than 114-in. total length in any foot at the appiicator's plant.
Maintain identification of all reinfarcing steel throughaut the coating a�d fabrication process and until delivery
to the project site.
Furn�sh 1 copy of a writte� certification verifyEng the coated refnforcing st�el meets the requirements af this
Item and 1 copy of the manufacfurer's contro! fests.
2.8. Mechanical Couplers. Use cou�lers of the type specified in DNIS-4510, "Mec�anical Couple�s far
Reinforcing Steel," Article 4510.5.A, "General Requirements" when mechanical splices in reinforcing sfeel
bars are shown on the plans.
square inch. Fractionai sizes between the sizes listed above are also available and acceptable
for use.
Fumish coat�d reinforcing steel meeting the requirements in Table 3.
Table 3
44D
Furnish only cauplers pre-qualified in accordance with DMS-4510, "Mechanical Couplers for Reinforcing
Steel." Ensure sleeve-wetlge fype couplers are not used on coated reinforcing. 5ampfe and test couplers for
use on individual projects in accordance with DNfS-4590, °Mecha�ical Co€�plers for Reinfarcing Steel."
Furnish couplers only at locations shown on the plans.
Furnish coupfers for stainless reinforcing stee! with the same afloy designation as the reinforcing steel.
2,9. Fihers. Suppiy f�bers conforming to QM5-4550 °Fibers for Co�crete° at the minimum dosage listed in the
DepartmenYs NfPL, when allowed by the plans. Use non-metallic fibers when shown on thepfans.
2.�p, Siainless Reinforcing Steel. Provide deformed steel bars of the types listed in Table 4 and canforming to
ASTM A955, Grade 60 or higher when stainless reinfiorcing steel is required on the plans.
Table �4
A�rpnta6le 7�nes of Deformed 5tain[ess Sfeel Bar
2,11. Low CarbonlGhromium Reinforcing Steel. Provide deformed steel bars conforming to ASiM A1035,
Grade 100 when !ow carbonlchromium reinforcing steel is required on the plans.
2.12. Dual-Coated Reinforcing Stael. Provide deformed bars conforming to ASTM A1055, Grade 66 ar higher
when dual-coated reinforcing steel is required on the plans.
2,13. Glass Fiber Reinforced Polyrner Bars (GFRP). Provide bars conforming to the AASHTO LRFD 8ridge
Design Guide Specifications ior G�RP-Reinforced Concrete Bridge Decks and Tra�c F2ailings, Section 4,
°iNaterial Specifications" when GFFtP bars are required on the plans. Provide sample certification
demonstrating the GFRP bar supplier has producetl bar if�at meets the N[aterial Specifications 2 mo. bafore
fabrication. Furnish certifEcation upon shipment that the G�RP bar supplied meets the Material
Specifications.
3, CONS�RUCTiON
3.1. Bending. Fabricate reinforcing steel bars as prescribed in the CRSI Manual of 5tandard Practice to the
shapes and dimensions shown on the plans. Fabricate in the shop if possible. Field-fabricate, if permii#ed,
using a method approved by the Engineer. Replace improperly fabricated, damaged, or broken bars at no
additional expense to the Department. Repair damaged or broken bars embedded in a pr�vious concrete
placement using a method approved by the Engineer.
Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter
(d), must be as shown in Table 5.
Tab[e 5
Minimum Ir�side Diameter of Bar Bends
Bend Bar Size Number {in.] Nin uiar
Bends of 9U° and greater in stirrups, ties, 3, 4, 5 4a
and other secondary bars lhat enclose 6 � g 6d
another bar in ihe bend ._ „,
Bends in main bars and in secondary
bars not covered above
Bend-test represeniative specimens as described for smaller bars in fhe applicable ASTM specification
where bending No. 14 or No. 1 S Grade 60 bars is required. Make the required 90° bentl around a pin with a
diamefer of 10 times the nominal diameter of the bar.
Bend stainless reinforcing steeE in accordance wifh ASTNf A955.
3.2, Talerances. Fabrication tolerance5 for bars are shown in Figure 1.
440
�
±2" From end of bar fa any bend
� � � � � d � � �
�
+1/2"
+0, -1/4" if G" vr lQ�s
+0, -1/2" if aY�r 6"
±i/2„
t1/2'.
Spirul or Stierup or T�e
Circular `�ie
Figure 7
Fabricaiion 7olerances for Bars
N
�
�--
+I
3,3. Storage. Store reinforcement above the ground on plafforms, skids, or other supports, and profect it from
tlamage and deteriorafior�. Et�sure reinforcemenf is free from dirt, painf, grease, oil, and other foreign
materials when it is placed in the work. Use reinforcement tree from defects such as cracks and
delaminations. Rust, surface seams, surface irregularities, or mill scale will not be cause for rej�ction i# khe
minimum crass-sectional area of a hand wire-brushed specimen meets fhe requiremenfs for the size of steel
specified.
Do not allow stair�less reinforcing steel to be in direct con#acf with uncoafed reinforcing steel, nor with
galvanized reinforcing steel. This does not apply to stainless steel wires and kies, 5tore stainless reinforcing
steel separately, off the ground on wooden supports.
3.�4. 5plices, L'ap-splice, weld-splice, or mechanically splice bars as shown on the plans. Additional splic�s nok
shown on #he plans wifl require ap�raval. Splices not shawn on the plans will be permiffed in slabs no more
than 15 in. irt thickness, columns, walls, and parapets.
� Do not splice bars iess than 30 ft. in plan length unless otherwise approved. �or bars exceeding 30 ft. in
plan length, fhe distance center-to-center of splices must 6e at feast 30 fi. minus 1 splice ]ength, with no
more than 1 individual bar length less than 10 ft. iNake lap splices not shown on the plans, but otherwise
aaa
permitted, in accordance with Table 6. Maintain lhe specified concrete cover and spacing at splices, and
place the lap-spliced bars in contact, securely tied together,
Table fi
� Do not lap No. 14 or No. 18 bars.
� Lap spiral steel at least 1 turn.
■ Splice WWR using a lap length that includes the overlap of at feast 2 cross wires plus 2 in. on each
sheet or roll. Splices using bars that develop equivalent strength and are lapped in accardance with
�able 6 are permitted.
� Lap the existing fongitudinal bars with t�e new bars as shov�n in Table 6 for box culvert extensions with
less than 1 ft. of filL Lap at least 9�k. 0 in. fior exter�sions with more than 1 ft. af fill.
� Enst�re weld�d splices conform to the requirements of the plans and of Item 448, "Structural Field
Welding." �ield-prepare ends of reinforcing bars if they will be butt welded. Defivered bars must be long
enough to permit weld preparation,
� lnstal� mechanical coupling devices in accortlance with the manufacturer's recommendations at
lacations shown on the plans. Protect threaded male or female connections, and ensure the threaded
connectians are clean when making the connection. Do not repair damaged threads.
� Mechanicak cou�ler alternate equ�valent strength arrangements, ko be accomplished by substituting
larger bar sizes or more bars, w91f be considered if approved in writing before fabrication of the systems.
3.5. Placing. Place reinforcement as near a5 possible to the position shown on fhe plans. Do not vary bars from
plan placement by more than �1�2 of the spacing between bars in fhe plane of the bar parallel to the nearest
surface of concrete. Do nof vary k�ars from plan placemen# by more than 914 in in the piane af the bar
perp�ndicular to the nearest surface of concrete. Provide a minimum 1-in. clear cover of concrete to the
nearest surfiace of bar unless otherwise shawn on tha plans.
For bridge slabs, the clear cover kolerance far the top mat of reinforcement is —0, +1I2 in.
Locate the reinforcemerot accurately in the forms, and hold it firmly in place before and during concrete
placement by means of bar supports that are adequate in sfrengfh and number to prevent displacement and
keep the reinforcement at the proper distance from the forms. Provitle bar supports in accortlance with the
CRSI Manual of Standard Practice, Use Ciass 1 suppo�fs, approved plastic bar supports, precast mortar, or
cancrete blacks wF�en suppor�s are in contact wit� removable or stay-in-place forms. Use Class 3 supports in
siab overlays on concrete panels or on exisEing concrete slabs, Bar supports in cantact with soil or subgrade
must be approved.
lJse Class 1A supports with epoxy coated reinfarc�ng steel. Provide epoxy or plastic coated 1ie wires and
clips for use with epoxy coated reinfo�cing steel.
Use mortar or concrete with a minimur� compressive strength of S,OOD psi for precast bar supports. Provide
a suitable tie wire in each bloclt for anchoring to the bar.
Place individual bar supports in rows at 4-ft. maximur� spacing in each direction. f'lace continuous lype bar
supports ai 4-ft. maximum spacing. Use continuous bar supporfs wiih per�rianent metal deck forrrEs.
44D
The exposure of the ends of longitudinals, stirrups, and spacers us�d to position the reinforcement in
concrete pipe and storm drains is not cause for rejection.
Tie reinforcemer�t for bridge sfabs and #op slabs of direct traf�c culve�fs at all intersections, excepf tie only
alternate intersections wf�ere spacing is less than 1�t. in each direction. Tie the bars at ertough intersecfions
to provide a rigEd cage of reinforcement for reinforcemenl cages for ather structural members. Fasten mats of
WWR s�curely at the ends and edges.
Clean mortar, mud, dirt, debris, oil, and other foreign material from the reinforcement before concrete
placement. C}o nok place concrete until authorized.
5top placament unti[ corrective measures are taken if reinforcemenf is noi adequately supported ar tied to
res�si settlement, reinforcement is floating upward, truss bars are overturning, ar movement is detected in
any direction during concrete placement.
3.6. Handling, Placing, and Repairing Epoxy Coaied Rein#orcing Steel.
3.6.1. Handling. Provide systems for handling coated reinforcing steel with padded contact areas. Pad bundling
bands or use suitable banding to prevent damage ta the coating. l,ift bundles of coafed reinforcement with a
strongback, spreader bar, multiple suppo�ts, or a platform bridge. Transport the bundled reinfarcement
carefully, and store i# on proteckive cribbing. Do not drop or drag the coated reinforcement.
3.6.2. Placing. Do not flame-cut caated reinforcement. 5aw or shear-cuf only when a�proved. Coat cut ends as
specified'tn Section �440.3.6.3., "Repairing Coating."
Do not weld or mechanicaily couple coated reinforcing steel except where specifically shown on tf�e plans.
Remove the epoxy coating at I�ast 6 in. beyond the weltl limits before welding and 2 in. beyond the limits of
the coupler befare assembfy. Clean the steel of oil, grease, moisture, dirt, welding contamination (slag or
acid residue), and rust to a near-w�ite finish after weiding or coupling. Check the existing epoxy for damage.
Remove any damaged or loose epoxy back to sound epoxy coafing.
Coat the splice area after cleaning wit� epoxy repair material to a thickness of 7 to 17 mils after curing. Apply
a second application of repair material to the bar and coupler interface to ensure complete sealing of fhe
joint.
3.6.3. Repairing Coating. Use material thak complies with the requirements of this [tem and ASTM D3963 for
repairing of the coating. Make repairs in accordance with procedures tecomme�ded by the manufacturer af
the epoxy coating powder. Apply at least khe same coating fhickness as required for the original coating for
areas to be patched. Repair afl visible damage to the caating.
Repair sawed and sheared ends, cuts, breaks, and ather damage promptly before additional oxidation
occurs. Clean areas to be repaired to ensure they are free from surface contaminants. Make repairs in the
shop or fieltl as required.
3.7. Handling and Placing 5tainEess Reinforcing 5teel. Hantlle, cut, and place stainl�ss reinforcing sfee! bar
using kools t�at are not used o� carbon steel. po not use carbnn steel tools, c�ains, slings, etc. when
handling stainless steel. lfse only nylon or polypropylene s�ings. Cui stainless steel reinforcing using shears,
saws, abrasiva cutoff wheefs, or torches. Remove any thermal oxidatian using pickling paste. Da not fiefd
bend skainless steel reinforcing without approval.
Use 16 gauge fully annealed stainfess steel tie wire conformi�g to the material properties listed in
Section 440.2.10,, "Stainless Rei�forcing Stee1.° Suppo�t all stainless reinforcing steel on solid plastic,
sfainless sfee{, ar epoxy coated steel chairs. Do not use uncoated carbon steel chairs in eontact with
stainless reinforcing steel.
570
440
3.8. Bending, Handling, Repairing, and Placing GFRP Bars. Fabricate, handle, repair, and place G�RP bars
in accordance with the AASHiO LRFD Bridge Dasign Guide Specifications for GFRP-Reinforced Conc�ete
Sridge D�cks ar�d Traffic Railings, Section 5, Construction Specifications.
4. M�ASUR�M�NT AN� �AYMFNY
The work performed, materials iurnished, equipment, labor, toals, and incidentals will not be measured or
paitl for dir�ctly but will be cansidered subsidiary to pertinent Items.
464
���� �6�
R�ein��rced ��ncr��e Pipe
1. D�SCRI��ION
�
�
re�ss
Departmant
of7ranspo�tatlan
Furnish and install reinforced concrete pipe, materials �or precast concrete pipe culverts, or precast conerete
storm drain mains, lat�rals, stubs, and inletleads.
MATE�IALS
2.1. Fabricatian. �abricatian plants must be approved by the Cons#ruction Division in accnrtlance witE�
DMS-731 D, "Reinforced Concrete Pipe and Machine-Made Precast Cancrete Box Culvert Fabricalion and
Plant Qualificaiion," before furnishing precast reinforced concrete pipe far Department projects. The
Department's MPL has a list of appraved reinforced concrete pipepfants.
Furnish material and fabricate reinforced concrete pipe i� accordance witF� DiNS-7390, "Reinfnrced Cancrefe
Pipe and Machine-Made F'�ecast Concrefe Box Culvart �abrication and Plant Qt�alification.°
2.2. Qesign.
2.2.1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance with
ASTM C5D6 and the dimensions shown in Tab[e 2. Furnish horizontal elliptical pipe in accordance with
ASTM C507 and fhe dimensions shown in Table 3. For arc� pipe and horizontal elliptical pipe the mmimum
height af cover required is 9�#.
Table 1
Circular Pipe
ASTM C76 8� ASTM C655
Class d-Load
l S00
II 1,Oa0
Ill 1,350
IV 2,OD0
V 3,00�
Tablc 2
Arch Pin
Size
1
2
4
5
6
7
8
9
1D
Equivalent
Dia►neter in
i$
21
24
30
36
42
48
54
SO
72
Rise
in.
13-112
15-112
i8
22-112
26-518
31-5I16
36
4D
45
54
Span
in.
22
26
28-1I2
36-114
43-314
51-1I8
58-112
65
73
88
464
17esign
5ize
5
6
7
8
9
10
Table 9
Horizontal Elli tical Pi e
Equivalent Rise
iameter in. in.
18 14
24 �g
27 22
3Q 24
33 27
36 29
39 32
42 34
48 38
54 43
Span
in.
23
30
34
38
42
45
49
53
60
2,2.2. Jacking, Boring, or iunneling. Design pipe forjacking, boring, or tunneling considering the specific
installation conditions such as the soi! conditions, installalion methods, anticipated deflection angles, and
jacking stresses. Pravide design notes and drawings signed and sealed by a Texas licensed professional
engineer when requested.
2.3.
2.4.
2.5.
2.6.
2.7.
�.�
�7:�
Marking. Fumish each section of reinforced concrete pipe marked with the follawing information specified in
DMS-7310, "Reinforced Concrete Pipe antl Nfachine-Made Precasf Concrete Box Culvert Fabrication and
�lant Q�aalification."
� class or D-load of pipe,
� ASTM designation,
� date of manufacture,
� pipe size,
o name or trademark of fabricator and plant location,
� designated fabricator's approval stamp,
a pipe to be used for jacking and boring (when applieablej, and
o designation °SR" for pipe meeting sulfate-resistant concrete plan requirements (when applicable).
Glearly mark 1 end of each section during the process of manufacture or �mmediafe[y thereafter for pipe wifh
elliptical reinforcement. Mark the pipe on fhe inside and outside of opposite walls ta show ff�e location of fhe
top or bottom of the pipe as it should be installed unless tf�e external shap� of the pipe is such that the
correct positfon of the top and bottom is obvious. Mark the pipe section by indenting or painting with
waterproof paint.
Inspection. Provide access for inspection of the finished pipe at the projecf sife before and during
installation.
Causes for Rejection. Individual section of pipe may be rejected for any of the conditions stated in the
Annex of DMS-7314, "Reinforced Concrete Pipe and iNachine-Made Precast Concrete Box Culvert
Fabrication and PlantQualification."
Repairs. Malce repairs if necessary as stated in tha Annex of DMS-7310, "Reinforced Concrete Pipe and
Mac�ine-Made Precast Concrete Box Culvert Fabrication and P]antQualificatinn."
Jointing Materials. Use aa� only rubber gaskets or pre-formed flexible joint sealants a#�#ae�'eNe�r+��-
�►ater�al� for the making of joints unless otherwis� shown on the �lans. Furnish a manufacturer's
certificate of compliance for all jflinting materials except mortar.
...,�,
��
� �
464
. �
,
Ta�ln A
2.7.3. Rubber Gaskets. Provide gaskets that conform to ASTM C1619 Class A or C. Meet the requirements of
ASTM C443 for design of the pipe joints and permissible variations in dimensions.
2.7.4, Pre-Formed Flexihie ,loint SeaEants. Pre-formed flexible joint sealanfs may be used for sealing joints of
tongue-and-groove concrete pipe. Provide flexible jaint sealants that meet the requiremenfs of ASTM C990.
Use flexible jainf sealan#s that do not depend on oxidizing, evaparating, or chemical action far its adhesive or
whesive strength. Supply in extruded rope form of suitable cross-sectinn. Provide a size of the pre-formed
flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly
sesl the joint. Protect flexible joint sealants with a suitable wrapper able to maintain the inEegrity af the
joinEing material when the wrapper isremoved,
3. co�usr�uc�ioN
3.1. Exca�afion, 5haping, gedding, and BackfifL Excavate, shape, bed, and backfiEl in accordance with
Item 400, "Excavation and Backfill for SEructures,° exceptwhere jacking, boring, or tunnefing methodsare
permitted. Jack, bore, or tunnel the pipe in accordance with Ifem 476, "Jacking, Boring, or Tunt�eling Pipe or
Sox." Immediate backfilling is permifted if jaints consist o4 materials other than mortar. Take special
precautions in placing and cor�pac#ing the backfill fo avaid any movement of the pipe or damage to the
join#s. Do not use heavy earth-moving equipme�t to haul over the structure unfil a minimum of 4 ft. of
permanent or temporary compacEed fili has been placed over #he s#ructure unless ofherwise shown on ti�e
pfans or permitted in writing. Remove and replace pipe damaged by #ite Contractor at no expense to the
Department.
3.2. Laying Pipe. Start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing
downstreairr, and proceed toward the inlef end wifh the abutting sections properfy matched, true ta the
established lines and grades unless otherwise authorized. Fit, match, and lay the pipe io form a smQoth,
�niform conduit. Cuf cross trenches in the ioundation to allow the barrel of the pipe to rest firmly upon the
bedding where bell-and-spigol pipe is used. Cut cross trenches no more than 2 in. iarger than the bell ends
of the pipe. Lower sections of pipe into the french withaut damaging lh� pipe or disturbing the bedding and
, the sides of the trench. Carefully cfean fhe ends af the pipe before the pipe is placed. Prevent t�a earth or
bedding material from enEering fhe pipe as it is laid. L.ay tt�e pipe in the trench, when ellipfical pipe wifh
circular reinforcing or circular pipe with elliptical reinforcing is used, so the markings fnr the top or bottom are
not more than 5° from the vertical �lane through the longitudinal axis of the pipe. Remove and re-]ay, without
extra compensa#ion, pipe that is not in alignment or shows excessive settlemeni after laying.
Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrefs parallel. Use the
clear distances between outer surfaces of adjacent pipes shown in Table 5 unless olherwise shown on the
pla�s. Use the equivalent diameter from Table 2 or Table 3 for arch pipe or horizantal elliptica! pipe to
determine the clear distance requirement in TableS.
�64
7able 5
Minimurn Clear Distance betwee
auivalent Diameier Min Ciear
'f8 in. � in.
24 in. � 1 in.
30 in. 1 ft.1 in.
36 in. 1 ft. 3 in.
42 in. 1 ft. 5 in.
48 in. 1 ft. 7 in.
54 in. � ft.1 i in.
io 84 in. 2 ft.
3,3. Joinking. Make availab{e an appropriate rolling device simifar to an automobile mechanic's °creepet"for
conveyance through small-sixe pipe structures.
3.3.1. Joints Sealed w�ih Hydraulic Cement {Nortar. Use Type 5 morfar meeting the requirementsof
ASTM C270. Clean and wet the pipe ends before malcing the yoint. Plaster the lower ha�f of the bel� or groove
and the upper half of the tangue or spigot with marfar. Pack mortar into the jnint from both inside and outside
the pipe afterthe pipes are tightlyjointed. Finish the inside smoath and flush with atljacentjoinfs of pipe.
Form a bead of semicircular cross-section over tongue-and-groove joinis outside the pipe, extending at least
1 in. on each side of the joint. �orm the morfar for bell-and-spigot joints to a 45� fillet between fhe oufer edg�
of the bell and fhe spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill
has been completed, whichever comes first. I��ace �ill or backfiEl once the mortar jointing maferial has curad
for at least 6 hr. Conduct jainting only when the atmospheric temperature is above 40°F. Protect martared
joints against freezing by backfilling or other approved met�ods for at least 24 hr.
Driveway culverts do not require mortar banding on the outsitle of the �ipe.
Furnish pipes, with approval, that are large enaugh for a person to enter with fhe groove between 112 in. and
3I4 i�. longer than the tongue. Such pipe may be laid and backfilled without mottar joints. Clean the space on
the interior of the pipe between the end of the tongue and the groove of alf foreign material, fhoroughly wet
and fifl with mortar around the entire circut�ference of the pipe, and finish flus� a�ter the backfilling has been
campleted.
3.3.2. Joints Using Coid-Applied, Plastic Asphalt Sewer Joint Compound. Ensure both ends of the pipes are
clean and dry. Trowel or otherwise place a 1I2—in. thick layer of the compound in the groove end of the pipe
covering at least 213 of the joint face around the entire circumference. Shove home the fongue end of the
n�xt pipe with enough �ressure to malce a tight joint. Remove any excess mastic projecting into the pipe after
the joint is made. Backfill after fhe joint has been inspected andapproved.
3.3.3. Joints Using Rubber Gaskets. Make the joint assembly accordir�g to the recommendatinns of th� gasket
manufacturer. Make joints watertight wnen using rubber gaskets. Backfill after the joint has been inspected
and ap�raved.
3.3.4. Jnints l�sing Pre-Fortned Ffexihle Joint 5ealants. Install pre-formed flexiblejoint sealants in accordance
with 1he manufiacturer's recomme,ndations. f'lace the joint sealer so no dirt or ofhet deleterious materials
come in contact with the joink sealing material. Pull or push home the pipe with enough force to properly seal
the joint. Remove any �oint material pushed oui into the interior of the pipe tf�at would tend ko obstruct the
flow. Store pre-formed �lexible joint sealants in an area warmed naturally or artificially to above 7D°F in an
a�proved manner when fhe atmospheric temperature is below 60�F_ Apply tlexible joint sealants to pipe
joints immediately before placing �ipe in trench, and connect pipe to previously laid pipe. Backfill after the
joint has been inspected and approvetl.
3.4. Connections and Stuh Ends. Make connections of eoncrete pipe to exisfing pipes, pipe storm drains, or
storin drain appurtenances as shown on theplans.
Mortar or concrete the bottom of existing structures if necessary to eliminate any drai�age pockets created
by the connections. Repair any damage ta the existing structure resulting from making the connections.
46�
4.
Make connections between concrete pi�e and corrugated metal pipe with a suitable concrete co[lar and a
minimum fhickness of 4 in. unless otherwise shown on the plans.
Finish st�b ends fot connections ko future work not shawn on the plans by installing watertight plugs into fhe
free end of the pipe.
€a# lift holes rn a!! placed reinforced concrete pipes are prohrbited. ' , ,
F rro aHor ih n ic in nl�r�
p,ag�-v,�r��-�� p;^p.. �...., r........
M�ASUR�M€N�'
struc ures are inc u p p�
measurement, but no ofher portion of the structute length or width will be included.
This Ifem will �e measured by the foot. Measurement will be rt�ade between the ends of the pipe barrel along
the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with
Item 467, "Safefy �nd Treatment.° Pipe that will b� jacked, bored, or tunneled will be measured in
accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or
new connecting pipe wili be made from the intersection of the flow fine with the outside surface of the pipe
into which it connects. Where inlets, headwal{s, catch basins, man�nles, junction chambers, or other
t ' I tled in lines of i e the length of pipe tying into the structure wall will be includad for
For multiple pipes, the measured lenglh will be the sum of the lengths of t�e barrels.
,
� ! ■ 4. ��- ' - -
�. �AYM�N 1
The work performed and materials furnished in accordanee with this Item and measured as �rovided under
"Measurement" will be paid for at the unit price bid far "Reinforced Concrete Pipe," "Reinforced Conc�ete
Pipe (Arch)," ar "Reinforced Concrete Pipe (ElEiptical)" of the size and D-load specified or of the size and
class specified. This price is full compensation for constructing, furnishing, fransparting, placing, and joining
pipes; shaping the bed; cutting pipes on skew or slope; connecfing to new or �xisting structures; breaking
back, removing, and disposing of portions of the existing structure; replacing portEons of the existing
structure; c�fting pipe ends on skew or slope; and equipment, labor, tools, and incidentals.
Protection methods for excavalions greater tha� 5 ft. tleep will be measured and paid for as required under
Item 402, "Trench Excavation �rotec#ion," or ltem 403, °Temporary Special Shoring°. Rock excavafron wi!!
be measured and paid for as required under Item SS-152-4.2 14ock �xcavafion" �xcavation, shaping,
bedding, and backfill will be considered subsidrary to the pertinent item wifhin fhis speciircatron. �ai�-fe�-i�
. ,
. ,
� .
Payment wil! be made under.�
Ifem TX-464-5, 9
ltem TX-464-5.2
ltem TX-464-b.3
Lrnear Faot
ltem TX-484-5.4
Linear Foot
Reinforced Concrefe Pipe, 98'; C1ass 111— per I.inear �oot
Reinforced Concrefe Pipe, 24", Class 11I — per Lrnear Foot
2— 15" Reinforced Concrete Pipe, Class III, Concrete �ncased -- per
38" Reinforced Concrete Prpe, Class !!!, Concrete Encased — per
464
Page Intentionally Left Blank
I$�r� 4�7
Sa���� �nd irea$men�
1. D�SCRIPYfON
=�--� �
TeXas
Oepartment
of iransporfafFon
Furnish, construct, and insfa{I safety end treatments for drainage structures, or insfall or replace pipe runners
or pipe runner assembiies on existing drainage structures.
2, MA��RfAL5
2,1. General. Furnish materials in accordance with the foflow'tng.
� Item 420, "Concrete Substrucfures,"
� {tem 421, "Hydraulic Cement Cancrete,"
� Ikem 432, "Riprap,"
r� ltem �440, "Reinforcement for Concrete,"
� Item 442, "Metal fiar Structures,"
� Item 445, "Galvanizing,"
o Item 460, "Corrugated Mefal Pipa," and
� ltem 464, "Reinforced Concrete Pipe."
Use Class C concrete for cast-in-place and precast concrete u�iis unless othernrise shown on the plans.
�urnish casf-in-place or precast safety end treatments unless otherwise shown on the plans. Furnish Class B
concrete for concrete riprap unless otherwise shawn on the pkans. Provide galvanized steel for prefabricated
metal end seckions in accartlance with Item 460, "Corrugated Mekal Pipe."
Furnish pipe runners in accordance with khe folfowing:
■ ASTM A1085;
■ ASTM A53, Type � or 5, Grade B;
� ASTM A50D, Grade B; or
In API 5L, Grade X42.
Furnisl� plates and angles in accordance with AS�M A36. Furnish nuts antl bolts in accordance with
ASTM A307. Galvanize pipes, plafes, angles, nuts, and bolts in accordance with Item 445, "Galvanizing.°
2.2. Fabrication. Fabricate casi-in-place concrete units and precast units in accordance with Item 426, "Concrete
Substructur�s." Provide either prefabricated metal end sections or miiered CMP when specified far the pipe
structure unless otherwise shown on the plans.
Provide one af the following when rei�farced concrete pipe (RCC') is specified for the pipe structure, unless
otherw�se shown on the plans:
� mikered RCP or �
■1 precast safety end treatment (SET) units. Provide riprap only if fhe plans spec�fically require it for this
alternative.
2,2,1, SET Types.
2.2,1,1, Type �. Provide Type I 5ET consisting of reinforced concrete headwafls or wingwalls and pipe runners in
accordance with the details shown on the plans when requiretl.
2,2,1,2. 7ype Il. F'rovide Type II S�T in accordance with the details shown on the plans consisting of the follow9ng:
� CMP or RCP mitered to khe proper slope, concrefe riprap and pipe runners, when requEred;
■ prefabricated metal end sections, concrete ri�rap and �ipe runners, when required; or
■ precast S�T uniis, concrete riprap, when required, and pipe runners, when required.
2.2.2, Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be
cast, cuE into fresh cancrete after fo�m removal, or drilled. Provida lifting holes large enough for adequate
fifting tlevices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside
surface of the wall and 4 in. at the outside surface. Cut no more than i longitudinal wire or 2 circumferential
wires per layer of reinforcing steel when locating {ift holes. Repair spailed areas around lifting holes.
2.2,3, Marking. Clearly r�ark the foflowing on each pr�cast unit, mitered CMP, mitered RCP, or metal end section
before shipment from the casting or fabrication yard:
� the date of manufacture,
■ fhe name or trademark of the manufacturer, and
r� the type and size designation.
2.2,4. Storage and 5hipment. Store precast uniEs on a fevel surface. Qo not place any loads on precast �nits untfl
the design strength is reached, Do not ship units unlil design strength requirements have been met.
2.2,5, Causes for Rejection. Precast units may be rejectetl for not meeting any one of the specification
requirements. Individual units may also be rejected for fractures or cracfts passing through the wall or surface
defects indicating honeycombed or open texture surfaces. Remove rejected units from t�e project and
replace with acceptable units meefing the requirements of lhis Item.
2,2,g, pefects and Repairs. Occasional imperfections in manufaeture or accidental damage sustained during
handling may be repaired. The repaired units will be acceptable if they conform to the requ9rements af this
Item and the repa�rs are sound and proper{y fnished and cured in conformance with pertinent specifications.
Repair damaged galvanizing in accordance with Seclion 445.3.5., "Repairs."
3. CON57RUCTION
3.1. General, Remove portions of existing structures in accordance wifh Seciion 42b.4.8., "Extending Existing
Substructures." Drill, dowel, and grout in accordance with Item 420, "Concrete Substructures.° Fu�nish
concrete riprap in accordance with Item 432, °Riprap."
P�ovide riprap on a11 prefiabricaked metal end seckions.
3,2, Exca�atian, Shaping, Bedding, and Backfill. �xcavate, shape, bed, antl backfill in accordance with
ltem 40d, "Excavation and Backfill for Structures." 1�ake special precautions in placing and compacting the
backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stahle
material accurately s�aped to conform to the bases af the units.
3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fil! liffing hales
with mortar or concrete and cure, Precast concrete or mortar plugs may be used.
3.4. Connections. Make connections 10 new or existing structures in accotdance with the details shown on the
plans, �umish jointing material in accordance with Item 464, "Reinforced Concrete Pipe."
Also remove a length of the existing pipe from the headwall to the joint when remaving existing heatlwalls as
shown on the plans or as approved. Re-lay the removed pipe if approved, or fumish and lay a len�th of new
pipe.
3,5. lnstall or Replace Pipe Runners or Assembl�es. Install or replace individual pipe runners or pipe runner
assemblies on existing drainag� structures as indicated on the plans.
4. M�ASUR�M�NT
SETs of alf types will be measured by each barref af each structure end.
pipe runners or p�pe runner assemblies installed or replaced on existing struciure will be measured by each
installed or replaced on each structure end.
,, PAYM�K�'
The work performed and materials furnished in accordance with this [tem and measured as provided under
"Measurement" will be paid for at the unit price bid for t�e various dEsignations of "Safeiy End Treakment"
specified as follows:
� SET (Type I) (Barrel 5pan) (Wall Height) (Slope, Horizontal:Vertical) (Orientation, Crass or Parallel)
� S�� (Type I) (Pipe Diamefer or Design) (Slope, Horizontal:Vertical) (Orientafion, Cross or ParalEel}
� SET {Type II) (Pipe Diameter or Design) (Pipe Material} (Slope, Horizontal:Vertical) (Orientation, Cross
or Parallef)
� SET (Pipe Runner)
� SET (Pi�e Runner Assembly)
For payment purposes, the wingwall heights of Type I SETs for box culverts wifl be rounded to tite nearest
foot.
This price is full compensation for constructing, furnishing, transporfing, and installing the entl treatments;
pipe runners, or pipe runner assemblies, connecting ko existing structure; breaking back, removing and
disposing of portions of the existing structure, remaving and disposing of existng pipe runner or pipe runner
assemblies, and replacing partions of the existing structure as required to make conr�ections; excavation,
rock excavafion, and backfill; furnishing concrete, reinforcing steel, corrugated metal pipe or reinforced
cancrete pipe, and pipe runners; and concrete riprap, nuts, bolts, plates, angles, equipment, labor, tools, and
incidentals.
The removal and re-laying of existing pipe or the furnishing of new pipe ko repface existing pipe will not be
paid for directly but will be considered subsidiary to this Item.
The mitered length of CMP or RCP that is a part af the SET (Type ll) will not be paid for directiy but will be
cansidered subsidiary to this Item. The limits for payment for pipe will be as shown on the plans and paid for
in accordance wifh the pertinent bid item.
The kimits of riprap ko be included in the price bid for each SET will be shawn on the plans. Any riprap placed
beyand the limits shown will be paid in accordance with Item 432, "Riprap." Riprap between multiple precast
SET units will be required as shown on the plans and is included in the price bid for SET.
When precast SETs are provitled as an option to mitered RGP, riprap aprons will not be required unless the
plans specifically require riprap aprons for precast SET units. The plans will shaw the iimits of fhe riprap to be
included with the precast SET for payment.
Aaymertf wil! be made under,
ltem TX-467-5.1 5ET (iyAe 11) (18"j (Concrefe) (Slope 6:9) (Cross) — p'er each
F'age lnfentionally �.eft Blank
�$�ti� �82
�arr���des, Signs, �nd Tra�f�� �andling
1. ��SCRIPTION
�
3.
��
r�Xa�
Department
al7ransportatia�
Provide, install, move, replace, maintain, c[ean, and remove ali tra�ic control devices shawn on the plans and
as directed.
CONSiRUC�[ON
Comply with the requirements of Ar�icle 7.2., "Safety.°
Implement the traffic controf plan (TCP) shown on the plans.
fnstall traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor
adjustments to meet field conditions are allowed.
Submit ConEractor-proposed TCP changes, sign�d and sealed by a licensed professior�af engineer, for
approval. The �ngineer may develop, sign, and seal Contractor-proposed changes. Changes must confiorm
to guidelines asiablished in the TMUTCD using approved products firom fhe Qepartment's Compliant Work
zone Traffic Control Device l.ist.
Maintain traffic control devices by talting corrective action when notifed. Corrective actions inclutle, but are
not limited to, cleaning, replacing, straighfening, covering, and removing devices. Maintain the devices such
that they are properly pasitioned and spaced, legible, and have retroreffective characteristics that meet
requirements day or night and in all weafher conditions.
The Engineer r�ay authorize or direct in wriling the remaval or relocatio� of projeef limit advance warning
signs. When project limit advance warning signs are remaved before final acceptance, provide traffic control
En accordance with the TMUTCD for minor operations as approved.
Remove all traffic control devices upon co�npletion of the work as shown on the plans or as directed.
M�ASlJR�M�NT
'Traffic Controlwfll be measured by the lump sum. �: L�at
4, PAYM�NT
q,� �arricades, 5igns, and Traffic Handling. �
,�
�,
,
, , , , � �
The work perform�d and materials furnished in accordance with this Item and measured as provided untler
"Measurement" wi11 be paid for at the unit price bid for "Traffic Confral." " � ,� , �
u"",-, ��"This price is full compensation for installation, maintenance, adjustments, replacements, remova{,
materials, equipment, labor, tools, and incidenfals. Parfral paymenfs for this rfem will be p�rmifted at the
discretron of the engineer.
When the plans establish pay ifems tor particular work in the TCP, that work will be measured and paid
under pertinent If�ms.
4-�1 � � �
41� �
��
0
^.� '
��
. ,, ` �
, • - - _; e/ " "1•' +•
� .� . ��
� � �
�669��RS�
A.� ,
'��
� '
'��
i s
Paymenf will be made under:
Tx-502-4.1 Traffic Cantro!—perLump Sum
�as
I��m �0�
��mporary �r�si�n, S�d�men�a�i�n,
�nd �nVironnr��n�al �o�tr�ls
1.
�
a�SCRIPT101�
-=� �
� 7exas
Depertment
f TrnnannriaNnn
InsEall, maintain, and remove erosion, sedimentation, and environmenfal control measures fn prevent or
reduce the discf�arge of pollutants in accordance with the Sform Wafer Pollution Prevenfion Pfan (SWP3) on
the plans and the Texas Pollufank Discharge Elimination System (TP�ES) General AermitTXR�50004,
Con#rol measures are defined as Best Management Practices used to prevent or reduce the discharge of
poflutants. Control measures inc�ude, but are not limited to, rock filter dams, temporary pipe slope drains,
femporary paved flumes, construction exiis, earthwork far erosian control, pipe, cnnstruction perimeier fence,
sandbags, temporary sedimen# control fence, biodegradable erosion confrol logs, ver�ical tracking, temporary
or permanent seed�ng, and ofher measures. Erosion and sediment control devices must be selected from the
Erosion Control Approved Producfs or Sedimenf Control Approved Producis lists. Perform work in a mann�r
to prevent deg�adation of receiving waters, facifitate project construction, and comply with applicable federal,
state, and local regulations. Ensure the installation ar�d maintenance of control measures is per#ormed in
accordance with the manufacturer's or designer's specifications.
Provide the Contractor Certification of Campliance before perForming SWP3 or soil disturbing activifies. By
signing the Contractor Certification of Compliance, the Confractor certifies they have read and understand
the requireme�ts applicable to #his project perfaining to the SWP3, the pians, and fhe TPD�S General Permit
TXR150000. The Contracior is responsible for any penalties associated wifh non-pe�iormance of installation
or maintenance activities required for compliance. Ensure the most currenf version of the cer�ificate is
executed for this praject.
MAT�RIA�S
Furnish materials in accordance with thefollowing:
r� I#em 161, "Compost,"
� �tem 432, "Riprap," and
� Item 556, "Pipe Underdrains."
2.1. Rock �ilter Darns.
2.�.1.
2.9.2.
2.'� .3,
Aggregate. Furnish aggregate with approved hardness, durabifity, cleanliness; and resistance fo c�umbling,
flalcing, and eroding. Pravide the following:
r� Types 1, 2, and 4 Rock Filfer Dams. Use 3 to 6 in. aggregate.
� Type 3 Rock Fifter Dams. Use 4 to 8 in. aggregate.
Wire. Provide minimum 20 gauge galvanizetl wire for the steel wire mesh and tie wires for Types 2 and 3
rock filter dams, Type 4 dams require:
■ a double-twisted, hexagonal weave with a nominal mesh opening of 2-112 x 3-11� in.;
■ minimum 0.0866 in. steel wire fornetting;
■ minimum 0.1063 in. steel wire for selvages and corners; and
� minimum 0.0866 in. for binding or tiewire.
Sandbag Material. F'urnish sand�ags meeting Section 506.2.$., "Sandbags," except #hat any gradationof
aggregate may be usetl to fill the sandbags.
707
506
2.2. Temporary Pfpe Slope Drains. Pravide corrugated meta! pipe, polyvinyl chloride (PVC) pipe, ifexible tubing,
watertight connection bands, grnmmet materiafs, prefabricated fittings, and flared entrance sections that
conform to #he plans. Recycled and other materials meeting these requirements are alfowed if approved.
Furnish concrete in accordance with Item 432, "Riprap."
2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or off�er comparable
non-erodible materia! thaf conforms to the pians. Provide rock or rubbie with a minimum diameter of 5 in. and
a maximum volume of 112 cu. ft. for fhe construction flf energydissipaters.
2.4. Construction Exits. Provide materials thaf ineet the tletails shown on the plans and this 5ection.
2.4.1. Rock Construcfion �xit. Provide crushed aggregate for iong- and short-term canstrucfion exits. Furnish
aggregates that are cfean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam,
shale, soft or f�aky makerials, and organic and injuriaus matter. Use 4- to 8-in. aggregate for Type 1. Use 2- fo
4-in. aggregate for Type 3.
2.A.2. Tirnber Canstruction Exit. Furnish iVo. 2 qualify or better railroad ties and timbers for long-term construction
exits, free of large and loose knots and treatetl to control rot. Faster� timbers with nuis and bofts or lag bolts,
of at leas# 112 in. diameter, un]ess otherwise shown on the plans or allowed. Provide plywoad or pressed
wafer board at least 112 in. thick for short-term exits.
2.4.3. Founda#ion Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic
cement conc�ete, or other materials as shown on the plansor direcfed.
2.5. Embankment for Erosion Confrol. Provide rock, foam, clay, topsoil, or other earth materials thaf will form a
stable embankment to meet the intentled use.
2.6. Pipe. Provide pipe outlet material in accordance with Item 55G, "Pipe Underdrains," and details shown on t�e
plans.
2.7. Construction Perimeter Fence.
2.7.1. Posts. �'ravide essentially straight wood or steel pnst5 that are at least 60 in. long. Fur�ish sott wood posts
with a minimum diameter of 3 in., ar use nominal 2 x 4 in. boards. Furnish hardwoad pasts with a minim�m
crass-section of 1-iI2 X 1-115 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 fb. per
foot.
2.7.2. Fence. Provide orange construction fencing as approved.
2.7.3. Fence Wire. Provide 14 gauge or larger galvanized smoot� or iwisted wire. Provide 16 gauge or larger fie
wire.
2.7.4. Flagging. Provide brightly-colored flagging fhat is fade-resistant and aE least 314 in. wide to provide
maximum visibility both day and night.
2.7.5. 5faples, Pravide staples witi� a crown at least �12 in. wide and legs at least 112 iro. long.
2.7.6. Used Materials. Prev�ously used materials meeting the appiicable requirements may be used if approved.
2.8. Sandhags. Provide san�bag material of polypropylene, polyethyiene, or polyamide woven fabric with a
minimum unit weight of 4 oz. per square yard, a Muller� burst-strength exceeding 300 psi, and an ultraviofet
stability exceeding 70%.
Use naf�aral coarse sand or manufactured sand meeting the gradation given in 7able 1 to filf sandbags. Filled
santlbags must be 24 to 30 in. long, 16 ta 18 in. wide, and 6 to 8 in.ihick.
708
sos
Table 9
Sand Gradation
Sieve Size Retained % b Wei ht
#4 Maximum 3%
#100 Minimum SO%
#20D Minimum 95%
Aggregafe may be used instead of sand for situations where sandbags are not adjacenf to traffic. The
aggregate size must nat exceed 31$ in.
2,9. 7emporary Sedimen# Control Fenc�. Provide a net-reinforced fence using wQven geo-textile fabric. Logos
visible to the traveling public wilf �ot beallowed.
2.9.1. Fabric. Provide fabric maEerials in accordance with DM5-6230, "Temporary Sediment Cantro� F'ence Fabric.°
2.9.2. Posts. Provide essentially straighf wood or sfee! posts with a minimum length of 48 in., unless otherwise
shown on the plans. Furnish sofE woad posts at least 3 in. in diameter, or use nominal 2 X� in. boards.
Furnish hardwaod pos#s wiih a mi�imum crass-section of 4-112 x 9-112 in. F'urnish T- or L-shapetl steel posts
with a minimum weigf�t of 1.25 Ib. perfoot.
2,9.3. Net Reinforcernent. F'rovide net reinforcement of at least 12.5 gauge (5WG) galvanized welded wire mesh,
with a maximum opening size oF 2 x 4 in., at feast 24 in. wide, unless otherwise shown on the plans.
2.9.4. Staples. Provide staples with a crown at leas# 31� in, wide and legs �12 in. long.
2.9.5. Used Materia[s. Use recycled materiaf ineeting fhe a�plicable raquiremenEs ifapproved.
2.10. Biodegradable Erosion Confro! �ogs.
2.10.�. Core Material. Furnish core materiaf thaE is biodegradable or recyclable. Use com�os#, mulch, aspen
excelsior wood fibers, chipped site vegetafion, agricultura! rice or wheat straw, coconut fiber, 9 00%
recyc�able fibers, or any other acceptable materiaf unless 5pecifically called out on the plans. Permit na more
than 5°/a of t�e maEerial to escape from fhe coniainment mesh. Furnish compost meeting t�e requiretner�ts of
Item 16�, "Compost."
2.10.2. Containment Mesh. �urnish cantainment mesh that is 100% biodegradable, photod�gradable, or recyclable
such as buriap, fwine, UV phototlegradab]e plastic, polyester, or any other acceptable material.
F�rnish bi�degradable or photodegradable contaEnmenE mesh when fog will remain in place as par� of a
vegetative system.
Furnish recyclable containment mesf� for temporary installatior�s.
2.10.3. Size. Furnish biadegradable erosion cor�trol logs with diameEers shown on ihe plans or as directed. Stuff
containment mesh densely so logs do notdeform.
3. QUA�I�ICA7�ONS, TRAINlNC, AND �MPLOY�� R�QUI�EM�NTS
3.1. Contractor Respvnsible Person �nvironrnental (CRPE} Qua�ificaiions and Responsibilities. Provide
and designafe in writing at the preconstruction conference a CRPE and alternate CRPE who have overall
respansibility for the sform water manager�ent program. The CRPE will implement storm water and erosion
control practices; wif! oversee and observe storm water contro! measure manitoring and managemenf; wiil
monitor the project site daily and produce daify monitoring reports as long as fhere are BMF's in place Qr soil
disturbing activities are evident to ensure compliance wifh the 5WP3 and TPQES General Permit
TXR150400. During iime suspensions wi�en work is not occurring or an contract non-work days, daily
inspections are not required unless a�ain event has occurred. The CRPE will provide recammendations on
709
5D6
how to improve tY�e effectiveness of controf ineasures. Atte�d the Department's p�econstruction conference
for the project. Ensure training is completed as identified in Section 5D6.3.3., "Traini�tg,° by a!I applicable
personnef before employees work on the projec#. Dacument and submit a fist, signed by the CRPE, of a!i
appficable Contractor and subcontractor employees who have completed fhe training. lncfude #he
employee's name, the fraining course name, and date #he employee completed the training. Provide the
most current list at the preconstruction conference or before SWP3 or soil dis#urbing activities. Upda#e the iisf
as needed and provide the updatad list when updaied.
3.2. Contractor Superintanden# Quali#ications and Responsibifitie�s. Provide a superintendent that is
campetent, has experience witi� and knowle�ge of starm water management, and is knowledgeable of the
req�airements and the conditions of the TPD�S General Permit TXR150000. The superinfendent will manage
and oversee fhe day to day operaiions and activities at the project site; work with the CRPE to provide
effective storm water management af the project site; represent and act on behalf of the Con#ractor; and
atter�d tf�e bepartment's preconstruction conference for fhe projecf.
3.3, Training. AI! Contracfor and subwntractor employees involved in soil disturbing aciivities, small or large
sfructures, storm water cor�trol measures, and seeding activities must complete training as prescribed by the
Qepa�imerrt.
4. CONSTRUC f lON
4.1. Conkractor Responsibiiities. Implemenf the SWP3 for the project site in accordance with the plans and
specifications, TPDES Generaf Permit TXR15D000, and as directed. Coordinafe storm water managemen#
with all other work on ihe project. aevelop and impletnenf an SWP3 for project-specific material supply plants
within and oufside of the pepartrr�ent's right of way in accordance wifh the specific or general storrt� water
permit requiremenfs. Prevent water pollution from storm water associated with construction activity from
entering any surface water or private property on or adjacent to the project site.
4.2. lmplementation. l'he CRPE, or alternate CRP�, must be accessible by phane andabl� to res�antl to
project-related storm watsr management or other environmental emergenc�es 24 hr. perday.
4.2.1. Cornmencement. Implement the SWP3 as shown and as directed. Contractor-proposed recommendations
for changes wiil be allowed as approved. Conform to the established guidelines ir� fhe TPDES General
Permit TXR950000 to make changes. Do not implemenf changes until approvaf has been received and
changes �ave been incorporated into fhe plans. Minor adjusfinents to meet field oonditians are allowed and
will be recorded in #he SWP3.
4.2.2. PhaSing. !mplement cpntrol measures before the commencement of acfivities that result in soil di5turbar�ce.
Phase and minimixe the soil disturbance to tf�e areas s�own on the plans. Coordinate temporary contra!
measures wifh permanent control measures an� alf oti�er work activities on the project to assure economical,
efFective, safe, and continuous water pollution prevention. Provide control meas�res that are appropriate to
the construction means, methods, and sequencirrg allowed by the Contrac#. Exercise precauiion throughout
the life of #he project to prevent poliution of grountl waters and surface waters. Schetlule and perform
clearing and grubbing operaEions so that stabifization meas�res will follow immediafefy fhereafter if project
condiiions perrrEit. Bring all gradin� seciions to final grade as soon as possible and implement temporary and
permanent cantrol measures at fhe earfiest time possible. lmplement temporary control maasures when
required by tf�e T'PDES General Permit TXR150Q00 or otherwise necessitated by projecf conditions.
Ro not prolong final grading and shaping. Preserve vegetation where possible throughout the project; and
minimize cfearing, grubbing, and excavation within stream banks, bed, and approach sections.
4.3. Ger�eral.
4.3.9. Temporary Altera#ions or Control Measure Rerno�al, Altering or remaval of control measures is allowetl
when control measures are restored within the same woricin�day.
71d
�as
4,3.2. Stab�lixation. Initiate stabilization for disturbed areas no more than 1� days after the construciion activitEss in
that portion of the site have temporarily or perma�ently ceased. Establish a uniform vegetative cover or use
another stabilizatian practice in accordance with the TPDES General Permif TXR150000.
4.3.3. Finished Work. Remove and dispose of all tem�orary control measures upon acceptance of vegetative
cover or other stabilization practice unless otherwise directed. Complete soil dis#urbing activities and
establish a uniform perennial vegetative cover. A project will nat be considered for acceptance until a
vegetative cover of 70°/a density ot existing adjacent undisturbetl areas is obtained or equivalent permanent
stabilization is obtained in accordance with the TPD�S Generaf Permit TXR150000. An exception will be
allowed in arid areas as defined in the TP[]ES General Pe�mitTXR150000.
4.3.4. Restricted ActivEties and Required Precautions. Do not discharge onto the ground or surface waters any
pollu#ants such as c�emicals, raw sewage, fuels, iubricants, coolants, hydraulic fluids, bitumens, or any otiter
petroleum product. Operate and maintain equipment on-site to prevenf actual or potential water pollution.
Manage, control, and dispose of litter an-site such t�at no adverse impacks to water quality occur. Prevent
dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering ihe value,
utility, or appearance of any property. Wash out concrefe trucks onfy as described in the `fPDES General
�'ermit TXR15000D. Use appropriate contrals to minimize the offsite transport of suspended sedimenfs and
other pollufants if it is necessary to pump or channel standing water (i,e., dewater�ng). Prevent discharges
that would contribute to a violatian af Edwards Aquifer Rules, water quality standards, the im�airment of a
lisfed water body, or oiher state or federal law.
4,�4. Installation, Maintenance, and �temava[ Work. Perform work in accordance with the SWP3, accordingto
manufacturers' guidelines, and in accordance wiih the TPDES General Permit TXR150000. Install and
maintain the integrify of femporary erosion and sedimentation control devices fo accumulate silt and debris
until soil disturbing activities are completed and permanent erosion control features are in place or fhe
disturbed area has been adequately stabilized as approved.
The Department wiil inspect and document the condit�on of the control measures at the frequency shown on
the plans and will provide the Construction SWP3 Field Inspection and Maintenance Reporfs to the
Contractor. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar
days after �eing ahle to enter the worksite for each control measure. The only acceptable reason for not
accomplishing the corrections with the time frar�e specified is when site conditior�s are "Too Wef to Wor�c."
Take immediate action if a correction [s deemed critical as directed. Whe� corrections are not made witE�in
the established time frame, alf work will cease on the project and time charges will continue while the contro[
measures are brought [nto compliance. Commence work once fhe �ngineer reviews and tlocuments the
project is in campliance. Commencing work does not release the Contractor of the liability for noncompliance
of the SWP3, plans, or TP�ES General PermitTXR154000.
The Engineer may 13mit the disturbed area if the Contractor cannot control soil erosion and sedimentation
resulting from the Contractor's operations. Implement additional cantrols asdirected.
Remove devic�s upon approval or as directed. Finish-grade and dress the area upon removal. Stabilize
distur�ed areas in accortlance with the permit, and as shown on the p{ans or directed. Materiafs removed are
considered consumed by the �raject. Retain ownership of stockpiled material and remove it from the project
when new installations or replacements are no[onger required.
.4.4.�. Rock Fi[ter Dams for Erosion Gontrol. Remove trees, brush, stumps, and other objectionable material that
may interfere with the c.onstruclion of rock filfer dams. Place sandbags as a foundakion when requirea or af
the Contra�tor's option.
Place the aggregate to the lines, height, and slopes specified, without undue voids for Types 1, 2, 3, and 5.
Place the aggregate on the mesh and then fold the mesh ai the upstream side over the aggregate and
secure it to itseli on the downsfream side with wire ties, or hog rings for Types 2 and 3, or as directed. Place
rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter
dams according to the following criteria unless otherwise shown on #he plans:
711
F'i�Iy
4.4.1.1.
Type 1 (Non-Reinfarced).
kieight. At least 18 in. measured vertically from existing ground to top of filterdam.
Tap Width. At least 2�t.
�
a
5lopes. No steeper than 2:1.
4.4.i.2. 7ype 2 (Reinforced).
o Height. At least 18 i�. measured vertically from existing grot�nd to top of filterdam.
■ Top Width. At least 2 ft.
■ 5lvpes. No steeper than 2:1.
4.4.1.3. 7ype 3 (Reinforced).
�n Height. At least 36 in. measured ve�[ically from existing ground to top of filterdam.
� Top Wid#h. At least 2 ft.
■ Slopes. No steeper than 2:1.
4,4, �,4, Type 4(Sack Gabions). Unfold sack gabions and smooth out kinks and bends. Conneci the sides by lacing
in a single foo�double loop pattern on 4- to 5-in. spacing for vertical filling. Pul! the end lacing rod at one
end unti[ tight, wrap around the end, and twist � times, �ill with stone at the flling end, pull the rod tight, cut
the wire with approximately 6 in. remaining, and twist wires 4times.
Place the sack f�at i� a filling trough, fill with stone, connect sides, and secure ends as described above for
horizontal flling.
Lift and place without damaging the gabion. Shape sack gabions to existing conkours.
4.4,1.5. Type 5. �rovide rock filter dams as shown on the plans.
4.4.2. Temporary Pipe 51ope Drains. Install pipe with a slope as shown on the plans or as directed. Consiruct
embanitment for the drainage system in 8-in. lifts to the required elevaiians. Hand-tamp the soil araund and
untler the entrance section to the top of the embankment as shown on the plans or as directed. Form the top
of t�e embankment ar earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe at
all points. Secure the pipe with hold-downs or hold-down grommets spaced a maximum of 10 ft. on center.
Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the
sediment trap using concrete ar rubbfe riprap in acoordance with Item 432, °Riprap," when designated anthe
plans.
4.4.3. Temporary �aved Flumes. Construct paved flumes as shown on the plans or as directed. Provide
excavation and embankment (including compaction of the subgrade) of material to the dimensions shown on
the plans unless ofherwise indEcated. Install a rock or rubble riprap energy tlissipater, constructed from the
mat�rials specified above, to a minimum depth of 9 in. at the flume outlet to the limiis sf�own on the plans or
as directed.
4.4.�. Construction Exits. Prevent traffic from crossing or exiting the constructian site or moving directly onfo a
public roadway, alley, sfdewalk, parking area, or other rigf�f of way areas other than at the location ofi
construction exits when tracking conditions exist. Construct exits for either long- or short-ferm use.
4.4.h.1. Lang-Term. I'lace the exit over a foundation course as re�uired. Grade the foundation course or compact�d
subgrade ta direct runoff from the construction exits to a sedimenf krap as shown on the plans or as directed.
Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traific for the full width of the
exit, or as directed.
4.4.4.1.�. Type 1. Canslruc# fo a tlepth of at least 8 in. using crushed aggregate as shown on the plar�s or as directed.
h.4.4.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as directed.
712
����I�
4.4.4.2. Short-Term.
�.4,4.2,1. Type 3. Construck using crushed aggregat�, plywaod, or wafer board. This type of exit may be used for daily
operations where long-term exits are natpractical.
4.4.4.2.2. Type 4. Canstrucf as shown on the plans or asdirected.
4.4.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimixe erosion and
to remove wflected sediments from other eros�on controldevices.
4.4.5.1. Excavation and �mhankment for Erosion Cantrol Features. Place earth dikes, swales, or combinations
of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Place swales
and dikes at other locations as shown on the plans or as directed to prevent runoff spillaver or fa dive�t
runoff. Construct cufs wifh t�e low end blocked with undisturbed earth to prevent erosion af hillsides.
Consfruct sediment traps at drai�age structures in conjunction with other erasion control measures as shown
on the plans or as directed.
Create a sediment basin, where required, providing 3,600 cu. it. of s#orage per acre drained, or equivafent
control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not
including offsite �reas.
4.4.5.2. Excavakion of Sedirnent and Debris. Remove sediment and debris when accumulation affectsthe
performance of the devices, after a rain, and whendirected.
4.4.6. Construction Perimeter Fence. Construct, align, antl locate fencing as shown on the plans or as directed.
4.4.6.1. Insta{[ation of Posts. �mbed posts 18 in. deep or adequately anchor in rock, wifh a spacing of 8 to 10 ft.
4.4.6.2. Wire At�achment. Attach the top wire to the posts af leask 3 ft. from khe ground. Attach the lower wire
midway befween khe ground and the fopwire.
4.4.6.3. Flag Attachment. Attac� flagging to both wire strands midway between eacfi� �ost. Use flagging at least
18 in. long. Tie flagging to the wire using a squareknot.
4.4.7. Sandbags for Erosion Contra{. Construct a berm or dam of sandbags that will intercept sediment-laden
storm water runoff from disturbed areas, create a retention pond, detain sediment, and release water in sheet
flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow fior proper tying of the
open end. Place fhe sandbags with fheir tied ertds in the same directian. Offset subsequent rows of
sandbags 112 the length of the preceding row. Place a singfe layer of sandbags dawnstream as a secondary
debris trap. Plac� additional sandbags as necessary or as direci�d for suppl�mentary support to berms or
dams of sandbags or earth.
4.4.g, Ternporary Sedimen#-Control Fence. Provide temporary sediment-control fence near the tlownstream
perimeter of a disturbed area to intercept sedimeni from sheet flow. Incorporate the fence inko erosion-control
measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as
specified in this Section, ar as direc#ed.
4.4.8.1. Installation of Posts, Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6
to 8 ft. and install on a slight ar�gle toward fhe runoff source.
4.4.8.2. Fabric Anchoring. Dig trenches along the uph�ll side of the fence to anchor G to 8 in, of fabric. Provide a
minimum trench cross-section oF 6 X 6 in. Place the fabric against the side of the trench and align
approximately 2 in. of fabric along the bottom in the upstream direction. Backfiil the trench, then hand-tamp.
4.4.8,3. �abric and Net Rein�orcement Attachment. Atfach the reinforcement to wooden �osts wit� staples, or to
skeel posts with T-clips, in at least 4 places equally spaced unless otherwise shown on the plans. 5ewn
713
�os
verfical pockets may be used to attach reinforcement to end posts. Fasten the fabric to fhe top strand of
reinforcemenk by hag rings or cord every i5 in. orl�ss.
4.4.8.4. Fabric and Net Splices. Locate splices at a fence post with a rrtinimum lap of 6 in. attacf�ed in ai least
6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated ilow
areas.
Requirements for insiailation of used tempor�ry sedim�nt-contral fence include the following:
■ fabric with minima! or no visible signs of biodegradation (weak fibers),
r� fabric without excessive patching (more than 1 patch every 15 to 20 ft.),
� posts without �ends, and
� backing withoutholes.
4.4.9. Biadegradable Erasion Control Logs. Instalk biodegradable erosion control logs near the dawnstream
perimeter of a disfurbed area to intarcept sedi�nent from sheet flow. Incorporate the �iodegradable eros�on
control logs into the erosion measures used to aontrol sedimenk in areas of higher fiow. lnskall, align, and
locate the biodegradable erosion controf logs as specified below, as shown on the plans, or as directed.
Secure biodegradable erosion control logs in a method adequake to preven# displacement as a result of
narmaf rain evants, prevent damage to the logs, and as approved, such that flow is not allov�ed under the
logs. Temporarity removing and re�lacing biadegradable erosion logs as to facilitate daily work is allowed at
the Contractor's expense.
4.4.10. Verticai 7racking. Perform verticaf tracking an slopes to temporari[y stabilize soil. F'rovide equipment with a
track undercarriage capable of producing a linear soEl impression measuring a minim�m of 12 in. long x 2 fo
4 in. wide X 1I2 fo 2 in. deep. Do not exceed 12 in. beiween track impressions. lnstall continuous linear track
impress�ons where ih� �2 in. length impressions are perpendicular to the slope. Vertical tracking is required
on projecfs where soil disturbing activities have occurred unless otherwise approved.
4,5. Monitoring and Documeniation. Nfonitor the conirol measures on a daily basis as long as there are BMPs
in piace andlor sail disturbing activi#ies are evident to ensure comp�iance with the SWP3 and TP��S
General Permit TXR150000. D�ring time suspensions when work is not occurrEng or contract non-work days,
dai�y inspections are not required unless a rain event has occurred. Manitoring will consist of, but is not
limited to, observing, inspecting, and documenting site lacafions with control measures and discharge points
to provide maintenance and inspection of controls as described in fhe SWP3. Keep written records of daily
moniforing. Qocument in the daily manitoring reporl the contro{ measure condition, the date of inspection,
required corrective acfions, responsible person for making the corrections, and the dafe correcfive actions
wete campleted. iNainfain records of all ma�itoring reports at the project site ar af an approved place.
Provide copies within 7 days. Together, the CRPE and an Engineer s representative will complete the
Construction Stage Gate Checkiist on a periodic basis as dfrected.
,, MEASUREMENT
5.1. Rock Filter Darns, Installakion or removal of rock filter dams will be measured by the foot or by thecubic
yard. �"he measured volume wil! include sandbags, when used.
5,1.1. Linear Measurernent. When rock filter dams are measured by the foot, measurement wil I be along the
centerline of the top of the dam. �
5,1.2. Volume Measuremenk. When rock filterdams are measured by the cubic yard, m�asurementwill be based
on the volume of rock computed by the method of average end areas.
�.�,Z.�. Installation. Measurement will be made in finalposition.
5.1.2.2. Removal. Measurement will be made at the �oint of removal.
714
F'i�I�i
g.�, 7emparary Pipe Slope Drains, �emporary �ipe slope drains will be measured by the foot,
5.3. Temporary Paved �lumes. Temporary paved flumes will be measured by the square yard of surface area.
The measured area will include ihe energy tlissi�ater at the flumeautlet.
5.4. Construction Exits. Construckion exits will be measured by the square yard of surfacearea.
�.5. �arthwork for Erosion and 5ediment Contro{.
5,5.1. �quipment and Labor Measurement. Equipment and labor used will be measured by the actual number of
hours the equipment is operaked and the labor is engagetl in thework.
5.5.2. Volume Measurement.
5.5.2,1. In Place.
5.5.2.1.1. Excavatian. Excavation will be measured by the cubic yard in its original position and the volume computed
by the method af average end areas.
5,5,2.1.2. Embankment. Embankm�nt will be measured by the cubic yard in its final position �y the method of average
end areas. The volume of embankment will be tleterminedbelween:
� the original ground surfaces or the surface upon thaf the embankment is #o be constructed for the
#eature and
�a the lines, grades and slopes of the accepted embankment fior the feature.
5,5,Z.Z, fn Vehici�s. Excavation and embankment quanfities will be combined and paid for under "Earthwark
(Erosion and Sediment Control, In Vehicle).° Excavation will be measured by the cubic yard En vehicles at the
point of remo�al. Embankment wilf be measured by the cubic yard in vehicles measured at the poink ofi
tlefivery. Shrinkage or swelling factors wil! not be considered in dekermining the calculated quantities.
5.6. Construction Perimeter Fence. Constructior� perimeter fence wil! be measured by fhefooi.
5,7. 5andbags ior �rosion Control. Sandbags will be measured as each sandbag or by the foot along t�e top of
sandbag berms or dams.
5.8. Temporary 5edirnent-Conirof Fence. Instal{ation or removal of temporary sediment-control fence will be
measured by the foot.
5,g. Biadegradable Erosion Control Logs. Installation or removal of biodegradable erosion control lags will be
measured by the foot along the centerline of the tap of the control logs.
5.10. Verticai Tracking. Vertical tracking wili not be r�easuretl ar paid for direcfly but is considered subsidiary to
this 1tem.
�. �AYM�N�
The following will not be paid for directly but are subsidiary to pertinent Items:
n erosion-control measures for Cantractor project-specific locations (PSLs) inside and outsitle the right of
way (such as consfruction and haul roads, field oifices, equipmenf and supply areas, plants, and
material sources);
� removal of litter, unless a separate pay item is s�own on the plans;
d repair to devices and features damaged by Contractaroperations;
n added measures and maintenance needetl due to negligence, carelessness, lack of mainfenance, and
failure to instal! permanentcontrols;
715
�os
� removal and reinstalla#ian of devices and features needed far the convenience of #he Cantractor;
r� finish grading and dressing upon removaf of the device; and
n minor adjustments including but not limifed to plumbing posts, reattaching �abric, minor grading to
maintain slopes on an erosion er�bankment feature, or moving smal{ numbers of santlbags.
Stabilization of disturbed areas will �e paid for under pe�tinent liems except vertical tacking which is
subsidiary.
Furnishing and installing pipe for outfalls assaciated with sediment traps and ponds will nok be paid for
directly but is subsidiary to the excavation and embankment under this Item.
6.1. Rock F�[ter Dams. The work performed and materials furnished in acaordance with this ltem and measured
as provided under "Measurer�enY' will be paid for at ihe unit price bid asfollaws:
g,�,�, lnstallation. lnstallation will be paitl for as "Rock Filter Dams (Install)" of the type specified. This price isfull
compensation for furnishing and operating equipment, finish backfill and grading, lac3ng, proper dis�osal,
labor, materials, tools, andincidentals.
g,�.2, Remo�al. Remaval wilf be paid for as "Rock Filter Dams (Remove)," This price is full compensationfor
furnishing and operating equipment, pro�er disposal, labor, materials, tools, antl incidentals.
When fhe �ngineer directs that the rock filter dam installation or portions thereof be replaced, payment will
be made at the unit price bid for "Rocfc Filter Dams (Remove)" and for "Rock Filter Dams (Install)" of the type
specified. This price is full compensation forfurnishing and operating equipment, finish backfill and grading,
lacing, properdisposal, labor, materials, tools, and incidentals.
6.2, Temporary Pipe Slnpe Drains. The work pe�formed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit price bid for °Temporary Pipe
Slope Drains" of khe size specified. This price is ful! compensation for furnishing materials, removal and
disposal, furnish�ng and operating equipment, labor, tools, and incid�ntals.
Removal of temporary pipe slope dtains will not be paid for directly but is subsidiary to the installation Item.
When the Engineer directs that fhe pipe slope drain installatian ot portions tE�ereof be replaced, payment will
be made at the unit price bid for "Temporary Pipe Slope �raEns" of the size specifEed, which is full
compensation for the removal and reinstallafion of the pipedrain.
Earthwork required for the pipe slope drain installation, including construction of the sediment trap, wili be
measured and paid for under "Earthwork for Erosion and Sediment Control."
Riprap concrete or stone, when used as an energy dissipaker or as a stabilized sediment trap, will be
measured and paid for in accordance with Item 432, "Riprap."
6.3. Temparary Pa�ed Flumes. Tf�e work performed and materials furnished in accordance with khfs Item and
measured as provided under "Measurement" will be paid for at the unit price bid for "Temporary Pavetl Flume
(I�stall)" or °Temporary Paved Flume (Remove)." This price is fufl compensat�on for furnishing and placing
materials, removal and disposal, equipment, labor, tools, and incidentals.
When the E.ngineer directs that the paved flume inskallation or portions thereof be replaced, payment will be
made at the unit prices bid for "iemporary �aved Flume (Remove)" and "Temporary Pavetl Flume (Install),"
These prices are full compensation for the removal and replacement of the pavetl flume and for equipment,
labor, tools, and incidentals.
Earthwork required for the paved flume installation, including construction of a sedimer�t trap, will be
measured and paid for under "Earthwork fnr Erosion and SedimentControl."
716
3os
6.4. Canstruction Exits. Contractor-required construction exits from off r�ght of way locations or on-right of way
PSLs will nat be paid for directly but are subsidiary to pertinent Items.
The work performed and materials furnished in accordance wifh this Item and measured as provitled und�r
"Measurement" for const�uction exits needed 4n right of way access to work areas required by the
Department will be paid for at the ur�it price bid for "Canstruction Exits (Ins#afl)" of the type specified or
"Consfruction Exits (Remove)." Th3s price is full compensation for furnishing and placing materials,
excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals,
When the Engineer directs that a construction exit or port+on fhereof be removed and replaced, payment will
be made at the unit prices bid for "Construction Exit (Remove)" and "Constructipn Exit (Install)" of the type
specified. Th�se prices are full compensafion for the remaval and repfacement of lhe construciion exit and
for equipmen#, labor, tools, and incidentals.
Construction of sediment traps used in conjunctian with the construction exif will be measured and paid for
under "�arthwork for �rosion and Sediment Confrol."
6.5. Earthwork for Erosion and 5ediment Control.
6.5,1. lnitial Earthwork far Erosion and Sediment Control. The work performed and materia�s furnished in
accordance with ihis ltem and measured as provitled under "Measurement° wi[I be paid for at the unit price
bid #ar "Excavation (�rosion and Sediment Cor�trol, {n P1ace)," "Embankment (Erosion and Sedim�ntControl,
In Place)," "Excavation (Erosion and Sediment Contral, In Vehicle)," "Embankment {Erosion and Sediment
Control, (kn Vehicle)," or °Eart�work {Erosion and Sedimeni Control, In Vehicl�)."
This price is full compensation #or excavaiion and embankment including hau[ing, disposal of material not
used elsewhere on the project; embankmenfs including furnishing maferial irom approved saurces and
construction of erosian-control feakures; and eqt�ipment, labor, tools, and incidentaEs.
Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this ltem.
6.5.2. Maintenance Earthwork for Erosion and 5ediment Contral for Cleaning and Restoring Control
Measures. The work performed and materiais furnished in accordance with khis Item and measured as
provitletl under "Measurement° will be paid under a Contractor Force Account Item #rom invoice provided to
the Engineer.
This price is full compensation for excavation, embankment, and re-grading including removal of
accumulated sediment ir� various erosion can#rol installations as directed, hauling, and disposal of makerial
not used elsewhere on the project; excavation fo� construction of erosion-control features; embankments
including furnishing material from approved sources and construction of erosion-control features; and
equipment, labor, fools, and incidentals.
�arthwork needed io remove and obliterate erosion-control features will not be paid for directly but is
subsidiary to pertinent Items unless otherwise shown on fhe plans.
Sprinkling and rolling required by thEs lfem will not be paid far directly but will be subsidiary to this ltem.
6.6. Construction Perimeter Fence. The work performed and materials fumished in accordance with this lie�n
and measured as provided under "Measur�ment" will be paid for at the unif price bid far "Construction ,
Perimeter �ence." This price is full campensation for furnishing and placing the fence; digging, fence pasts,
wire, and flagging; remaval and disposal; and mat�rials, equipment, labar, toals, and incidentals.
Removal of construction perimeter fence will be not be paid for directly but is subsitliary to the installafion
Item. When the �ngineer directs that fhe perimeker fence installation or portions thereof be removed and
replaced, payment will be made at the unit price bid for "Construction Perimeter �ence," which is full
compensation for the removal and reinstallation of the construction perim�terfence.
717
�as
6.7. Sandhags for Erosion Control. Sandbags will be paid for at the unit price bid for "5andbags for Erosian
Control" (of the heighf specified when measurement is by the #oQt). This price is full compensation #or
materials, placir�g sandbags, rer�oval and disposal, equipment, labor, tools, and incidentals.
Removal of sandbags will nof be paid for directly but is subsidiary to the installation Item. When ihe �ngineer
directs that the sandbag installafion or portions thereof be replaced, payment wilE be made ai ti�e unit price
bid for °Sandbags for Erosion Control," which is full campe�sation for the reinstallation of thesandbags.
6.8. Temporary 5ediment-Eontrol Fence. Ti�e work performed and materials furnished in accnrdance with this
Ifem and measured as provided under "Measurement" will be paid for at the unit price bid asfollows:
6.$.1. Installation. Installation will be pafd for as °Temporary Sediment-Control Fence (Install)." This pric� isiull
compensafion forfurnishing and operating equipment finish backfill and grading, lacing, proper dispasal,
{abor, materials, tools, and incidentals. ,
6.8.2. Rernoval. Removai will be paid for as "Temporary Sed�ment-Controf Fence (Remove)." This price is full
compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and
incidentals.
6,g. Biodegradable Erosion Control Lags. The work performed and mater�als furnished in accordance with this
Item and measured as provided under "Measurement" will be paid for at the unit price bid asfollows:
6.9.1, Installation. lnstallation wifl be paid for as "Biodegradable Erosion Cantrol Logs (Install)" of the size
specifietl. This price is ful] compensation for iurnisF�ing and operafing equipment finish backfiil and grading,
staking, proper disposal, labor, materiaEs, toals, and incide�tafs.
6.9,2. Removal. Removal will be paid for as'Biodegrada6le �rosion Control Logs (Remove)." This price isfull
compensation for furnishing and operating equipment, proper disposal, labor, materials, fools, and
�ncidentais.
6.90. Vertical Tracking. Vertical tracking will not be measure� or paid for directiy but is considered subsidiary to
this Item.
Temporary erosion contro! acceptably completed wr1! be paid for at the confracf lurrrp sum price did for
"TFMPORARY EROSION CONTROL'; which shall be full compensation for furnishing a![ materials, tools,
equipment, labor, and incidentals r�ecessary fo complete the work. Periodlc payments w111 be made under
thrs item in proportion to fhe amount of work accomplished, as determined by the Engineer. Payment for
"T�EMPORARY EROSION C�NTRQL° wr!! also include obfaining and complia�ce with fhe SWPPP, wvhrch
sha!! include compe�sation for drainage-way inspections, report Areparation, housekeeping pracfices,
cleaning and marntenance, and oiher actions ovflrned in fhe SWPPP prepared by the Conttacior
necessary to execute the plan. This rtem consisfs of a!! erosion contro! items not listed as a separate pay
item rn the Unit Pric� Schedule. Any fihes issued to the Owner as a result of the Contractor's insu�cient
executron of the SWPPP wi!! be assessed to fhe Cantracfor. Such deductrons sha11 nof be limited to fhe
lump sum price of this rtem. Parfia! payments for fhis item wi1! be permitted at the drscretion of the
engineer.
Payment will be made under:
Ifem TX-306-6.1 Temporary �rosion Confro! — per Lump Sum
718
531
���rY1 �3�
Sider���ks
1. p�SC�I�iION
Construct hydraulic cement concretesidewalks.
2. NiAY�RIA�S
Fumish maferials conforming to thefollowing;
n Ikem 360, "Concrete Pavemenf°
n ]tem 420, �Concrete Substructures"
� Item 421, °Hydrat�lic Cement Concrete"
� Item 440, "Reinforcemenk #or Cancrete°
_� r�
� 7exas
pepartment
ot7rensportativn
Use Class A concrete unless otherwise shown on ihe plans, Use Grade 8 course aggregate for extrutled
Class A concrete. llse other grades ifapproved.
3. CONSiRUCI"ION
Shape and compacf subgrade, foundation, or pavement surface to the iine, grade, and cross-section shown
on t�e pla�s, Lighkly sprinkle subgrade or foundation material immediately before concrete placement. Hand-
tamp ar�d sprinkle foundation when placement is directly on subgrade or foundation materials. Remove and
dispose of existing concrete in accordance with Item 104, "Removing Concrete." Provide a clean surface for
concrete placement tlirecfly on lhe sur�ace material or pavement.
Mix and piace concrete in accordance with the pertinent Items. Hand-finishing is al[owed for any method of
construction. Finish exposed surFaces to a uniform transverse broom finish surface. Curb ramps must include
a detectable warning surface and confarm to details shown on the plans. Install joints as shown on the plans.
Ensure that abrupt changes in sidewaik elevation do not exceed 114 in., sidewalk cross slope does not
exceed 2%, curb ramp grade does not exceed $.3%, and flares adjacenf to the ramp do not exceed 10°/4
slope. Ensure thaf the sitlewallt depth and reinforcement are not less than the driveway cross-sectional
details shown on the plans where a s�dewallc crosses a concrete driveway.
Provide �inished work with a well-compacted mass, a surface free frnm voids and honeycomb, and the
required true-to-line shape and grade. Cure for at least 72 hr. in accordance with ftem 420, "Concrete
Substructures.°
3.1. Conventionally Formed Concrete. Provide pre-molded or board expansion joints of fhe thickness shown on
the plans for sidewalk section lengths greater than 8 ft. but less than �0 ft., unless otherwise directed.
Terminate warkday production at an expansionjoint.
3,2, Extruded or Slipformed Cnncrete. Provide any additianal surface finishing immediately affer extrusion or
slipforming as required on the plans. Construcf joints at focations as shown on the plans or as directed.
4, M�ASUR�M�Ni
Sidewalks wiil be measured by the square yard af surface area. Curb ramps will be meas�red by the square
yard of surfiace area or by each. A curb ramp consists of the ramp, landing, adjaceni flares or side curb, and
detec#ahle warning surface as shown on fhe p[ans.
631
�, PAYM�N�'
ihe work performed and materials furnished in accordance wikh this Item and measured as provided under
"Measurement" will be paid for at t�te unit price bid for "Concrete Sidewalks" of the depth specified and "Curb
Ramps" of the type specified. Th9s price is full compensation for surface preparation of sidewalk faundation;
materials; removal and dispasal of existing concrete; excavation, hauling and tlisposal af excavated materiaf;
drilling and doweling into exjsting eoncrete curb, sidewalk, and pavement; repair of adjacent street or
pavement structure damaged by these operations; and equipment, labor, materiafs, taals, and incidentals.
5idewalks that cross and connect to concrete driveways ar turnouts will be measured and paid for in
accordance with ltem 530, "Intersections, Driveways, and Turnouts."
Paymeht wr11 be made under:
TX-531-3.1 Concrefe SideWalk {9") — per Square Yard
636
I�er� 636
S`tgns
=mm=��� �
Texas
DeparGnent
of iranspartatian
D�5CI�IF�iiOPi
■ Installation. Furnish, fa�ricate, and erect alumin�m signs. Sign supparts are provided for under other
Items.
� Rep[acement. Replace existing signs nn existing sign supports.
! Refurbishing. Refurbish existing aluminum signs on existir�g sign supports.
MAiEftIA�S
2.1. Sign Blanks. Furnish sign blank substrates in accordance with D�NS-71 �Q "Aluminum Sign Blanks,° and in
accordance with the types shown on the plans. Use single-piece sheet-aluminum substrafes for Type A
(small) signs and extruded aluminum substrates for Type G(ground-mounted) or Type 0(overhead-
mountedj signs.
2.2. Sign Face Retroreflectorization. Retroreflectarize the sign faces with flat surface reflective sheeting.
Furnish sheeting thaf ineets DM5-8300, "Sign Face Materials." Use retroreflective sheeting from the same
manufacturer for the entire sign face backgraund. Ensure tf�at sign legend, symbols, borders, and
background exhibit uniform cfllor, appearance, and retrorefiectivily when v[ewed botit day and night.
2.3. Sign Messages. Fabricate sign messages to fhe sixes, fypes, and colors shown on the plans. llse sign
message material from the same �nanufacturer far the entire message of a sign. Use screen ir�k and
background reflective sheeting that are from ihe same manufacturer when fabricaking signs.
� Ensure that the screened messages have clean, sharp edges and exhibit uni#orm color and
retroreflectivity. Prevent runs, sags, and voids. Furnish screen inks in accordance with DMS-8300, "Sign
�ace Materials."
�l Fabricate colored, transparent film legend, and retroreflectorized sheeting legend from materials that
meet DM5-8300, °5ign Face Ma#er�als."
� Fabricate non-reflective black film legend from materials meeting DMS-8360, "Sign FaceiNaterials."
� Furnish direct-applied route markers and ather attachments within the parent sign face unless otherwise
specified on the plans.
2.4. Hardware. Use galvanized steel, siainless steel, or dichromate-sealed aiuminum for bolks, nuts, was�ers,
lock washers, sc�ews, and olher sign assembly hardware. Use plastic or nylon washers to avoid tearing the
reflective sheefing. Furnish steel or aluminum products in accordance with DMS-7i20, "Sign Hardware."
When dissimilar metals are used, select or insulate metals to prevent corrasion.
3. COhtS�'RUCTION
3.1. Fabrication. Sign fabrication plants that produce permaner�t highway signs musf be approved in accordance
wit� DM5-739D, "Permanent Highway Sign Fabrication F'lant Qualification." �urnish signs from prequalified
fabrication plants listed in the Department's NfPL.
3.1.1. Sign Blanks. Futnish sign b{anks to the sizes and shapes shown on the plans and that are free of buckles,
warps, burrs, dents, coc[cles, or other defects. Qo not splice individual extruded aluminum panels.
636
Compleke the fabrication of sign blanks, including the cufting and drilling or punchir�g o# holes, before
cleaning and degreasing. After cleaning and degreasing, ensure fhe substrate does nol come into contact
with grease, oils, or other coniaminants before the application of khe reflective sheeting.
3,1.2. Sheeting Application. Apply sheeting to sign blanlcs in conformance with the sheeting manufacturer's
recommended procedures.
When using rotational sensitive white siteefing, fabricate signs by applying the sheeting for cut-out �egend,
symbols, borders, and roufe marker attachments within the parent s3gn face with the identification marks or
other orientation features in the optimum rotation as iden#ified by the sheeting manufacture�.
Clean and prepare khe outside surface of extruded alttminum flanges in the same manner as the sign �anel
face.
Minimize the number of splices ir� the sheeting. Overiap the lap-spfices by at least 114 in. for encapsulated
glass bead sheeting unless otherwise tecommended by the reflective sheeting manufacturer. lJse butt
splices for prismatic reflective sheeting. Provide a 1 ft. minimum dimension fnr any piece of sheeting. Do nnt
spiice sheeting for signs fabricated wifh iransparenk screen inks or colored transparent flms.
3.1.3. 5ign Assembly. Assemble extrud�d aluminum signs in accordance with the details shown on the plans.
Sign face sur�ace variation must not exceed 118 in. per foot. Surface misalignment between panels in multi-
panel signs must not exceed 1116 it�. at any point.
3.1.4. Decals. Code and apply sign identification decals in accordance with Item 643, "Sign ldentifcation Decals."
3.2. Starage and Handling. Ship, handle, and skare campleted sign blanks and com�leted signs so thaf corners,
edges, and faces are not damaged. Damage to the sign face that is nof visible when viewed at a distance of
50 ft., night or day, will be acceptable. Replace unacceptable signs.
Stare all finished signs off the graund and in a vertical posifton until erected. Store finished sheet afuminum
substrate signs in a weatherproof building. Extruded aluminum substrate signs r�ay be stored outside.
Stockpile salvageabl� materials at the location shown on the plans or as directed. Accept ownership of
unsalvageable maferiais and dispose of them in accardance with federal, state, and local regulations.
3.3. Cleaning. Wash campleted signs in the fabrication shop with a biodegradable cleaning solution acceptable
to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt,
smears, streaks, finger marks, and other foreign materiai. Wash again before final inspection after erection.
3.4. Instaflation. Insfall signs as shown on the �lans or as directed.
3.5. Fteplacement. Remove the existing signs from the existing supporfs and replace with new signs, including
mounting hardware, as shown on the pfans.
3.6. Refurbishing. Refurbish existing signs by providing and installing new messages antl mounting hardware.
Install new retroreflectorized legend and supplementaf signs as shown on the plans.
3.7. Docurnentation. Provide fhe following documentation from the sign fabricator with each shipmeni of
furnished signs:
� A notarized original of the Signing Material Sfatement (Form 2273} with #he proper attachments for
verification of compliance, and
d A nokarized certif[cation stating thaf the completed signs were fabricated in accordance with lhis item
and the plans.
636
r�. M�ASUR�M�N�
Signs are considered subsidiary to Tx-644.
This is a plans quantity measurement Item. The quantify to be paid is the quantity shov�n in the proposal,
unless modified byArtide 9.2., "Plans Quantity Measurement." Addit'tonal measurements or calculations will
be made if adjustments of quantikies are required.
5, �AYM�N�
.�:.:►�
,,. . - '- `
� _
�- '
; _ , ,
; , , , , ,
a�si�^^,�;�
�;�: •
, � � '
� �
_ , � ,
� '
�
� �
, , � � �
No separate payrrrent sha11 be made, srgns are considered subsidiary to Tx-644.
636
F'age [ntentionally �eft Blank
644
ii�1�1 ���
Sm�ll �o�dsid� �ign Assemblies
1.
�.
K�
3.1
-��_� �
7'exas
Deparlment
nfTransporlaiion
��SCRIPTfON
� Installation. Furnish, fabricate, and erect small roadside sign assemblies or bridge maunted clearance
sign assemblies consisting of the signs, sign supports, foundations (when required), and associated
mounting hardware.
� Relocation. Relocate existing small roadside sign asser�blies or bridge mounted clearance sign
assemblies, and furnish and fabricate mat�rial as required.
n� Removal. Remove existing small roads3de sign assemblies or bridge maunted clearance sign
assemblies.
MA�ERfA�S
Furnish all materials unless otherwise shown on the plans, Furnish only new materials. Furnish and fabricate
materia{s that comply wifh t�e followEng Ifems and details shown on the plans:
� Item 421, "Hydraulic CementCnncrete°
� Item 440, "Reinfarcement for Concrete°
� ltem 441, "Steel Structures"
� Item 442, "Metal for Structures"
o liem �445, "Galvanizing"
� item 636, "5igns"
■ Item 643, "Sign {dentification Decals"
■ Item 656, °Foundations for Traffic Contral Devices"
Use galvanized steel, stainless steef, dichromate sealed aluminum, or other materials shown on the plans for
pipe, bolts, nuts, washers, lock washers, screws, and other sign assem�ly hardware. When dissimilar metals
are used, sefect or insulaie metafs to prev�nt corrosion.
coNs�r�uc�ioN
Construct foundafions in accordance with ltem 656, "Foundations for Traffic Control Devices." Plumb sign
supports. Do not spring or rake pasts to secure proper aligttmen#. Use established safety practices when
working near underground or overhead utilities. Consulf the appropriate utiliiy company before beginni�g
work. See detarls in plans regarding sign assembly installafion.
Fat�rication. Fabricate sign supports 'tn accordance with Item 449, "Steel Structures." �nsure all compnnents
fit praperly.
Verify the length of each post for each sign before fabrication to meet field condifions 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
sieel pa€ts 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. fnstallaf�an. Lacate and instail sign supports as shown an 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.
Instalf stub posts o# the type, spacing, orientation, and projec#ion shown on the plans. Remove and replac�
pasts damaged d�ring installation at the Coniractor's expense.
Connect t�e upper post secfions 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 a�d perfinent lfems.
3.3. Re[acation. Reuse the existing signs as requir�d unless otherwise shown on the plans. Furnish and inskall
new stub posts in new foundations for relocated sign assemblies. �.rect f�e new supports on fhe new sfub
posts, and affach the existing signs to the supports in accordance with the plans and pertinent Items.
Remove existing foundafions to be a�andaned in accordance with Section fi44.3.4., `Removal."
3.4. Remaval. Remove abandoned concrete foundations to 2 ft. below finish grade unless otherwise shown on
the plans. Cut off and remove skeel protruding trom the remaining concrete. 8ackfill the remaining hole with
material equal in composition and density to the surrounding ar�a. Replace any surfacing wifh like material to
equivalent condition.
3.5, Handling and 5torage. Handle and store �xisting signs or portions of signs remaved so they are not
damaged. Prevent any damage io 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 tf�at wilf be reused or become the praperty of the []epartment at
designated locations. Accept awnership of unsalvageable materials, and dispose of them in accordance with
federal, state, and local regu[ations.
3.6. Cleaning. Wash the entire sign after installation with a biodegradable cleaning salufion acceptable to the
sign face materials manufacturer to remove dirt, grease, oil smears, streaks, finger marks, and other foreign
materiaEs.
4, M�ASU��M�I�T
This Item will be measured as each small raadside assembfy or bridge mounted clearanee sign assembly
insialled, removed, or refocated. Signs are cansidered subsidiary to this item.
�, PAYM�Ni
The work per�ormed and materials furnished in accordance wifh this Item and measured as provided under
"Measurement" will be paid for at the unit price bid for "Install Small Roadside 5ign Assembl�es" of the type
specifietl, °Install Bridge Mounted Clearance Sign Assemblies" of the type specified, "Refocate Small
Roadside Sign Assemblies° of the type specified, "�elocate Bridge Mounted Clearance Sign Assemblies° of
fhe type specified, `Remove 5mall Roadsi�e 5ign Assemblies," or "Remove Bridge Mounted Clearance Sign
Assemblies."
�,� . Installation. This price is fuil compensation for furnishing, fabricating, galvanizing, ar�d erecting [he supports;
constructing foundations including concrete (when required); furnishing complete signs including sign
connectiflns and all hardware; attaching the signs to the supports; preparing and cleaning the signs; and
materials, equi�m�nt, labor, tools, at�d incidentals.
� •
, �
644
, , �
, , , , •
� '
; '
Paymenf WiI! be made under:
7X-644-b. i fnstall Sma11 Roadside 5ign Assemblres — 5top Sign — Per Each
6��
page [ntentio�ally Left BlanEt
02 41 14 - l
U1'ILITY 12EMOVALIAgANDO�TZVIENT
Page ! of 16
I
2
3 PART l - GENER.AIl
4 1.1 SUMMARY
5
b
%
8
9
10
11
12
13
14
15
16
17
18
is
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
SECTION 02 47. I4
UTILITY REMOVAL/ABANDONMENT
A. Section �ncludes:
1. Direction far the removal, abandonxnent or sal�aging of the following utilities:
!-' rl, .�' .,r.,..f-;.,,� T a C+.,+'.,,-.�._
�: caaivcixv`n�Qccccrorx .a �.�ccrcivni..r
b. Water Lines
c. Gate Valves
d. Water Valves
� �; ,.�.� u:.���
� txr.,+��. nrra+o,-� .,n�a �R.,�.,� �t,.,�
g, jzr.,+,,,. c,,,,,rt;,.,Y ct.,�?u :
�
�
� c �r , ca r T�w�µ �t�
�
,� c+,.,-..., c o...,,�. r; o
� n�_'-- n_�..._..7�T.....l...l.., A:�..,-�.
� C�+,. C� 7„ na;..ii Rv�.v.,
�, cr....,, co,.. .- r�,i^4^
� �,._.�
�
� mw� ����a�
B. Deviations from this City of k'ort Wort1� Standard Specificatian
1. None.
C. Related Speczfication �ections include, bui are not necessarily limited to:
1. Divisioz� 0— Bidding Requirements, Contracf Forms and Conclitians of t�e Contract
2. Division 1— General Requirernents
3. Sectian 03 34 13 — Controlled Low Slrength Material {CLSM)
4. Section 33 OS IO — Utility Trench Excavation, Exnbedment and Backfill
5. Sectzon 33 OS 24 -- Installation of Carx�ier Pipe in Casing or `I'unnel Liner Plate
6. Sectipn 33 11 11 — Ductile Fron Fittings
7. Sect�on 33 I 1 13 — Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type
$. Section 33 11 1�4 — Buried Steel �'ipe and Fzttings
9. Sectian 33 12 25 — Cozit�ectian to �xisting Watcr Maizas
37 7..2 PRICE AND PAYMENT �ROCEDURES
38 A. Utility Lines
39 1. Abandox�ment of Utility Line by Grouting
4p a. Measurement
C1TY OP FOKT WORTH Commander Rd - Nlidfield Stage 2
STANDARD CONSTRUCTIpN SPECIFICATIO�I DOCi3MENT5 Gity P�-oject hro. 1 U1644
Revised Uecember 20, 2012
0241 14-2
UTILITY RSMOVALlABANDONMENT
Page 2 of 16
1
2
3
4
S
6
7
8
9
10
li
12
13
14
15
I6
17
18
19
20
2.
�
c.
-�-} Measureinent for this ltem shall be per "„� linear foot of existing
utility line to �e grouted.
�'
Payment
1) The wark performed and materials furnished in accordance with this Iteix�
and measured as provided under "Measurement" shall be paid for at the
linear foot �' �:., J�=� of "Line Grouting" foz�:
a} OZ41.1001 Granf and Abandon Existing 10" Water Line — per
linear foot
b} U241.1002 Gron# and Abandon Existing 12" Water Line — per
linear foot
The pz-ice bid shall include:
1} Law density cellular grout ar CLSM
2) Water
3} Pavement re�noval
4) Excavation
5) Hauling
6) Disposal of excess rnaterials
7) Furrnishing, placement and coXnpaction of backfill
8) Clean-up
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
39
�0
41
42
43
44
45
46
47
48
49
�
Utility Lzne Removal, Separate Trench
a. Measurement
1) Measuremen.t for this Itezn shall be per li�ear foot of existing utility line to
be removed.
b. Payrnent
1} The work perfornxed and materials furnished in accordance with this �tem
and measured as provided under "Measurement" shall be paid for at the
unit price bid pez linear foot of "Remove Line" for:
a) 0241.2012 Remove 6" Wastewater Line — per linear foot
b) 0241.1015 Remavc l2" Water Line — per linear foot
c. The price bid shall inciude:
1) Remova� and disposal of existing utility pipe
2) Pavement removal
3} Excavation
4} Haulzng
5) Disposal of excess materials
6) Furnishing, placement and compaction of bacicfill
7) Clean-up
TTH'1'+., T, a n.., rtl C. T+-- .�1+
� v i v....
� ���
�} �
�: ��
�
�
¢
� �su��
� '
C1TY OF FORT WOItTH
STA�lDARD CONSTKUCTION SPECIFICtiTION DOCUMENTS
Revised December 20, 2012
Com�nande�- Rd - Mic�fie3d Stage 2
City Project No. 101644
0241 14-3
UTILIi'Y REMOVALI.4BANDONMENT
Page 3 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
X�
�%
18
Ig
Z�
21
22
23
24
25
26
27
28
Z9
30
31
32
33
34
35
36
37
38
39
40
�1
�2
43
44
45
46
47
�g
44
� ��
� « „
« »
�
�} ��e�s
� -rt,a � t.�,a ..n��r ,x„��u.�?�:
�
� , '
�
4} �o��
�}
�l o„ „t p w�
v7
� -��,^^�z.^*'�^��
�} ��
� r�• �t ,.�'., o ..f��.w��
' n, r.-•......:.,t,: .,1� o �...... ..�. .,.,_�y .,
.�j �� ..t,.�
7 7 � e..,-F:,,.,, ,.e..+�.,-.,r;._,�
�TJ
�7 �
�-:
�r. "��=�==v ��
�
��
� 1��� _i _'r______.1 �,I........+,...:�l�.fi, ra..�...v...�a.a...a.,.. .._�,.
T7 ..,,,� „
' �c�un��= `-z,=���e�t���
»
s- •
u A 7.,....,7.-.,.. ,..,�h.,.7;.. +�.�} �+.,ti.,��
T7
�} C�4
21 0., „+ .- . :�
�7
4� �o�=
� ��
�
� �
� �
�
1 r...,,�.,11..F:,,.. ,.�., �x7 r r iii.. �,-��.,,.w„ n1..,T
�� � ...u.�w_.. _ _��
� "x icns-�n
L. � .
ti- ���� ___r_._.—_� �a ...,...�,. .,1� �, �l-,o � u.........�....a., ___....
-��f
ac
„•
�} `��_�
� TL.., ., L.�.1 nL..,ll ^iu`�v.
,� �„ .,�,•., r���w... ...,,..�
..b t,. v �. a
�7\ D., ,�.t ,-�m..`r`.�.�i
��
� �zi
C1TY OF FORT WORT�I
STANllARD CONSTRilCTlON SPECIFICATION DOCUMENTS
Revised Dece�nber 20, 2012
Commander Rd - Midfield Scage 2
City Project No. 101644
D241 14-4
UTILITY REMOVALIAI3ANT)ONHI�NT
Page 4 of 16
1
2
3
4
5
b
7
8
9
10
lI
I2
13
14
15
i6
�7
�8
I9
2D
21
22
23
24
25
26
27
28
29
30
3i
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
�:
�
�!
� �'
� r.:.,,�..,.,.,i „�o.,,.e ,Y.,,+o.-;.,i
�i ��
'71 R.,1t� .,,-,.� hT„+�
�7
Q1 L'.� �1,;., .,ln o o9,r_,».��. „+;,... „�',,..,t,�.�' �., i�
�7 rt�
� �
�} ��etie�t
� ���
� ��
� ��
�
;„��
�-: �er�
�
« »
'��� o� G°txr.,F„ n t-..,,,,a„ o„f ni, .�» ,..r.,tlo,t -�
�k��3�6€ �'- '=B�E� .
t#� �-v�
E,_, Tl,., .. ., L,;.7 �i,.,ll ; .-.1,,.-la;
�
71 D., „+ .- � T
z�
�} £�
� �
� �
� ri•� �i „�o _ ,,,„ ,.i
� � -
�} E�e��
tixr.,.,,,- �cr„t..,, n,,.,,,..,.,i
� ��
�} -
� �
�
�e-���e���p���e���e� `�e-�st�re�e-�t" .,�,.,3� r-.o ,-..,,a � r „� �r,o
« »
a) `-,'ur�u=��
s: .
� n,,,,,,,Y .,r �„a a;�„ �i ,.�-...,r,.,
� �
21 D., .,+ ,. ., I
��
� �
� �
�] Tlin nl �.f o a .,4o nln
II7
�%i �i„ n�.,x Hih _ s,� nr.,� n n�'v_«o��� T��VµViiiiii
T� R�
� ��
`�c�,.�„r ��„i.,,, ti,,..,,,,.,,� .,,,,a c.,i�,.,,,n
�: �1eae��
�
� "��
� �
CTTY QF NORT WORTH
STANDARI7 CONSTRUCTION SP�CIFICATION DOCiJMENTS
Reviscd December 20, 2012
Commander Rd -1Vlidficld Stage 2
City Project No. 101644
D241 l�-5
UTILTTY FiEIV10VAL1AgANDONMENT
Aage 5 of 16
1
2
3
4
5
6
7
$
9
10
il
1�
13
14
15
16
17
18
19
20
21
22
23
2�4
25
2�
�%
2$
29
30
31
32
33
34
35
3b
37
38
39
40
41
42
43
44
45
45
47
48
49
�
�
� TI. «7 �F .7 ,-,.a ,-�,�+� �1,. J;,�.,.��;;: '� :�,. .....,.,,'a:.a..,.. .: s+l�, +l.A� Tro---
�E� Fk�kE�S1lrE�-c�piv�rE���i'a�zc E@� " u�..��.�� .�...... .. .._ ... ....._
., t.... �. _
iL »
� C�z'-c.s
� �'�r�.�.y-rnn Hr� n�n�3 � 1VAElUV•
�
�} �
� noa;,,a.-., f,. �;+�
�
�} �oz�
� �'
r]1 n�� ..7 r.�i. nI'413.C4A�.]
r7
Q1 L'„ .,1.' „1., .,} �,-..a �. +.v.� .,��w:1T4;11
v7 ��
� �
� T���n
-�-} '
� ���
�
--.m�easu��e�-as-�e�eE€�e `�=e�s�e�te�+„ ��,nr�a�x'To���u �. w� �L�
�} �s
E .
�i
�} C�
11 D., o ..f ,- n��l
—7
� �
� �
� n' � .,1 ,.�' ., ., 4.. .,1 �
,� �,.�.,..;.,�,;�n ,-.i.,,,o�...,,n+ �.,.a_r *��.. ��' �w�ir�:i�
� �� � �
� A�
�'�l � d � F +l.' 7+ ,;11 L.o ,-. E. �"r�. 1-` 'a: :.i.� :.� 1�." :...���..:: `�.
,i� iiy.� �. ..
� �a�
�
�r���fe���s��a��e�- "�n� .,t„ �i,�ii_�,,, ;,� �� w� �':�
� -rti o �,;,a nti.,n �..�i,.a�:
71 T7o „I ,,.�1 �.,1. u ..�f;ro 1,.,,7,-�,.��f..
�T
� r,�i. . +„ �•+.
� n.,...,.,,,,.,+ ,. „r
4} �
� ��
G] ll' .,1 .��F'o �� i„ i«.., :.��
�I
�ryl r... ,.t.:..� ..1., o .,s ,,,,,7 ,. �+;,, „� � :: 1,F:11
�7 � �,�...
� �
� �x� � r�r,,,.o,- ua U. ., :a �w.; �
�s�
,� T�iriti._ i�
C1TY Oi� FORT WORTH
STANDAItD CONSTRUCTION SP�CICICATION DOCUMEI�t1'S
Revised December 2Q, 2�12
Cammander Rd - Midfield Stdgc 2
City Project No. 1D1644
0241 t4-6
[JTILITY RTMOVAL/P.BANDpNMENT
Page 6 of l6
1
2
3
4
5
6
%
8
9
IO
11
IZ
13
14
15
16
17
18
19
io
2�
z2
23
24
2S
26
27
28
Zg
30
31
32
33
34
35
36
37
38
39
�0
�i 1
42
43
44
45
46
47
48
49
�
�"�
� �
� m,� i � ,.a ,,,� .�,n, i u«�..,��a �.,. .,.....,��w__.,., .::+�, +�.,� r+o---
�xxn�accracmca-cr�-p`�rc.'v-in��3�e� `�v4eR�sk��e�3�.°,•+» �Y..,11 1,�, .,.,,.1 F ,- .,f ti.o
�7� �-.�r� .. nr� «C � «I 4 �ilfr.4r.r�� -F �-�
� t�va
�} ��"V��s��4��e��e����oc-��s" a�� ,a '.. u�,,.,�aw....� ...?�
a
�i
��r-,��ao � e�oc-��g" .,,,. *' ,.:.� �., w!'v .. �a.
,
�, Tl,e o ls;�l nl..,l�uiviu.'�.�.
� no .,� .,,a ...,t� .,�'. �+o .tt�r
�7l n„�:..,,,.., t., n;t..
�7
2\ T]n ..4 r nl
��
� �
� ��
�
� G .�t,;r.� rt * �.�u �.,� �„+;,,� „�ti.,,,ir�;n
� "„� ........... ..� .,�..,..�.__
D7 ��
�
a� ���
� \ 7�.r�., ..t � .- �L.:., T�..,-., . .;11 1.., .-.1+ . .,+�. -^l��^ ^ic"aiivii �v vv
zj
� ���
� �'-a��
�
r„�e�stt�e�i--as-�-�e��e�"�Ieas���e�e� " �.w�.. x.,, w. .u.,
�:+ � o r.�,a .. ,.H *�e.,i,..,,.� �ar.,fA,- c,.,,,..i;Hn e+,,.:,..,,,
u�„� ��,�� Y���.S ..«.��.,.� .
� TL. 0 1-.y.d .�1,.,11 ; ..iuu�:
]1 l�o.�.,....,F .,.,.a �.,1...,.. ..�.,.a+o.-.�..,.,�,.,1:,,.Y ..L..f:�..,
T7 b ., .A.,.,,�
71 n�l: , r„ !"'r..
zJ
�1 n.,,.....,o.-.r,.o,,....�..,T
�"T
� �
� ��
� n�., .,1 ,.�o _ .,F„ .,t�
� � �i,; „i� • u��u .,.,. �4:�_� ���µ�'_�"
`T� ::t. w
$} �� .
� r,. ,.,-., �xr„E�. `�., ,�a n„ .,t
� ���1�e��
� � �.. .,} � r.�.;., T�o ,.n �.,, „�, ,, o+o „+„ u�< <� ��
n�
x c�a�v�r
� ��
�
�e-�s���-as�e��e-�-�e��easure�e� " ru:� .... u� .�...
«
� 'Tl,a ,. ., l-.;.] oh..i1 : ..1„a�,:
�
� n i i a a.,r; o „f� r�� ....� �.,...: +� r:+ ,�.,.,,.i:..�i-,io
� � V..:;, _� --rr_ ^ �_
� n � � e.,a a�r;.,o,� �' Yu:.�,4� ,-„ r:+.._.�',.,....�.',..,i-.i�
� ��y ., .., ..,.�� .a .ak,t,�a.,...,...
CITY QF FORT WORTH
STA1VllARD GONS1'RUCTION SPECTL'ICATION DOCUMENTS
Revised December 20, 2D l2
Commander Rd - Midfield Stage 2
Ciry Projcc€ No. 101644
0241 14-7
UTILITY REMOVAL/ABANDONMEIVT
Page 7 of 16
1
Z
3
4
5
6
7
8
9
10
11
12
13
14
15
i6
17
1�
19
20
2]
22
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
�46
47
�8
49
� '.
a
{l n., .,+ .. .,!
^I
!1 1T'"-.nc�a=r a=iori
vJ
�} �a�-�g
�}
� �
-�} ��
. .. - -- --� -----•=��ee.etssrs;�;.s�
�:
�
�
�: �`�,x..a��F
�
�
� � ---'-----=r-----__a _....7........s,,.-;.,i� f, ol� �uw.....,..�»....., ...._�
« �,
»
„\ C�ai- c-.�i
u�
E •
�7
� � _�_� ....:
� �
� ��
� �
�
� �
�} �
a: �4:���
�
��
� � ---�----r_��__a,.....7.......+., .,1�F,. -,....,.�.....a.».,.-._.,....�._
»
»
� ��a �a�Riz�����.,
�, Tl,o a 1�,'.� �l 11 �....��:`��:
�
� � a
�}
�
�i €��v�e�
t�} �k�
� r,' 7^� o J ���w��..�?�
� �
� ��
a- T�ui
�
.,.r,.,,�.,.-a �,a•„ o M�-
CITY OF FDRT WORTH
S'fANDARD CONSTRLJCTION SPECIPICATION DOCUM�NTS
Revised December 20, 2012
Commander Rd - Midfield Stagc 2
City Projcct No. 101694
024] 14-8
UTILITY RLIV�OVAL/ABANDONMENT
Page 8 0£ 16
1
i
3
4
5
6
�
8
9
10
ll
12
13
i4
15
16
17
l8
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
� � - --T_ � _r ._.�....7 ,....,a .,.,.,ro ..3� �, � u ... �,......r�`��....,.. .: _rl, tl,;� T+e
,, ,� .,�.o q.��e��e� ` „
.� »
� T��-xs� o���::u:� ...�i,uao=
� n i a a• i s�- .�::�i��..
�J".
� �
� ti„ „+,-o,�,,,,,^�
� �
�} �g
� ,-,• .,i „� .,�.. �..w:�:-:�?�
� �
�} Ele��
�:
�
�
� "�a��==� ��
�
�
� �
�
« »-
�} �-d��.�
� T�, o i..•,a .,��:� ...��:..'��:
�
� n.,, ,,,..�, o„+ ,- ,,,,,..., i
�} �a�e�t
� ��
�} �
6} �a� or �n,,.,�., .�.w:�:'�w!
�
�} E�a�-� �
n�,._.., c,.__,..� ns.,.,t,.,t� i7a.,,,....,�
� "��� �__� : �
�
��
� �
� „
« »
�} `-��s
E�: Tzixc piiva�-, vi��:i i�ii ax.: �:..'d.�
� n i a,�. r �� ;^ w^�:�i �
� > '
� D., e.�.F ,-a vui
4� �x�
� ��
� r�•.. .,� „�'o x,ui�&
� �
CITY OF PORT WORTH
STANT�ARD CONSTIZUGTI4N SPECIF'ICATION DOC1LTiv�T,NTS
Revised December 2U, 2tl12
Commander Rd - IvTidfield Stage 2
City Project l�o. 101644
024! ]a-9
i]TIL[TY 1tEIvIOVAL/AE3ANDONMEN"r
Page 9 af 16
1
2
3
4
5
6
7
g
9
10
��
��
13
14
15
16
1%
18
19
2�
21
22
23
24
25
26
27
2g
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
�47
48
49
� ��
,� �+,. ca ,. r„ „f•,.,, n,,., no �.��1
a-: ���
� T�„ ,,,+ � .- r-t,:.. Tf.., .;11 L.� _ ..h�.a ��,.r., .�+:.�.. .",t«��i„ro
� � �..� . ... ,..,
r� ho ��t_
� �
�
� «h,r �t,,,n �,o ;,a � .,�+�t��
ctftEr��l€a$�L�EE�-&5-�'$�E��#k2[-�€��rrc^aS�r�li�13 " - . w ..
e�
�} `.��
� �r4.a „w:,,,, t,;.a �i-..,lt ;,,..T„u�:�
�
�?l t7 1 .,7� w,l1 � 1' ff �.......,..".'.`� :....,� F� r:+j'� i��.i,i.�rr�l.la
� � .. . �, _
�1 D., .,t .- al
��
4} ��
� �
�l r�: .,T „�„ .,re �1�
vJ
� �.. .,�.•., .,i., o „+ .,�,� „ ,..;,. „� �uuririi
��
� ��
¢ o...v.., a,.---�� r,,.,,.F;,,,, c+.-,.,.+..,-� uow,-,,,�..,t
� �e-as��
��l hrf,. .,E F,-+1�.'.. Ta., .:13 ha �.1, ot.. ....:�v,.. N�.:.^-.t,�re
�� a �..
�n ��
�: �
�
��:���se�-a��e-� � ~��o�`��?e�s��e��" ��..,�� �,�_ .,a � -a� ��:L
„
�, Tl... � 1.:.1 �l,.,li i,.,.L1.,.7�.:
�
�]Z n..�,.,.,,.,1 ..1.,.,..., ..,-..] .]„1,...,,.., ..ff;... .,a .. « r.. (";t.. ;�u.�...1:..rt1.la
z.j � " ��J's • YY��...........
� Un r.4.-e .�1
� �
� �
�
� �., .,�.• .,r., �f ,,.,a „ rf:,. „�vµ�yt�>>
��
� ��
� �f� co � r.,i�r no .,i
� "�p.���
�\ T��T 4� r F�-..n i4 ��� 1-. .- _ wv�. �4.�rrn .�..... �a .r.�o4 4�. G.�.
�7 v Yva v u, rv=a=a =---- �---
��
�: ��
�
« »
.+.., ,. �,•,a ..o ,.t, «u� o_ �r„ .,, r,~.��:" � ..
� ��
l�} '`• Y��
E .
� -
� o„ �� ,-e �i
C1T'Y dF FORT WdILTH
S'T't1TIDARD CONSTRUC"l ION SPECIFICATION DOCUM1iNT5
Revised 17ecember 20, 2012
Commander Rd - Midfield Stage 2
City I'roject Nv. ] 01644
az4� ta- to
U"CTLITY RLMOVAT,/ABANDONMENT
Page l6 of l6
�
2
3
4
5
6
7
8
9
10
11
12
13
14
15
15
17
l8
19
20
ai
22
23
24
25
26
27
28
29
30
31
�2
33
34
35
36
37
38
39
4Q
41
42
43
44
45
46
�7
�O
�i9
�
�
�:
�-} �7�E,�iOi'�
� ��
� n' i „�' o - �.u�...awru
� �
a} �
e. c r„ „r',� 1� v: D �.x.� ;�
c� „�zic
�
,�,,., ,.,. i.,, ,. ,o,�_
� �
� « „
« „
E •rt,a o 1,;.7 �l-..�ll : ,.��:.��:
�
�} �� �z �__� � �:
�} �xa��
4} �g
� r,;��.,,n„i „�o.,,.��,�;���w��::u?�
� �
� �
TT_..a_....Tirc�rr no.Y.,,��.�t
a- A���
�
�..,..,c,�.,,9.r lCRTI +., 4.0 ,- .0.7
� �
� « �,
'. �,'a � r"��.,...., ... ��..w�.. __� �� _ ".
E -
,l n 1 ,] A' 1 �'i7on.a,...,����iT
�J A
7\ U., ,z+ ,- .. �
r�
� �a�cava
`�} �g
� n;..,.,..,.,i „�o,,,.a�� ,rµ�..��:���
� �..,..,;.,�,:�,n ..7,,,.�r..o�� ,,..a ; .,. .,,.+,,,., „��.,,.,ir�;u
� u :�:�....,.a.,�. �._ ......_�
� ��
T l. Tl,-.� �.+ 17 .,... r. ..,1
� �ure��
�
,a + �.� ,-o P��u.
�- 1%�'T'�1� - ---�_ ___.r _..,..,,1 .,,.,,] .,,.,ra,-;.,1� �.,- ' �,J`? �.. .,...,�_'�......., .: afilz +lw:., T+o.,,
�7 � ,� __.
« »
»
..1 i�
�7
E �'z ic �i�r'rco-o-iu .,�w.T� :..^-.i.�de-.
7� n 1 ,] ,7' 1 1' �r^ rr..� �;,,.,
T7
� T],. r,4 r m.�.�ni
CITY OF PORT WORTtT
S`F'ANDARD CONSTRUCTION SPECIFICATiON DUCUl�h�NTS
Revised December 20, 2012
Commander Rd - Midfeld 5tage Z
Ciry Project I�lo. 101644
02 41 14-11
U7'iT.ITY ItEMOVALlABA,NDONMGNT
Page I I of 16
1 �} �
2 ¢} �a�i�g
� G\ rl•., .,1 f.-F�, o ��-var��
�7 � r� r/r nn m
q � r-- --_,_.�_ _ .............�� .,.,,a ,.+:,. ,.f�,.,..��f11
� -
5 �7 �"'�
5 1.3 REk'ERENCES [NOT USEDJ
7 l.g ADMINISTRA.TIV� REQUIREM�NT�
8 A. Coordination
9 1. Cnntact Inspector and the Wafer Depari�nnent FieId Operaiion Storage Yard for
10 coordination of salvage material retuzxa.
I 1 I.5 SUBMITTALS [NOT USED]
12 I.6 ACTION SUSMITTALSIINFORMATIONAL SUBMITTALS [NOT USED�
13 �.7 CL05EOUT SUSMITTALS [NOT USED]
14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT CTSEDj
15 1.9 QUALTiTY ASSURANCE [NOT USEDj
16 110 D�L�VERY, STORAG�, AND HANDLING
17 A. Starage and Handling Requirements
X g 1. Protect and salvage aIl materials such that no damage oecurs during delivery to the
l9 City.
CiTY OP FORT WORTH Commander Rd - 1VFidfie[d Stage 2
STANAA[tU CONSTI2UCTION SPECIFICATiQN llOC�JMENTS City Project No. E O1644
Kevised December 20, 2fl 12
D2 41 14 - 12
UTILITY REMOVAUA�3A�IpONMENT
Page 12 of i 6
2
1.i1 FIELD [SITE] CONDIT�ONS [NOT USED]
112 WARR.A.NTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER�T'URNISHED [o�z] OWNER-SUPPL�ED PRODUCTS �N�T USED]
5 2.2 MAT�RIALS
6 2.3 ACCESSORi�S [NOT �C7�ED]
7 2.4 SOURCE QUALITY CONTROL [NOT USED]
8 PART 3 � EXECUTION
9 3.l IN�TALL�RS [NOT USED]
10 3.2 EXAMINATION [NOT USED]
li
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
20
29
30
31
32
33
34
35
3b
37
38
33 PREPARATION [NOT USED]
3.4 REMOVAL, SALVAGE, AND ABANDONMENT
A. General
Manhole Abandonxxaent
a. All manholes that are to be taken out af service are to be z-ernoved unless
specificaily requested and/or approved by City.
b. Excavate and backfiIl in accozdance with Section 33 OS 10.
c. Aemove and salvage maiabole frame and cover as coardinated with City.
d. Deliver salvaged material to the City.
e. Cui a�d plug sewer lines to be abandoned.
f. Backfill manhole void in accordance with City Standard Details.
. ..�:. - --
� ��r..f,.,. T; o n.-a o n�,,,.
� r� +•i r,-,,,-. �z,.,ro.- r; �
�l T'--____ ...I,...a .i 1..,,.1rF;11 ; .,,-.7.,,,..o ..;t4, C�,.^>�i.^.0 �� �l[ 711
z� �� � �
�
,:+t, c„rE;,,., �� i s i i
� D � /~ } � �7i� • � a.v rva44v ���+.v� `i"Z � i 7�
� n��r rnnn .,�a �onc sa�.�r�.� r :
.� '-'.- - -- =1- ---y- ' ti i �-ii � ,�„ri � 9,�«: �....���u ?? ���2
�� � � csxm—m-caccvza«-c •
�] 7]I..,..t,;+L. ..,.. TAT DI,,.Y ..;f�l. ...a..l..,.,:�..,1 + iu� u-aau vivvl�;.-..T �......,..�...7.,.,..o
i,7 ��..,.� . �.�....,_.
,;,-�, c �,.t; �„ 2��� i 7
� o r rY � ,a nt ,,,-,�.�.,,. .:fw ���..,.n �� y � ��
E �ei}E�e��-��'e5s�' n� a.,.- �xr,-.,�-.,� a c v.,� r��.i:.,,7�.- rr�r�.., �xr„F,,,. r:__�..
> > vy �.......�� ,. � �.., . . .....,� �.
.� ,-'--____ _...a..,.a a t,.,,,v�;n ' ,,,-a.,.,,.�.,.;+h ea��:,,., �J nc in
~� � , xx u...,�s.,u
� ��
� n � t, • .,r ,� �r,,,�.-�rr a t-. ��i,t;r�, .,t_t,.. ., c,,.,,�, ny.,,� :__
v y r .......b ., ..) .. ....»t, _ � ub _
wa., ;�.�, r,,,,�, �� , i , �.
�
CITY OH' FORT WOIt'fH Commander Rd - Midfield Stage 2
STAIVDARD CO]�TSTILUCTION SY�CIFTCATION DOCUMENTS City Projcct No. 1U1G44
Reviscd December 20, 2U12
02 41 lA - 13
Y3TILITY RI:ivIO'VAL/ABANDONMLNT
Page 13 of lb
1 �}
2 � .
3 � �,,..:�,a cr�„i «rnr,,,-r �:...,
�4 � � s '
5 �} �5��
6 a}
7 y �-F� '��
8 �}
9 �-} '
IQ
11
12
13
lA
l5
16
i7
18
�
� •
� •
_ � �
. -
■, - . .
„ � •
■ -
19 4. Water Line Removal
�p a. Excavate and bac��ll in accordance with Section 33 05 10.
21 b. Cut existing line from the utility system prioz� to rernaval.
22 c. Cut any services prior to removal.
23 d. Aemove existing pipe line and properly dispose as approved by City.
24 � jxr.,+„w t�„r,.o uo�,,...,i
25 �= '
26 � � -
27 E .
2$
29
30
31
32
33
3A
35
3b
37
38
39
40
41
42
43
�44
�45
4b
47
48
. r.�
� �
. -
�_ _ _ - _ . _ .. _
� - -
. �
�
� •
� �
E '
�
� �
� � ,.w,,,r,o �:,-� i r..,awu :�.
E •
�:
�
� n a + 1 .7 ,�, a+ a �;�'�,�. u: .... .
ub�
, „ _ . _ r.�
. -
., . �. -
CITY OF FdRT WOl�"�'H
STANDARl7 CONSTRUCTION Sl'ECIFICATION DOCidMENTS
ILevised December 2D, 2D12
Commander Rd - Midfield 5tage Z
Ciry 1'roject No. 101644
02 41 14 - 14
UT[LITY REMOVALIABANDONMGNT
Page 14 of 16
1 � �"'+� ;ri � .;,a., w _,..........,, y ............. � ,. _„�+.,11„*;,,n
2. � T�To+a.- R..,. �,��7 f�d
3 � n ,a � �r � ��� �'� : �.a.
� � n a.�' „�'.� �......�:..,,,,,...a+oi t��._ T;�1.
5 �}
6 ���
7
^l o a a' „f'..,o��: �'�...
Tf
& .� �xr � c t cr,,.: � na � .u�a �w:;
w��
9 �. D r7 �...I. .�i,ub'ru�.v. .,..'.'."_a.�.". �:»±:�__.
X� �:
11 �
�2 ,� f'' f [F7.,+o,-�T_n„1+D�ii�uv :i
13 � r._ + .a ty i f-ti • ,.,-a.,ri� '+H v.,�+i,.,, �2 nr i n
i4 � ��������-����-.-
15 E. n,. �„� �.,i. .,i. _
i6� n,. �,.� n.,i, o ��a��+yi�.
1 / �
i 8 Ya�'�=
14 � -
20 g Y,,._..,.,;�,� ,.�a ro .,+;,.e ,. �.v�o �,n„�4
21 �. n' ,.F�11 m�.��..u�u.
22 �:
23 �
24 �- •
25 E �
26 � c:.., , ca T �..,� �:.'� .^ a:�..w.......,
„NA' "`
2.I .� C'.,.�.;a,,.-.. C.,..,..,r T, e A1-.R .7., uii.. ;+ D1,
���wb
Z�i � r'-- ----.--s .,.7 4, 1 f 11 ' .7 �.i+l, C iw,� .�,.�. flS 1 LL
z9 �; D ,-..7 �: o � cu. j.,..., :�a.-
30 � -
31 �:
32 � c.. ,.,+„ .,�,.� �,.,,,t.�;iy ; -� ..�*� �u„f;,.., z�z nc 7 n
33 �: -
34 E
35 r�r cn,r • ,.,-a,,.,..a .;rt, v� �� ��.
36 � T�' �' .,ro.su�.
37 � �..,..;f,,,�, c,,.,.o,. r: � u,,.,.,,...,,i
38 � r-�_._____ _a i.....i rtt • a„r„o .-+t, cy.,f.., :�z� nc _-�
39 �. r + +•r a i; « �..., u�....� ,,,, .,..,__. Y._.._ _.. _ _..---- - ----
40 � r+" o ��� �� �.,...., .�.�
41 �
42
43
��
45
�46
�47
48
¢ C' 'r . c o r r �f ,::.,r �� p �,,..., :�.µl
�-
_a _ ._�.....,. ,. ..:F;.,,,11.. r .,�.ao.� o.,.Ff ,.,.i 1... (';r..
-- - �,1,��,...., .,� .�...�.
� - - ,,.i l, 1 l�;ll : .7 �.rh C.,..i�;.,,, �� !lC 1[l.
.� D a �.�1� �;viv � w.A..r .�:i`a �.....,.
�: -
� 7l 1'�L, .,..,.� ,- vi v..�.,�. .,..,.,:.._....., �...,.-..�....�...
CITY OF �ORT WORTH Cotnmander Rd - Midfield Stage 2
STANDARD CONSTRUC`I70N SPECIFICATION llOCiIMENTS Ciry Project No. E01644
Revised December 20, 2012
02�}1 14- IS
U1'1LI"TX REMOVALIAi3ANDONMLNT
Page 15 of l6
2
3
4
5
b
7
&
9
10
11
12
i3
1�4
15
L6
17
18
19
za
21
22
23
24
25
26
27
z8
29
30
31
32
33
34
35
36
37
38
39
4fl
�1
42
43
44
�5
46
47
_ �!T}:'
�
_ _ � 1
. -
■. - ■- - - •-
■- - - -
� c+ c� o.- r-' a n ,:.' ����w....�v
YY
� c,-�,-.,, co.,.a� nt,.,,,.�,,,,,,,e.,r nl,,.�
� � . f .� i-, i.r.ir : ., ,a ,.�uh ��,.t:,,,, 2� n� ti n
� r,,, .,n��
� nt �+t, �r c��r ; -� �., �..�:: �L,.+:,,., n� n.r 7�
� c+ c r nr-..,n,a� H+i-, ��.,u��"
� ••s
� r._ + a y., i�ii � a.,.,,.,, ..;r�, ca„f;,,., �� nc �n
� n,.,..,.4,.,-+i,o o ..+:,,,Y t.,,o r�. 1.� ,,,- „r�,a_
E
rYr e��r ; ,...,�.,,,,. ,:}t� nz �.t y�
� n•., „�„ o �tA,-:u�:
,� e.,..-.,, co�_.,,.� r; „ n o,Y.,.,..,i
� � . + a i-.., i��:ii ; „ ,a �,.s�.h ��,.}i„r �� n< ti n
� n ' .:�,. ,� 0 1;., �a .. ,.,-�.. ,7'., ,.�� �R� Y.,,�,.,,, 0,7 Z,,. r�'+..
w..Y�,�.J :.,t...u.. u yi,t,a.,:.. ..� a.�.
4
�
i ,,:�;.,.,u . a .,.,,�i,..-., ,,,� i... �;+�.
vow.. .,..�..., ..,. ..t,��., . ...... ..� �._..� .
b- �' �a��� i �-ii • a -99��a o� �:� : �� �� '.�':
��� ��a-�������e�
En.-. ,.i;,,i, .,..,a .. er,-:,-o ,, r,..,, .,, u����.
� .-�„� .,ra ,.i, �t„ ,- r� � r�, �,,, .,�.��u�u��.
� c+s_.___ c�______ T_.__a: « D.__ „,�(,y 7„ .,+;,.,, C'+.-�,�.4„ro Aa+.-.......1
� � t ,� t,.,,.3��;n : � r�.,., .,.a, Co„r:., i�� nc 7 n
L 71.........I;,,l, .,«,7 .- ...�;..., �. ,,.e+e n4v.,.�l�.,ra
c�-
� r a .7 1„ �r„ ��,z�.� �., �� wl�µraVri�
�, c,,,,..., co,,.e,-T,-.tot u_o�,,,.,.,i
� F� i f-n � a a..at� oo,.�.,,r �� nc An
� �/t�rp"�� G1�IIITLLrT�.[GGV1T[LGTFGc 'vv i cv ivaa .
l.. II...Y..��.r,T.. n.w.l r v�4iro �. r�4r. i.,l�i.
rr
� ,- t' � +., l�a .,l�., �u.^,..�`�.
� ��„ ca ..n„,na .,i
� T'-- -- _a t....,.i_Fir ; ,,..,a,,.,,.,, . ..+�, ce,.t:,.,, �� nc y n
� r-� + +• i • � �„-, f�.o „t�i •t �,,.. �.,: :� ...�:'..,w'
- r�
� r�„� „ .- +„ ., a.
� n,. .,,•� ., i, „a „ ..r.. ,�; .,.�,r �. , r•+�.
af,1,. .,� ,.�.
�:
� r._ a ,71, 1 F'FI Ya.. r++l. C�.,..+i;i �� VC �R.
� r,,.,....,.r;,,T.. .,.,a ,. ,,.;.-,. ,. r�ro ;.,��._
� •
� ��n._... co,s.o,--r,.,,,,,,t, r�,..,:,, v,,.,,,,�,.�t
� T'-- - _.a t....,.i_r.ti : ,,..,�,,,,,.� . ,;+H c�,.t;,,,, �� nr � n
�
CITY OF �ORT WOR1'i3
STANDARD CONSTRUCTIOl� SPECIPICATION DOCUNiENl'S
Re�iscc� Decemher 20, 2012
Coanmander Rd - Midficld Stage 2
City Project Na. 1U1644
oaai ia- �6
UTILITY REMOVAI�IABANDONMEIVT
Page 16 of I6
1 3.5 REPAIR / R�STORATION [NOT US�D]
2 3.6 RE-INSTALLATION (NOT USED]
3 3.7 FIELD [oa] SITE QUALITY CONTROL
4 3.8 SY�TEM STARTUP �NOT USED]
5 3.9 AD�USTING INOT USED]
6 3.10 CLEANING [NOT USED]
7 3.17. CLOSEOUT ACTIVITI�S [NOT USED�
S 3.1.2 PROTECT�ON [NOT USED]
9 3.13 MAINTENANCE [NOT US�D]
10 3.14 ATTACHMENTS [NQT USED]
li
iz
END OF SECTION
Revision Log
DAT� NAM� SUMMARY OF CHANGE
1.2.C3.c. -� Inchide Frame and Cover in Payment dcscriptian
12/20/12 I]. Johnson Throughout — added abandonment of storn� and sewer manholes when requested
andlar approved by City
l3
CITY OF �'ORT WORTH Commander Itd - Midfield Stage 2
STANDAItD CdNSTEZUCTION Sl'ECTFICAT30iV DOCUivfE%fTS City ProjectTio. L01644
Revised December 2Q, 2012
a3 3o flo - i
CAS7'-IN-PLACE CONCRETE
Page l of 25
1
2
3 PART1- GENERAL
4 I.1 SUMMARY
5
6
7
8
9
10
11
i2
13
�4
15
16
17
18
19
20
21
22
23 1.2
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
SECTION 03 30 00
CAST-IN-PLACE CONCRETE
A. Section Includes:
1. Cast-in place concrete, including fo�rnwork, reinforcexx�ent, concrete materials,
mixture design, placement procedures and �nishes, for the following:
a. Piers
b. Footings
c. Slabs-on-grade
d. �'out�dation walls
e_ Retaining walls (non TxDOT}
f. Suspended slabs
g. Blocking
h. Cast-in-place manholes
i. Concrete vaults for meters and valves
j. Concrete encasement of utility lines
B. Deviations fram this City of Fort Worth Standard Specifica�ion
1. None.
C. Related Specification Sectioz�s include, but are z�ot necessarily limited to:
1. Division d— Bidding Aequirements, Contract Forms and Cor�ditions of the Conlract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Cast-in-Place Coz�crete
1. Measurenr�ent
a. Thzs Item is considered subsicliary to the structure or Items being placed except
where specified. When specified, concrete encase�nent wiil 6e measured per
linear foot.
2. Payment
a. The vvork perforrned and khe materials furnished in accordance with this Item
are subsidiary to the structure or Items being placed and no other compensation
vvill be allowed �cept where specified. Where specified t�ae work�erformed
and materiaLs furnished in accordance with this Item will be paid_ for at the
unit price hid far:
1) 0330.0002 Concrete Encasement — per �inear foot
B. Reinforced Concrete Pipe Cap
I. Measurement
a. Measurcment for this Item shall be per each Cap completc.
2. Payment
GITY OP PORT WORTH Commander Rd - Midfield Stage 2
ST'ANDARU CONSTRUCTION SPLtCIPICATlON I)OCUNIENTS City Project No. 101644
Revised December 20, 2012
o33aoo-z
CAS'T-IN-PLACE CONCRE7'�
Page 2 of 25
1
2
3
A. De�nitions
4 1.3 REFERENCES
5
6
7
8
9
10
11
12
13
14
IS
is
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
�}4
45
a. The work perfarmed and maEerials furnished i� accordance with fhis Item will
be paid for at the unit price bid for:
I) 0334.00Q1 RCP Cap — per each
Cementitious Materials
a. Portland cement alone or in combination vvith 1 or mare of the following:
1 } Blended hyd�raulic cement
2} Fly ash
3} Other pozzolans
4) Ground granulated blast-furnace slag
S) Silica fume
b. Subject to compliance with the requireanents of this specification
B. Referenee Standards
1.
2.
3.
�.
E
Reference standards cited in t1�is Specifcation refer to the current reference
standard published at the time of the latest re�ision date logged at the end o� this
Speci�`ication, unless a date is speciiicaliy cited.
Ar►�erican Association of State Highway and Transportation (A.A.SH`I'O):
a. M182, Burlap Cloih Made from Jute or Kenaf.
American Concrete Institute (ACI}:
a. ACI 1� 7 Specification for Tolerances for Concz�ete Coilstruction and Materials
b. AC1301 Specifications for Structural Concrete
c. ACI 305.1 Specification for Hot Weather Coner�ting
d. ACI 306.1 Standard Specificatio� for Cold Weather Concreting
e. ACI 3081 Standard Speci�cation far Curing Concrete
f ACI 318 Building Code Requirements for Structural Concrete
g. ACI 347 Guide to Formwork for Concrete
American Institute of Steel Construction (AISC):
a. 3a3, Code of Standard Practice for Steel Buildi�ags and Bridges.
ASTM In�ernational {ASTM):
a. A36, Standard Specification for Carbon Structural Steel.
b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel
Hardware.
c. A193, Standard Speci�cation for Alloy-Steel and Stainless Steel Bolting
Materials for Hi�h-Texnperaiure Service and Other Special Purpose
Applications.
d. A615, Stan.dard Specification for Deformed and Ptaix� Carbon�Steel Bars for
Concrete Reinforcement.
e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for
Cancrete Reinforcement.
f C31, Standard Prac�ice for Malcing and Curing Concrete Test Specimens in the
Field.
g. C33, Standard Specification £or Concrete Aggregates.
h. C39, Standard Test Methad for Compressive Strength of Cylindrical Concreie
Specimens.
CITY dP P'ORT WORTI� Commander Rd - Midfield 5tage 2
STANDACLD CONSTRUCTION SPECLt�TCATION DOCUMENT'S City Praject No. 161644
Revised Aecember 2U, 2612
ossoao-3
CAST-IN-PLACE CdNCIti;'TE
Page 3 of 25
1
2
3
4
5
6
7
8
9
IO
I1
12
l3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3�
31
32
33
34
35
36
37
38
39
�40
i. C42, Standard Test Method for �btaining and Testing DriIled Cores and Sawed
Beams of Concrete.
j. C94, Standard Specification �or Ready-Mixed Con.czeLe.
k. C109, �tandard Test Methad for Compressive Strength of Hydraulic Cexnent
Martars (Using 2-inck� or {50-milimeter] Cube Specimens)
1. C1A�3, Standard Test Method for �lump of Hydraulic-Cement Cox�crete.
m. C171, Standard Specification for Sheet Materials for Curing Conczete.
n. C15�, Standard Specification for Portiand Cenlent.
o. C172, Sta�dard Practice for Sampling F'reshly Mixed Concrete.
p. C219, Standard Terminology Relating to Hydraulic Cexnent.
q. C231, Standard Test Method foz Air Content of Freshly Mixed Concrete by ihe
Pressure Method.
r. C260, Standard Specification for Air-Entraining Atlmixtures for Concrete.
s. C309, Standard Specification for Liquid Membrane-Forming Compounds for
Curing Concrete.
t. C49A, Standard Specification for ChemicaI Admixtures far Concrete.
u. C6l 8, Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete.
v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for
Concrete.
w. C989, Standard Specification far Ground Cn�anulated Blast-Furnace Slag for
Use in Concrete and Mortars.
x. C 1017, Standard �peci�catian for Chemical Admixt�es for Use in Producing
�'lowing Concrete.
y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened
Concrete.
z. C�064, Standard Tesf Method for "I'emperatrzre of Freshly Mixed Hydraulic-
Cement Concrete.
aa. Ci240, Standard Specification for Silica Fume Used in Cementitious Mixtures.
bb. E1 I55, Standard Test Method for Determining FF Floor Flatness and F� Floor
Levelness Nurnbers.
cc. F436, Standard Speciiication for Hardened Steel Washers.
American Welding Society (AWS).
a. D1.1, Structural Welding Code - Steel.
b. D1.4, Structural Welding Code - Reinforcing Steel.
Concrete Reinforcing Steel Institute {CRSI)
a. Manual of Standard Practice
8. Texas Departinent of Transportatzon
a. Standard Specificatian for Canstruction and Maix�tenance of Highways, Streets
and Bridges
41 1.4 ADMINISTRATYVE REQUIREMENT�
42
43
44
45
46
��
7
A. Work included
1. Design, fabrication, erection and stripping of formwork for cast-in-place canerete
including shoring, reshoring, �alsework, bracing, proprietary forming syste�s,
prefabricated forxr►s, void forms, permax�ent metal forms, bulkheads, keys,
blockouts, sleeves, pockets and accessoz�es.
CiTY OF FOR'1' WORTH Commander Rd - Midfield S�age 2
STANDA12ll CONSTitUCTIOi�I SPECT�'ICATION DOCUML'iVTS City 1'�-oject No. ] 01644
Reviscd December 20, 2012
033000-4
CA5`1'-1N-PLACE CONCR�TG
1'age 4 of 25
1
2
3
4
5
6
7
S
9
a. Erection shall include installation in fomrr►work of items furnished by other
trades.
2. FUrnish all labox and materials required to fabricate, deliver and install
reinforcement and embedded metal assemblies for cast-in-place concrete, including
steel baz-s, welded steel wire fabric, ties, supports and sleeves.
3. Fuznish all labor and materials required to perform the following:
a. Cast-in-place concrete
b. Concrete mix designs
c. Grouting
10 1.5 SUBMITTALS
11 A. Submittats shali be in accordance vvith Section O1 33 00.
12 B. All subrtiittals s1�a11 be approvcd by the City prior to delivery and/or fabrication for
13 specials.
14 l.6 ACTION SUBMITTALS/YNFORMATIONAL SUBMITTALS
15
16
17
18
19
20
21
22
23
24
25
26
27
28 I.7
A. Product Data
1. Required for each type of product indicated
B. Design Mzxtures
1. For each concrete mixture submit proposed mix designs in accordance witl� ACI
31 S, chapter 5.
2. Submit each proposed nnix design with a record o�past performance.
3. Submit alternate design m�fures when characteristics of materials, Project
conditions, weather, test results or other circumstances warrant adjustments.
�4. Indicate aanounts of mixing water to be withheld for later addition at Project site.
a. Include this quantity on delivery ticket.
C. Steel Reinforcement Submiitals for Information
1. Mill test certificates of supplied conerete rein%rcing, zndicating physical and
chemical analysis.
CLOSEOUT SUBMITTALS [NOT USED�
29 1.8 MAiNT�NANCE MATER�AL SUBMITTALS �NOT USED]
30 I.9 QUALITY ASSURANCE
3I
32
33
3�4
35
36
A. Manufacturer Qualifications
1. A finn experienced in manufacturing ready�mixed eoncrete products and that
complies with ASTM C94 reqiEireznents for productian facilities and equipment
2. Manufacturer certif ed accordin� to NRMCA's "Certification of Ready Mixed
Concz�ete Produetion Facilities"
B. Source Limitations
CITY OP �'ORT WORTH Commander Rd - Midfield Stage 2
STANI)ARD CONSTRUCTION SPCCIPICATION DOCUMENI'S City 1'roject No. 101644
Revised December 2U, 2012
033000-5
CAST-IN-PLACE CONCRE,'fE
Page 5 of 25
1
2
3
4
5
6
7
8
1. Obtain each type or class of ce�nentztious material of the same brand fram the salne
manufacturer's �lant, obtain a�gregate from 1 source and obtain admixtures through
1 source froxn a single manufacturer.
C. ACI Fublicaiions
1. Comply with the following unless modified by requirements in the Contract
Documents:
a. ACI 301 Sections 1 through 5
b. ACI 117
9 D. Concrete Testing Service
10 1. Engage a qualified independent testing agency to perform ixiaterial cvaluation tests.
11 1.10 DELIV�RY, STORA,GE, AND HANDLING
12 A. Steel Reinforcerr�ent
13 1. Deliver, store, and handle sieel reinforcement to prevez�t bending and damage.
14 2. Avoid damaging coatings on steel reinforcement.
15
16
17
18
19
B. Waterstops
1. Store waterstops under cover to protect from znoisture, sunlight, dirt, ail and other
contaminants.
1.11 FIELD CONDITIONS �NOT US�D]
1.12 WARRANTY [NOT USEDJ
20 PART 2 - �RODUCTS
21 2.1 OWNER-FURNISHED OR OWNER-SUPPLYED PRODUCTS �NOT USEDj
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
2.2 PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. In otber Part 2 articles where titles below introduce iists, khe following requirements
apply to product selection:
a. Available Products: Subject fo compliance with requirements, products that
may be incarporated into the W ork include, but are not limited to, products
specified.
b. Available Max�ufacturers: Subjeci to compliance with rec�uirements,
manufacturers offering products that may be incorporated into the Work
include, but are not limited to, manufacturers speci�ed.
B. Form-Facing Materials
1. Rough-�o�ed �'inisi�ed Concrete
a. Plywood, lumber, metal or another approved material
b. Provide lumber dre,ssed on at Ieast 2 edges and 1 side for tight �t.
2. Chamfer Strips
a. Wood, metal, PVC or rubber strips
b. 3/a-inch x 3/4-inch, rninimum
CITY OF HOItT W4RTH Commander Rd - Midfceld Stagc 2
STANDARD CONSTRUCTION SPECIFICA"I'ION DOCUNiEN`I5 City ProjectNo. ]03644
Rcvised Deccmher 2D, 2012
033UUD-6
CAST-1[V-PLACE CONCRET'�
I'age G of 25
�
2
3
�F
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
Za
21
22
23
2�4
25
25
27
28
29
30
31
32
33
3�4
35
36
37
38
39
40
4i
42
43
4�4
3. Rustication Strips
a. Wood, metal, PVC or rubber strips
b. Kerfed for ease of fo�xn reinoval
4. Form-Release Agent
a. Commercially formulated form-release agent that will not band with, stain qr
adversely affect concrete surfaces
b. Shall not zrnpair subsequent treatments of concrete surfaces
c. �or steel farm-facing materials, fo�nnaulate with rust inhibitor.
5. Fo� Ties
a. I'actory-fabricated, removable or snap-off inetal or glass-�ber-reinforced
plastic form ties designed to resist lateral pressure of fresh concrete on forms
and to prevent spalling of cnncrete on removal.
b. Furnish units thaE wiIl leave no corrodible metal closer than 1 inch to the plane
of expased concrete surface.
c. Fui7iish ties that, when removed, will leave ho�es no larger than 1 inch in
diameter in conerete surface.
d. Furnish ties with integraI water-bazxier plates to walls indieated to receive
dampproofing or waterproofng.
C. Steel Reinforce�ent
1. Reinforcing Bars
a. ASTM A615, Grade 60, defonned
D. Reinforcement Accessories
1. Smooth Dowel Bars
a. ASTM A615, Grade 60, steei bars (smooth)
b. Cut bars true to length vvith ends square and free of burrs.
2. Bar �upports
a. Bolsters, chairs, spacers and otk�er devices for spacing, supporting and fastening
reinforcing bars and welded wire reinforcement in place
b. Manufacture bar supports from steel r,vire, plastic or pz�ecast conerete according
to CRSI's "Manual o� Standard Practice," of greater campressive strength than
concrete and as fallows:
1} For concrete sux-£aces exposed io view where legs of vc+ire bar supports
contact fonns, use CRSI Class 1 plastic-protected steel wire or CRSI
Class 2 stainless-steel bar supports.
2} �or slabs-o�-grade, provide sand plates, horizontal runners or precast
concrete �locks on bottom wk�ere base material will not support cl�air lcgs
or where vapor barrier has been specii'ied.
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
C11'Y OF FORT WOR`I'kI
STANDAI2D CONSTRUCI'lON SPECIFICAI'ION DOCUMEN"1"S
Revised December 20, 20 t 2
Commander Rd - Midfield Staga 2
City Project No. 101644
U3 30 00 - 7
CAST-IN-PLAC� CONCRETE
Page 7 of 25
1
2
3
4
5
6
7
8
9
10
11
12
13
I4
15
is
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
b. Kwik Bolt II, Hilti Fastcning Systems, Tulsa, Oldahoma
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 conerete or grout-filled anasonry.
a. The adhesive system shall use a 2--camponent adhesive mix and s�all be
injected with a static mixing nozzle fallowing manufacturer's instructions.
b. The embedment depth of the rod shall provide a minizx�uxn allowablc bond
strength that is equal to the allovvable yield capacity of the rod, unless otherwise
specif ed.
2. Available Produc�s
a. Hilti HIT HY 150 Max
b. Simpson Acrylic-Tie
c. Powez-s Fasteners AC 100+ Gold
3. Thxeaded Rods: ASTM A193
a. Nuts: ASTM A563 hex cazbon steel
3�. Washers: ASTM F436 hardened carbon steel
c. �'inish: Hot-dip zinc coating, ASTM A153, Class C
H. Inserts
1. Provide metal inserts reqnired for anchorage of znaterials or ec�uipment to concrete
eonstruction whez-e not supplied by other trades:
a. In vertical cancrete surfaces for transfer of direct shear loads only, provide
adjustable wedge inserts of malleable cast iron complete with bolts, �uts and
washers.
1) Provide 3/4-inch balt size, unless othcrwise indicated.
b. Tn horizontal concrete suz-�aces and whenever inserts are subject to tension
forces, provide tlareaded inser�s of malleable cast iron furnished with full depth
bolts.
1) Provide 3/�-inch bolt size, unless otherwise indicated.
I. Concrete Materia�s
1. Cementitious Material
a. Use the following cemen�itious rz�aterials, of the same type, brand, and source,
tk�roughout Project:
1} 1'ortland Cemeni
a) ASTM C150, Type J/Il, gray
b) Supplement with the follovving:
(1) Fly Ash
(a) ASTM C618, Class C or F
(2) Ground Granulated Blast-Funr�ace Slag
(a) ASTM C9$9, Grade 1d0 ar 120.
2} Silica �'ume
a) ASTM C1240, axx�ozphous silica
3) Normal-Weight Aggregaies
a) ASTM C33, Class 3S coarse aggregate or better, graded
b} Frovide aggregates from a single source.
CTT'Y OF FOR1' WORTH
STANDAILU CONSTRiFC7'lON SPECIFICA`fTON DdCU�vIE�+lTS
Revised December 2Q 20i2
Commander �td - Midfield Stage Z
City Project No. ] 01644
033000-8
CAST-�-PLACE CONCRETE
Page 8 of 25
1
2
3
4
5
6
7
8
9
10
11
12
13
1A
15
16
17
18
19
20
21
22
23
24
25
26
27
za
29
30
31
32
33
34
35
36
37
38
39
40
41
A2
�3
�44
45
4) Maximu�n Coarse-Aggregate Size
a} 3/a-inch nominal
5) Fine Aggregate
a} Free of materials with deleterious reactivity to allcali in cement
6) Water
a) ASTM C94 and potable
J. Admixtures
1. Air-Entraining Admixture
a. ASTM C260
2. Chernical Admixtures
a. Provide admixtures certified by manufacturer to be compatible with other
admixtures and that will not contribute water-soluble chloride ions exceeding
those pezxnitted in hardened concrete.
b. Do not use calcium chloride or admixtures containing calcium chloride.
c. Wate�-Redueing Admixture
1} ASTM C�494, Type A
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 Itetarding Admixture
1) ASTM C494, Type G
h. Plasticizing and Retarding Admixt�re
1) ASTM C1017, Type Il
K. Waterstpps
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 ] -inch.
b. Available Products
1) Colloid Environmental Technologies Company; Volclay �aterstop-RX
2) Concrete Seala�ts Inc.; Conseal CS-231
3) Greenstreak; SwelIstop
4) I-Ienry Company, Sealants Division; Hydro--F'lex
5) 3P Specialties, Ine.; Earthshield Type 20
6) Pragress Unlimited, 3nc.; Superstop
'�) TCMiraDRI; Mirastop
L. Curing Materials
1. Absarptive Cover
a. AASHTO M1$2, Class 2, burlap cloth made from jute or kenaf, weighing
appzoximately 9 aunces/square yard when dry
2. Moisture-Retaining Cover
a. AS'1'M C171, polyethylene �lm or white burlap-polyethylene sheet
CITY OF HOR"I' WOR'1'H
STANDARD CONSTRUCTIOA! SPECIFICATTON I�OGUMEI�lTS
Revised December 20, 2012
Commander Rd - Midfield Stage 2
City Project No. 10i644
033DD0-9
CA5`i'-TN-PLAGE CONCRTTE
Page 9 of 25
1
2
3
4
5
6
7
8
9
10
lf
12
l3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3. Water
a. Potable
4. Clear, Waterborne, Mexr►brane-Forming Curing Compound
a. A�TM C309, Type 1, Class B, dissipating
b. Available Products
1} Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB
2} Burke by �doeo; Aqua Resin Cure
3} C�emMasters; Safe-Cu�re Clear
4} Conspec Marketing & Manufacturing Co., I�c., a Dayton Superioz
Company; W.B. Resin Curc
5} Dayton Superior Corppration; Day Chenn Rez Cure {J-11-W)
6} Euclid Chemical Company {The); Ku�-ez DR VOX
'7) Kaufman Products, Inc.; Thinfihx� 42p
S) Lambert Corporation; Aqua Kure-Clear
9) L&M Construction Chemicals, Inc.; L&M Cure R
10) Meadows, W. R., Inc.; 110Q Clear
11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E
12) Syxnons Corporation, a Dayton Superior Company; Resi-Chern Clear Cure
13) Tatnms Industries, Inc.; Horncure WB 30
l.4} Unitex; Hydro Cure 309
15) US Mix Products Company; US Spec M�cure Resin Clear
16} Ve�con Chemzcals, Inc.; Certi-Vex �nviocure 100
M. Related Materials
1. Bonding Agent
a. ASTM C1Q59, Type II, non-redispersible, acrylic emulsion or styrene
butadiez�e
2. Epoxy Bonding Adhesive
a. ASTM C88I, 2-compox�ent epoxy resin, capable of humid curing and bonding
to damp surfaces, of class suitable for application temperature and of grade to
suit requirements, and as follows:
1) Types I and II, non-load bearing
2) IV and V, load bearing, for bonding
3) Hardened or freshly mixed cor�crete to hardened concrete
34 3. Reglets
35 a. Fabricate reglets of not less than OA217-inch thic�, galvanized steel sheet
36 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete
37 or debris.
38 4. Sleeves and Biockouts
39 a. Formed vcrith galvanized metal, gaivanized pipe, polyvinyl chloride pipe, fibEr
40 tubes or wood
4f
42
43
44
45
5. Nails, Spilces, Lag Bolts, Through Bolts, Anchorages
a. Sized as required
b. Shall be of strengt.� and cY�aracter to maintain formwozk in place while placing
cancrete
N. Repair Materials
CITY ON FORT WORTH Commander Rd - Midficld Stage 2
STANllARD CONSTRUCTION SPEGIFICATION DOCUMENTS City Paoject No, ]01644
Revised Ueceanber 20, 2012
033000- io
CAST-IN-T'LAC� CONCRETE
Page 10 of25
1
2
3
4
S
6
7
8
9
IO
11
12
13
14
l5
16
l7
1$
19
20
21
22
23
24
25
26
27
28
z�
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
45
47
l . Repair Underiayment
a. Cement-based, polymer-az�odi�ed, self-leveling product that can be applied in
fhicknesses af 1/8 inch or gz�eater
1} Do not feather.
b. Cement Binder
1) ASTM C1SQ, partland cement or hydraulic ar blended hydraulic cement as
defined in ASTM C219
c. Prizner
1) Product oF underlayment manufacturer recoinmended for substrate,
conditions, and application
d. Aggregate
1) Weli-graded, washed gravel, 1/$ to 1/4 inch or coarse sand as
recommended by underlayment manufacturer
e. Compressive Strengtla
1} Not less thaz� 4 X 00 psi at 28 days when tested accarding to
ASTM C109/C109M
2. Repair Overlayment
a. Cemex�t-based, polymer-modified, self-leveling product that can be applied in
thicknesses of 1/8 incI� or greater
i) Do not feather. �
b. Cement Binder
1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as
defined in AS'I'M C219
c. Primer
1) Praduct o£topping manufacturer recommended foz� substrate, conditions,
as�d application
d. Aggregate
1} Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as
recommended by topping naanufacturer
e. Compressive �trength
1) Not less than SOOQ psi at 28 days when tested according to ASTM C109
O. Concrete Mixt�res, GeneraJ.
1. Frepare design mixiures for each type and strength of co�cz-ete, proportioned on the
basis of laboratory trial mixture or field test data, or boih, according to ACI 301.
a. Required average strength above speci�ed strength
1) Based on a record of past performance
a} Determination of required average strength above specified stren�t�
shall be based on the standard deviation record of the results of at least
30 consecutive sirength tests in accordance with ACI 318, Chapter 5.3
by the Iarger amount de�ned by formulas 5-1 and 5-2.
2) Based on laboratory trial mixtures
a) Proportions shall be seIected on the basis o£ laboratory trial batches
prepared in accardance with ACI 318, Chapter 5.3.3.2 to produce an
average strength greater than the specified strength f c by the amount
defined in table 53.2.2.
3} Proportions of ingredients for cancrete mixes shall be determined by an
independent testing Iaboratory or qualified concrete supplier.
CITY OF F012`I' WO$TH
STANDAAD COi�STAUCTTON SPEGiFICATION DOCUMENTS
Revised Dece�nber 20, 2012
Coinmander Rd - Midfield Stage 2
Ciry Project No. ]01644
U3 30 00 - 11
CAST-IN-PLACE C�NCRETE
Page 11 of 25
1 4} For each proposed mixture, at least 3 compressive test cylinders shall be
2 made and tested for strength at the speci�'ied age.
3 a) Additianal cylinders may be made for testing for information at earlier
4 ages.
5 2. Cementitious Materials
6 a. Limit percentage, by weight, of cemex�titious materials othez than portland
7 cement in concrete as follows, unless specified otherwise:
8 1) i'ly Ash: 25 percent
9 2) Combined Fly Ash and Pozzolan: 25 percent
10 3) Ground GranuIated Blast-Furnace Slag: 50 percent
1 L 4) Coxnbined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace
12 Slag: 50 percent
13 S) Portland cement n�inimum, with fly ash ar pazzolan not exceeding 25
14 percent
1 S 6) Silica Fume: 10 percent
16 7) Combined Fly Ash, Pozzolans, and Silica Furne: 35 percent with fly ash or
17 pazzolans not exceeding 25 pez�cent and silica fiune not exceeding 10
1g percent
19 8) Combined �'ly Ash ar Pozzolans, Ground Granulated Blast-Furnace Slag,
20 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25
21 percent and silica fuxne nat exceeding 10 percent
22 3. Limit water-soluble, chloride-ion content in hardez�ed concrete to:
23 a. 0.3Q percent by weight of cement if concrete will have no exposure to chlorides
�4 (typical)
25 b. 0.15 percent by weight if concrete will be ex�osed to chlorides
26 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be
27 continually dry and protected.
28
29
30
31
32
33
34
35
36
37
38
39
40
�41
42,
43
44
45
46
4. Admixtures
a. LTse ac�imixtures according to znanufacturer's written instructions.
b. Do �aot use admixtures which have not been incorporaEed a�d tested in accepted
mixes.
c. Use water-reducing hig�-range water-reducing or plasticizing ad�mixture in
concrete, as required, for placement and workability.
d. Use water-reducing and retarding admixture when required by high
temperatures, low humidity or otk►er ad�erse placernent conditions.
e. Use water-reducing admixture in pumped concrete, coz�crete for heavy-use
industrial slabs and parking stz-ucture slabs, concrete required to be watertight,
and conerete vvith a watcr-cementitious rnaterials ratio below 0.50.
f. Use corrosion-inhibiting ad�nixture in concrete m�tures where indicated.
P. Concrete Mixtures
1
2
Refer to T�DOT "Standard Specifications foz� Construction and Mazntenance of
Highways, Streets, and Bridges" iar:
a. Culverts
b. Headwalls
c. Wingwalls
Proportion x�oima�-vweight concrete lnixture as follows:
C1TY O�' FOR1' WORTH Commandet Rd - I+didfield Stage 2
STA�lDAR1� CONSTRUCTION SP�CIFICATION DOCLTMBNTS City Project No. ] 01644
Revised �ecember 20, 20E2
ossaao-iz
casT-r�r-PLncE coNc�r�r�,
Pdge l2 of25
1 a. Minimum Coxnpressive Strength: 3,000 psi at 28 days
2 b. Maxim�un Water�Cementitious Materials Ratio: 0.50
3 c. Slump Liznit: 5 inches or 8 inches for concrete with verified slump of 2 to 4
4 inches before adding high-range watcr-reducing admixture or plasticizing
S admixiure, plus or minus 1 inch
6 d. Air Cantent: 6 percent, plus or zninus 1.5 percent at point of delivery for 3/4-
7 znch nominal maximum aggregate size
8 Q. Fabricating Reinforcement
9 1. Fabricate steel reinforcemeni according to CRSl's "Manuai o� Standard Practice."
10 R. Fabrication of Embedded 1VIeta1 Assemblies
11 1. �'abricate metal assemblies in the shop. Holes sha11 be x�ade by drilling or
12 punching. Holes shall not be made by or enlarged by burning. Welding shall be in
I3 accordance with AWS D1.1.
14 2. Metal assemblies exposed to earth, weathcr or znaisture shall be hot dip galvanized.
15 AlI other metal assemblies shaIl be either hot dip galvanized or painted wzth an
16 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing campound
l'1 �nstalled in accordance with the manufacturer's instructions. Repair paznted
18 assemblies after welding with sazz�e type of paint.
19 S. Co�crete Mixing
20 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to
21 ASTM C94, and furnish batch ticket information.
22 a. When air teix�perature is between 85 and 9Q degrees �'ahrenheit, reduce mi�zng
23 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is
24 abave 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes.
25
26
27
28
29
30
31
32
33
34
35
36
2. Project-Site Mixing: Measure, batch, and mix conerete materia�s and conerete
according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type
batch machine mixer.
a.
b.
c.
�or mixer capacity of 1 cubic yard or smaller, contin�e mixing at least 1-1/2
minutes, but not xnore than 5 minutes after ingredzents are in mixer, before any
part of batch is z�eleased.
For mixer capacity larger than i cubic yard, i�crease mixing time by 15
seconds �or each additional 1 cubic yard.
Provzde batch ticket for each batcl� discharged and used in the Work, indicating
Pro3ect identification name az�d number, date, mixhzre type, zxzixture time,
quantity, and amount of water added. Recard approximate location of �nal
depasit in structure.
CITY OF PORT WQR1'H Cotn�nander Rd - Midfeld Stage 2
S`I'ANDARD CONS"T'RUCTIpN SPECIPICATION DOC111vI�;NTS City Projcc[ No. ] 01644
Revised Uecember 20, 2012
D33000- 13
CAST-IN-PLACE CONCRETE
Page [ 3 of 25
2.3 r1CCES50RIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL �NOT USEDJ
3 PART 3 � EXECUTION
4 31 INSTALLERS [NOT US�D]
5 3.2 EXAMINATION [NOT USED]
6 3.3 PRE�AR.ATION [NOT USED]
7 3.4 INSTALLATION
8
9
iD
1I
12
13
14
15
16
l7
l8
19
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Formwork
1
2.
Design, erect, shore, brace, and mafntain forrnwarlc, according to ACI 301, to
support vertical, lateral, static, and dyz�amic loads, and construction loads that might
be applied, until skructure can snpport such loads.
Construct formwork so concrete zxzembers and structures are o� size, shape,
alignzx�ent, elevation, and position indicated, within tolez�ance limits of AC� 117.
a. Vertical alignment
1) Lines, surfaces and arises less than 100 feet in heig�t - 1 inch.
2) Outside corner of exposed corner colu�mns and control joints in concrete
exposed to view less than 100 feet in height - 1/2 inch.
3) Lines, surfaces and arises greater t�an 100 feet in height - 1/1000 times the
height but not more than 6 inches.
4) Outside corner of exposed corner columns and cont�rol joints in concrete
exposed to view greater than 10Q feet in hei�ht - 1/2000 times the heaght
but not mare than 3 inches.
b. Lateral alignment
1) Members - 1 inch.
2) Centerline of openings 12 inches oz� smaller and edge Iocation of larger
openi�ags in slabs - i/2 inch.
3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch.
c. Level alignment
1) �levation of slabs-on-gxade - 314 inch.
2) Elevation of top surfaces of forrned slabs before removal of shores - 3/4
inc3�.
3) Eleva�ion of fo�ed surFaces befare removal of shores - 3/4 inch.
d. Cross-sectional dimensions: Overall dimensions of beams, joists, ax�d columns
and thickness of walls and slabs.
1) 12 inch dianension or less - plus J./2 inch to minus 1/4 inch.
2) Greater than 12 inch to 3 foot diynension - plus 1/2 inch to minus 3/8 inch.
3) Gzeater Ehan 3 foot dimensian - plus I inch to minus 3/4 ineh.
e. Rclative alignment
I) Stairs
a) Difference in height b�t�ween adjacent risers - 1/8 inch.
b) Difference in width between adjacent treads � 1/4 inch.
CITY OF P'ORT W01ZTI� Coinmander Rd - Midf�eld Stage 2
S'i'ANI�ARD COAISTRUCTiON SPPCIFICA'1'ION DOCUML�NTS City Project No. 1U1644
Revised T�ecember 2U, 2012
03 30 00 - 14
CAST-IN-T'LACE CONCRETE
Page 14 of 25
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
�
4.
5.
22 6.
23
24
25 7.
26
27
28
29 8.
30
31
32 9.
33
34
35
36
37
38
39
40
41
42
43
10
lI
12
c) Maa:imum difference in height between risers in a flight af stairs � 3/8
inch.
d) Ma�imum difference in width between treads in a flight of stairs - 3/8
inch.
2) Grooves
a) Specified widtl� 2 inches or less - 1/8 inch.
b) Specified widih between 2 inches and 12 inches � 1/4 inch.
3) Vertical aiignment of outside corner of exposed carner columns and control
joint grooves in concrete exposed to view � 1/4 inch in 10 feet.
4} AI� other conditions - 3/8 inch in ].0 feet.
Limit concz-ete surface irregularit�es, desigx�ated by ACI 3A7R as abrupt or gradual,
as �ollows:
a. Class B, 1/� inch for smooth-�ormed finished surfaces.
b. Class C, 1/2 inch for rough-formed finished surfaces.
Construct forms tight enough io prevent loss of concrete mortaz-.
Fabricate forms for easy removal without ham;nering or prying against concrete
surfaces. Provide crush or wrecking plates where stripping may damage cast
concrete surfaces. Pxovide top forms for inclined surfaces steeper than 1.5
horizonta� to 1 vertical.
a. Install Iceyways, reglets, recesses, and the like, for casy removal.
b. Do not use rust-stained sEeel form-faciz�g material.
Set edge forms, hulkheads, and interxnediate screed strips far slabs to achieve
required ele�+ations and slopes in finished conerete surfaces. Provzde and secure
units fo support screed st�ips; use strike-off templates or compacting-type screeds.
Construet formwork to carnbers shovvn or specified on the Drawings to allow for
structural deflection o� the hardened concrete. Provide additional �levation or
camber in forix�work as required far anticipated fonnwork deflections due to wei$ht
and pressures of concrete and construction �oads.
Foundatiox� Elements: Form the sides of all belaw grade portions of beams, pier
caps, wails, and columns straight and to the lines and grades specified. Do no earth
�orrn foundation elements unless specifically indicated on the Drawings.
�'rovide temporary openings �or cleanouts and inspection ports where interior area
pf formvvorIe is inaccessible. Close openings with panels tightly fitted to forms and
securely braced to prevent loss of concrete mortar. Locate temporary openings in
forms at inconspicuous locations.
Chamfer exterior corners and edges of permanently exposed conerete.
For�n openings, chases, offsets, sinkages, lceyways, reglets, blocicing, screeds, and
bulkheads required in the Work. Detezxnine sizes and Iocations from trades
providing such items.
Cleaz� fonns and adjacent surfaces to recei�e concrete. Remove chips, wood,
sawdust, dirt, and other debz-is just before placing concrete.
13. Retighten forms and bracing before placing concrete, as required, to prevent mortar
leaks and maintain proper alignment.
CITY OF PORT WORT�T Coinmander Rd - Midfield Stage 2
STANI�ARD CONSTRUCTION SPECTFICATiON DOCLTMENTS City Project No. 101644
Revised December 20, 2012
03300U-15
CAS"I'-IN-PLACE COi�lCRETL
Page I S of 25
1 14. Coat contact surfaces of for�ns with fonna-release agent, according to manufacturer's
2 written instxuctions, before placing zeanfprcement, auchoring devices, and
3 emhedded itezns.
4 a. Do not apply form release agent where concrete surfaces are scheduled to
5 receive subsequent finishes which may be affected by agent Soalc contact
6 surfaces of untreated �orms with clean water. Keep surfaces wet prior to
� placing concrete.
S B. Errzbedded Items
9 1. Place and secure anchorage devices and other embedded items required fpr
10 adjoining work that is attached to or supported by cast-in-place concrete. Use
11 setting drawings, templates, diagrams, instructions, and directions furnished with
12 items to be exnbedded.
13 a. Install anchor rods, accurately located, to elevations required a.ud complying
14 with tolerances in AISC 3Q3, Section 7.5.
15 1) Spacing vvithin a bolt group: 1/8 inch
X 6 2) Location of bolt group (center): % inch
17 3} Rotation of bolt group: 5 deg�rees
18 4) Angle off vertical: 5 degrees
19 5} Bolt projection: � 3/8 inch
20 b. Install reglets to receive waterproofing and to receive thraug�-wall flashings in
21 outer face of conerete frame at exterior walls, where flashing is shown at lintels,
22 shelf angles, and other conditions.
23
24
25
26
27
28
29
30
31
32
33
34
3S
36
3'1
38
39
40
�11
42
43
44
4S
46
C. Remaving and Reusing Forms
Do not bacicfill prior to concrete attaining 70 percent of its 28-day design
cornpressive strength.
2. General: Formwork for sides of beams, walls, colu�nns, and similar parts of the
Work that does not support weight af concrete may be removed after cuznulatively
curing at not less than 50 degrees Fahrenheit for 24 hours after placing coneretc, if
concrete is hard enough to not be damaged by farm-removal operations and curing
and protectioz� operations are maintained.
a. Leave formwork for bearn sof�tsa joists, slabs, and other structural elements
that supparts weight af concreie in place until concrete has achieved at least 70
percent of its 28-day design compressive strenglh.
b. Do not re�ove formwork supporting conventionally reinforced concrete until
concrete has attained 70 percent of its speci�'ied 28 day compressive strength as
established by tests of field cured cylinders. In the absence of cylinder tests,
supporting fonnnwark shall remain in place until the concrete has cured at a
temperature of at leasi 50 degrees Fakarenheit for the xninimuz� cumulative time
periods �iven in ACI 3�F7, Section 3.7.2.3. Add the period of time when the
surrounding air temperature is below 50 degrees �ahrenlaeit, to the minimum
listed time period. Formwoz�k for 2-vvay conventionally reinforced slabs shall
remain in place far at Ieast ttie minimum cumulative time periods specified for
l-way slabs of the same ma�;imum span.
c. Immediateiy reshore 2-way conventionally reinfprced slabs after forn�work
removai. Reshores shal� remain until the concrete has attained the specified 28
day campressive strength.
CITY OF FORT WOKTH Gommander Rd - Midfield Stage 2
STANDARD CONSTRUCTiON SPI'CIFICATION DpCUML�NTS City Project No. ]01644
Revised December 2D, 2012
03 30 00 - �6
CAST-IN-PT.ACE CONCRETE
Page l6 of 25
I d. Minimum cumulative curing tirnes xnay be reduced by the use of high-early
2 sirength cement or forming syslerns which allow form removal witk�out
3 distw�bing shores, but only after the Cantractor has demonsirated to the
q satisfaction of the Engineer tlaat ihe earfy removal of forms will not cause
5 excessive sag, distortion or damage to the concrete eiements.
6 e. Completely remove wood forms. Provide temporary openings if required.
7 f. Provide adequate zneihads of curing and therrnal protecizon of exposed concrete
8 if forms are reznoved prior to completion of speci�"ied euring time.
9 g. Aeshore areas required to support construction loads in excess of 20 pounds per
i0 square foot to properly distribute canstxlzction loading. Construction loads up
11 to the raied Iive load capacity may be placed �n unshored construction provided
12 the cancretc has attained the specified 2$ day compressive strength.
l 3 h. �btaining concrete compz-essi�e strength tests for the purposes of form removal
l4 is the responsibility of the Cantractar.
I 5 i. Remove forms only if sk�ores have been arranged to permil removal of forms
lb vwithout laosening or disturbing shares.
17 3. Clean and repair sur�aces of forms to be reused in the Work. Split, frayed,
18 delaminated, or othez�wise damaged form-facing material will not be acceptable for
19 exposed surfaces. Apply new form-release agent.
2p 4. When fozxns are reused, clean surfaces, reznove fins and laitance, and tighten to
21 close joints. Align and secure joints to avoid offsets. Do not use patched forxx�s for
22 exposed concrete s�rfaces unless approved by Engineer.
23
2�4
D. Shores and Reshores
1. The Contractar is solely responsible for proper shoring and reshoring.
25 2. Comply with ACI 318 and AC1301 for design, installation, and removal of shoring
26 and resharing.
27 a. Do not rex�nove shorin� or reshoring until mea,surement of slab tolerances is
28 complete.
29 3. P1an sequence af removal of shores and reshore to avoid damage to concrcte.
30 Locate and provide adequate reshorizag to support construction without excessive
31 stress or deflection.
32
33
E. 5tee1 Reinforcement
1. General: Comply with CRSI's "Manual of Standard Practice° for placing
34 reinforceinent.
35 a. Do not cut or puncture vapor retarder
3b before placing conerete.
Repair damage and reseal vapar retarder
37 2. Clean reinforcement of loose rust and mill scale, earih, ice, and other fareign
38 materials that would reduce bond to concrete.
39 3. Accuralely position, support, and secure reinforcement against dispiacement.
40 Locate and support reinforcement wiih bar supports to maintain mininauxn conerete
41 cover. Do not tack weld crossing reinfarcing bars.
42 a. Weld reinforcing bars according fo AWS D1.4, wheze indicated. Only steel
43 conforniing to ASTM A70G may be welded.
44 4. Installation tolerances
�45 a. Top and bottom bars in slabs, girders, beams and joists:
C1TY OF PORT WORT�T Co�nmander Rd - Midfeld Stage 2
S"1'ANAARD CONSTRUCTiON SPL�CIF�CATION DOCLTMENTS Ciry Project 1Vo. ]01644
Revised Decem$er 20, 2012
D3 30 UO - 17
CAST-IN-PLACE CONCILi'TE
Pagc 17 of 25
1 I) Members 8 inches deep or less: f3/8 inch
2 2} Members more than 8 inches deep: t1/2 inch
3 b. Concrete Caver to �'ormed or Finished Surfaces: �3/8 inches for members 8
4 inches deep or Iess; � I/2 inches for menabexs aver 8 inches deep, except that
5 tolerance for co�er shall nat exceed I/3 of the specified cover.
6 5. Concrete Cover
7 a. Reinforcing in structural elements de�osited against the ground: 3 inches
8 b. Reinforcing in formed bearns, columns and girders: 1-1/2 i�ches
9 c. Grade beams and exter�or face of formed walls and colurnns exposed to
] 0 vveather or in contact with the ground: 2 inches
I 1 d. Interior faces of walIs: 1 inches
12 e. Slabs: 3/4 inc�es
13 6. Splices: Provide standard reinforcement splices by lapprng and tying ends. Coxnply
14 with ACI 318 for minimum lap of spliced bars where not specified on the
15 documents. Do not lap splice no. 14 and 18 bars.
16 7. Field Welding of Embedded Metal Assemblies
17 a. Aemave all paint and galvanizing in areas to receive field welds.
18 b. k'ield Prepare all areas where paint or galvanizing has been z�ernoved with the
19 specified paint or cold galvanizing compound, respectzvely.
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�40
F. loints
1. General: Construct joints true to line with faces perpe�adicular to surface plane of
concrete.
2. Construction Joints: Install so strength and appearance of concrete are not
impaired, at locations indicated or as approved by Engineer.
a. Place joints perpendicular to maiz� reinforcement. Cantinue reinforcement
across constructian joints, ux�less otherc�vise indicated. Do not cantinue
reinforcement through sides of strip placeinents of flooz�s and slabs.
b. Form keyed joints as indicated. E�nbed lceys at Ieast 1.-1/2 inches into concrete.
c. Locate joints for beams, slabs, joists, and girders in the middle third of spans.
Offset joints in girders a minimum distance o�twice the beam width from a
beam-girder intersection.
d. Locate ho�izontal joints in walls and columns at underside of floors, slabs,
beazns, and girders and at the top of footings or floor slabs.
e. Space vertical joints in walls as indicated. Locate joints beside piers integral
with walls, near corners, and in concealed Iocations where possible.
f. Use a bonding agent at locations where fresh cancretc is placed against
hardened or partially k�ardened concrete surfaces.
3. Dovveied Joints: Install dowel bars and support assexnblies at joints where
indicated. Lubricate or aspi�alt coat 1-1/2 of dowel length to prevent concrete
bonding to 1 side of joint.
41 G. Waterstops
42 1. Flexible Waterstops: Install in constz-uction joints and at other joints indicated to
43 form a continuous diaphragm. Install in langest lengths practicable. Support and
44 protect exposed waierstops during progress of the Wark. �ield fabricate joints in
45 waierstops according to manufacturer's vvritten instructions.
C1TY OF CORT WOItl'H Commander Rd - Midfield Stage 2
S1'ANDARD CONSTILUCTIUid Sf'ECIFiCATl01*I llOCUNfCNTS Ciiy Prajcct No. l O1644
Revised December 20, 2012
03 30 00 - 18
CAST-IN-1'LACP CONCRP,I'E
Page 18 of 25
1 2. Self Expanding Strip Waterstops: Install in construction joints atid at other
2 locations indicated, according to manufacturer's written iz�structions, adhesive
3 bonding, mechanically fastening, and firmly pressing into place. Install in longest
4 lengths practicable.
5 H. Adhesive Anchors
6 1. Comply with the a�anufacturer's installation znstructions on the hole dianr�eter and
7 c�epth required to fiilly develop the tensile strengih of the adhesive anchor or
8 reinforcing baz�.
9 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all
10 loose mate�al from the hole, prior to installing adhesive material.
11 I. Concrete Placement
12 1. Before placing concrete, vcrify that installation of formworlc, reinforcement, and
13 einbedded items is compleie and that required inspections have been performed.
14 2. Do not add water to concrete during delivery, at Project site, or during placement
15 unless approved by Engineer.
16 3. Befare test sampling and placing concrete, water may be added at Project szte,
17 subject to limitations of ACI 301.
18 a. Do not add waier to concrete after addzz�g high-range water-reducing
19 admixtures to �nixfure.
20 b. Do not exceed the maximurn ,specified vcrater/cement raiio for the mix.
2[ 4. Deposit concrete continuously in I layer or in horizontal layers of such thickness
22 tlaat na new concrete will be placed on concrete that has hardened enough to cause
23 seams or planes of wea�ess. If a section cannot be placed continuously, proWide
24 co�struction joints as indicated. Deposit concrefie to avoid segregation.
25 a. Deposit concrete in horizontal layers of depth to not exceed farmwork design
26 pressures, 15 feet ma�imum and in a xnanner to avoid inclined constz-uction
27 joints.
28 b. Consolidate placed concrete wilh znechanical vibrating equipnr�ent according to
29 ACI 3d1.
30
31
32
33
34
35
3b
37
38
39
40
41
42
43
c. Do not use vibrators to transport concrete inside forn�s. Insert and withdraw
vibrators vertically at uniformly spaced locations to rapidly penetrate placed
layer and at least 6 i�ches into preceding layer. Do not insert vibratars into
iower layers of concrete that have begun to lose plasticity. At each insertion,
limit duratzon of vibration to time necessary to consolidate concrete and
complete embedment of reinfarcement and other embedded iteins without
causing nnixtute constituents to seg�-egate.
d. Do not permit concrete to drop freely any distance greater tha� 10 feet for
concrete containing a l�igh zange water reducing admixtuze (superplasticizer) or
5 feet for other concrete. Provide chute or treinie to place concrete where longer
drpps are necessary. Do not place concrete into excavatians with standing
watcr. If piace of deposit cannot be pumped dzy, paur concrete through a trex�aze
with its ouilet near the bottom of the place of deposit.
e. Discard pump priming grout and do not use in the structure.
C1TY OF PORT Wdit`1'H Commander Rd - Midfield Stage 2
S"1'A.NDARD CONSTRUCTIOl�' SYECIP'�GAT10N DOCLTIVIEIVTS Gity Project No. 101644
Revised December 20, 2D12
03 30 OQ - 19
CAST-IN-PLACE COI�CRETE
Page 19 of 25
10
11
12
13
14
15
16
17
1$
19
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
40
C�I
6.
7.
Deposit and consolidate concrete for flaors a�d slabs in a continuous operation,
within liinits of constnzction joints, until placement of a panel or section is
complete.
a. Consolidate concrete during place�xient operations so concrete is ihoroughIy
worked around reinforcement a�d 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 unifarmly to drains where required.
e. Begin initial floating using bull floats or darbies to farm a uniform and open�
texlured surface plane, before excess bleedwater appears on the surface. Do not
further disturb slab surfaces be%re starting �nishing operations.
Cold-Weather Placement: Comply with ACI 3Q6.1 and as follows. Protect
concrete wor�C from physical damage or reduced strength that could be caused by
frost, freezing actions, or Iow temperalures.
a. When average high and 1ow texx�perature is expected to fall belqw 40
degrees �'ahrenheit for 3 successive days, maintain delivered concrete mixture
temperature within the temperature range required by ACT 301.
b. Do not use frozen materials or materials containing ice or snow. Do not place
concrcte on frozen subgrade or on subgrade containing frozen materials.
c. Do not use calciuzn chloride, salt, or other materials containing antifreeze
agents or cheznical accelerators unless otherwise specified and appa-oved in
mixture desig�s.
Hot-Weather k'lacement: Comply with ACI 305.I and as follows:
a. Maintain concrete temperature below 95 degrees Fahrenheit at time of
placement. Chilled mixing waier or chopped ice may be used to control
texnperature, provided water equivalent of ice is calculated to total amount of
mixing water. Using liquid nitrogen to cool coz�crete is Contractor`s aptioz�.
b. Fog-spray forms, steel reinforcement, and subgrade just before placing
concrete. Keep subgrade uniformly moist withaut standing water, so�t spots, or
dry areas.
Pinishing Formed Surfaces
1. Rough-Formed Finish: As-cast concrete texture imparted by fonn-facing material
with tie holes and defects repaired and patched. Remove izns and other projections
that exceed specified limits on formed-surface irregularzties.
a. Apply to concrete surfaces not exposed to public view.
2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar
unformed surfaces adjacent to formed surfaces, s�rike off smooth and finish witI� a
texture matching adjacent formed surfaces. Continue fmal surface treatznent of
farmed surfaces uni£ormly across adjacent unfonned surfaces, uniess otherwise
indicated.
K. Miscellaneous Concrete Items
42 1. Filling In: rill in holes and openings left in concrete structures, unless otherwise
43 indicated, after work of other trades is in place. Mix, place, and cure concrete, as
44 specifed, to blend with in-place construction. Provide other miscellaneous
45 co�crete filling indicated or required to complete the Wark.
CTTY OF NORT WORTH Cominander Rd - Mid�ield Stdge 2
STANllARD CONS1'CZUCTION Sl'ECITICATION DOCUMENTS City ProjectNo. 1D1644
Rcvised Decembcr 20, 2012
D3 3a 00 - 2D
CAST-IN-1'LACE CONCRETB
Page 26 of 25
1 2. Curbs: Pro�ide monolithic finish to interiar curbs by stripping forms while
2 concz�ete is still green and by steel-troweling surfaces to a hard, dense �nish with
3 cornez�s, intersections, and terminations slightly raunded.
4 3
5
6
9
10
11
12 4.
13
1 �4
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
Equzpment Bases and Poundations: �'rovide machine and equipment bases and
foundations as shown on Drawings. Set anchor botts for machines and equipmez�t
at correct elevations, complying with diagrams or templates from manufacturer
�urnishing machines and equipxinent.
a. Housekeeping pads: Noz�mal weight concrete (3000 psi), z�einforced with
#3@16 inches on cenier set at middepth of pad. Trowel concrete to a dense,
smooth finish. �et anchor bolts for securing mechanical or electrical equipment
during pouring of concrete fill.
Frotective slabs ("Mud slabs"): Nornial weight concrete (2500 psi minimum) with a
minixnum thickness of 3-1/2 inches. Finish slab to a wood float finish.
L. Concrete Proteeting and Curing
General: Protect freshly placed concrete from premature drying and excessive cold
or hot temperatures. Comply with ACI 306.1 for cold-weather protecfion and
ACI 305.1 for hot-vweather protection during curing.
I'ormed Surfaces: Cure forix�ed conerete surfaces, including underside af beazns,
supported slabs, and other sim�lar surfaces. If for�ns remain during curing period,
moist cuze after loosening forms. If reix►oving forms before end of curing period,
continue curing for the remainder of the curing period.
Unformed Surfaces: Begin curing ixnmediately after finishing concrete. Cure
unfoz-med surfaces, including floozs and slabs, concrete floor toppings, and other
surfaces.
Cure concrete according to ACI 308.1, by 1 or a combination of the following
methods:
a. Moisture Curing: Keep surfaces continuously �noist for not less than 7 days
with il�e following materials:
1) Water
2) Continuous water-fog spray
3) Absorptive cover, water saiurated, and kepi continuously wet. Cover
concrete surfaces anci edges with 12-inch lap over adjacent absorptive
2.
[�
4
covers
b. Moisture-Retaining-Cover Curing: Covez- cpnerete surfaces with maisture-
retaining cover far cu�ring concrete, piaced in widest practicable width, with
sides and ends lapped at least 12 inches, and sealed by waterproof tape oz�
adhesive. Cure for not less than 7 days. �mmediately repair any holes or tears
during euring period using cover xnaterial and waterproof tape.
1} Moisture cure or use moisture-retaining covers to cure concrete surfaces to
receive flooz- coverings.
2} Moisture cure or use moisture-retaining covers to cure concrete surfaces to
receive penetrating liquid floor treatments.
3) Cure conerete surfaces ta receive floar coverings with either a moisture-
retaining cover or a curing compou�d thaY the manufacturer cer�ifies wiil
not intez�fere with bonding of floor covering used on Project.
CITY OF FORT WORTH
STANDARD COIVSTRUCTION SPI'CIFICATIOIV I30CUMENTS
Rev�sed Decemher 20, 2012
Commander Rd - Midfield Stage 2
City Praject No. 101644
03 30 00-21
CAST-fN-PLACE CdNCRi'TE
Page 2l of 25
1 c. Curiz�g Compound: Apply uniformly in conti�uous operation by power spray
2 oz- raller according to znanufacturer's written instructions. Recoat areas
3 subjected to heavy raizafa�l within 3 hours after initial application. Maintain
4 continuity of coating and repair damage during curing period.
5 3.5 REYAIR
6 A. Concrete Surface Rcpairs
7 1. Defective Concrete: Repair and patch defective areas when approved by Engineez.
8 Remove and replace concrete that cannot be repaired and patched to Engineer's
9 approval.
10 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland
1 I cement to z-112 parts fine a�gxegate passing a No. 16 sieve, using only enough
12 water foz handling and placing.
13
14
1S
16
1'7
18
19
20
21
22
23
24
2S
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
40
�1
�.
Repairing Formed �urfaces: Surface defects i�clude color and textuze
irregularities, eracks, spalls, air bubbles, honeycombs, rock pockets, �ns and other
projections on the surface, and stains and afi�aer discolorations that ca�not be
removed by cleaning.
a. Tmmediately after form removal, cut-out honeycombs, rocic pockets, and voids
more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch
in depth. Make edges of cuts perpendicular to conc�ete surface. Clean, dampen
with water, and brush-coat hples and voids with banding agent. Fill and
compact with patching nnortar before bonding agent has dried. Fill fozm�tie
voids with patching mortar or cone plugs secured in place with bozading agent.
b. Re�air defects on surfaces exposed to view by blending white portland cement
and standard portiand cement so that, when dry, patching xinortar will match
surrounding color. Patch a test area at inconspicuous locations to verify
mixture and color match before proceeding with patciaing. Compact mortar in
place and strike off slightly higher khan surrounding surface.
c. Repair defects on concealed £ormed surfaces t�at af�ect conerete's durability
and stzuctural performance as determined by Engineer.
Repairir�g Unformed Surfaces: Tesl unfarmed surfaces, such as floars and slabs,
for finish and verify sur�ace tolerar�ces specified fnr each surface. Carrect low and
higla areas. Test surfaces sloped to drain for t�rueness of slope and smaothness; use
a sJoped template.
a. Repair finished surfaces containing defects. Surface defects include spalls, pop
outs, honeyco�bs, rocic pockets, crazing and cracks in excess of 0.01 inch wide
or that penetrate to reinforcement ar completely through unreinforced sections
regardless of width, and other �bjectionable conditians.
b. After concrete has cured at least lA days, correct high areas by grinding.
c. Correct localized low areas during or immediately after completing surface
iinishing operations by cutting out low areas and replacing wit71 patching
znortar. Finish repaired areas to blend in�o adjacent concrete.
Cl`Tl' OP FOR7' WORTH Conunander Rd - Midfield S[age 2
STANDAIZU CONSTRUCTIOt�! SPL�'CI�'ICATION i�OCUMENTS City 1'rojcct No. 1D1644
Revised December 20, 2012
03 3D 00 - 22
CAST-IN-PLAC� CONCRETE
Page 22 of 25
l
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
d. Repair defective areas, except randoin cracks and single holes 1 inch or less in
diameter, by cutting out and replacing with fresh conerete. Remove defective
areas with cIean, squaze cuis and e�pose steel reinforcement with at lea,st a 314-
inch clearance all around. Dampen concrete surfaces in contact with patching
concrete and apply bonding agent. Mix patching conerete of sarixe z�riaterials
and mixture as original concrete except without coarse aggregate. Place,
compact, and fnish to blend with adjacent finished concrete. Cure in same
man�er as adjacenf concrete.
e. Repair randam cracics and single holes 1 inch or less in diameter vc+ith patching
mortar. Groove top of cracks and cut out I�oles �o sound conerete and clean o�f
dust, dirt, and Ioose particles. Dampen cleaned concrete surfaces and apply
bonding agent. Place patching mortar before bondzng agent �ias dried.
Compact patching xnortar and finish to matcla adjacent concrete. Keep patched
area continuously rnoist for at least 72 hours.
S. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy
aclhesive and patching mortar.
6. Repair materials and instalIation not speciiied above may be used, subject to
Engineer's approval.
19 3.6 ItC-INSTALLATION �NOT USED]
20 3.7 FIELD QUALITY CONTROL
21
22
23
24
A. Testing and inspecting: City will engage a special inspectar and qualified testing and
inspectiz�g agency to perform �eld tests and inspections and prepare test reports.
B. Inspections
1. Steel reinforcement placement
25 2. Headed bolts and studs
26 3. Verification of use of required design xnixture
27 4. Concrete placement, including conveying and depositing
28 5. Curing procedures and maintenance of curing temperature
29 6. Veriiicatio� of concrete strengtla before removal of shores and forms from beams
30 and slabs
31
32
33
34
35
36
37
38
39
40
41
C. Concrete Tesis: Perforin testing of composite samples of fresh conerete obtained
according to ASTM C172 according to the following requirements:
1. Testing Frequency: Obiain 1 composite sam�ple for each day's pour of each
concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for
each additional SO cubic yard or fraction thereof.
2. Slump: A�TM C143; 1 test at point ofplacement for each co�x�posite sample, b�t
not Iess thax� 1 test for each day's pour of each concrete rnzxture. Perform additional
tests when conerete consistency appears to change.
3. Air Content: ASTM C23I, press�re method, for nornaal-weight concrete; 1 test for
each composite sample, but not less than 1 test for each day's pour of each concrete
rnixt�re.
CITY OF FORT WORTII Commander Rd - MidfieEd Stage 2
STANI7ARD CONSTRUCTION SPECTFICATION DOCUMEN"1'S Cicy Project I�io. 101544
Revised December 2U, 2012
03 30 00 - 23
CAS7'-TN-PLA,CE CpI�lCRETC
Page 23 of25
1 4. Concrete Temperature: ASTM C1064; 1 test houtly when air temperature is 40
2 degrees Fal�renheit and below and when 80 degrees Fahrenheit and above, and 1
3 test for each coznposite sarnple.
4 5. Compresszon Test Specimens: ASTM C31.
5 a. Cast and laboratory eure 4 cylinders for each composite sample.
6 1} Do not transport field cast cylinders until they have cured for a
7 minimum of 24� hours.
8 6. Compressive-Strength Tests: ASTM C39;
9 a. Test 1 cylinder at 7 days.
10 b. Test 2 cylinders at 28 days.
11 c. Hold 1 cylinder �or testing at 56 days as needed.
12 7. When strength of field-cured cylinders is less than 85 percent of companion
13 laboratory-cured cylinders, evaluate operations and provide corrective pracedures
14 for pratecting and curing in-place concz-ete.
15 8. Strengtla of each cancrete mixture will he satisfactory if every average of any 3
l6 consecuiive compressive-strength tests equals or exceeds specified compressive
17 strength and no compressive�strength test value falls below speci�ied compressive
18 siz�engt� by more than 500 psi.
19 9. Report test results in wz-iting to Engineer, concrete manufacturer, and Contractor
20 within 48 hours of testing. Reports of compz�essive-strength tests sf�ali coz�tain
21 Yroject identification name and number, date o�conerete placement, najne of
22 concrete testing and inspecting agency, location oF concrete batch in Work, design
23 compressive strength at 28 clays, concrete mixture proportions ax�d materials,
24 compressive breaking strength, and type of brealc for both 7- and 28-day tests.
25 10. Additional Tests: Testing and iz�specting agency shall make additional tests of
26 concrete when test results ir�dicate that slump, air enta-aiziment, compressive
27 strengYhs, or other requirements have not been met, as directcd by Engineer.
28 Testing and inspecting agency may cond�zct tests to determine adequacy of cox�crete
29 by cored cylinders complying with ASTM C42 or by other methods as dizected by
30 Engineer.
31 a. When the strength level of the concrete for any portion of the structure, as
32 indicated by cylinder tests, falls below the specified requirexnents, provide
33 in�pxoved curing conditions and/or adjustments to the znix design as required to
34 obtain the required strengih, 7f the average strength of the laboratory cQntrol
35 cylinders falls so low as to be deemed unacceptable, follow the core test
3E, procedure set forth in ACT 301, Chapter 17. Locations af core tests shall be
37 approved by the Engineer. Core sampling and testing shall �e at Contractors
38 expense.
39 b. If the resulis of the core tests indicate that the strength of the structure is
40 inadequate, any replacement, load testing, or strengthening as xnay be ordered
41 by the Engineer shall be provided by the Contractor without cost to the City.
42 11. Additional testing and inspecting, at Contractor's expense, will be performed to
43 detenx►ine compliance of replaced or addit�onal work with specified requirements.
44 12. Coz-rect deficiencies in the Wark that test reports and inspections indicate does not
45 cornply with the Coniract Documenis.
CITY OP PORT WOlt'TH Commander Rd - Midfield Stage 2
S`fANDARD CO1�S"�tUCT10AI SPGCIFICATION DOCUMEIVI'S City T'roject No. 101644
Revised Decemher 20, 2012
03 30 00 - 24
CAST-IN-PLACE CO�CRE1'E
Page 24 of 25
I D. Mcasure floor a.nd slab flatness and levelness according to ASTM E1 l55 within 4$
2 hours of finishing.
3 E. Coz�crete Finish Measuremeni and Tolerances
4 1. All floors are subject to �neasurement for flatness at�d levelness and coxz�ply with
5 the following:
b a. Slabs shall be flat wilhin a tolerance of 5/16 inches in 10 feet when tested with
7 a IO foot long straightedge. Apply straightedge to the slab at 3 foot infervals in
8 both directions, Iapping straightedge 3 feet on areas previously checked. Low
9 spots shall not exceed the above dimcnsion anywhere along the straightedge.
l 0 Flat�-�ess shall be checked the next work day after finisk�ing.
11 b. Slabs shall be level witlazx� a tolerance of � 1/4 inch in 10 feet, not to exceed 3/4
12 inches total variation, anywhere on the floor, from elevations indicated on the
13 Drawings. Levelness shall be checked on a 10 foot grid using a level after
14 removal of forms.
15 c. Measurexnent Siandard: All floors are subject to measurement for flainess and
i6 levelness, according to ASTM E1155.
17
18
19
20
21
22
23
24
25
2. 2 iiered Measurement Standard
a. Each floor test section and the overall floor area shall con�Forn� to khe 2-tiered
measurement standard as specified �erein.
1) Minimum Local Value; The minimum local FF/FL values represent the
absolute minimum surface profile that will be acceptable for any 1 test
sample (line of nr�easurements) anywhere within the test area.
2) Speci�'ied Overall Value: The specified overall FF/FL values z�epresent fhe
minimurn values acceptabie for individual floor sections as well as tile floor
as a whole.
26 3. Floor Test Sections
27 a. A floor test section is deiined as the smaller of the foilowing areas:
zg 1) The area bounded by calutnn and/or wall lines
2g 2) The area bounded by construction and/or coz�trol joint lines
3p 3) Any combination of column lines and/oz control joint lines
31 b. Test sample measurement Iines wiihin each test section shall be
32 multidirectional alang 2 orthogonal lines, as defined by ASTM El � 55, at a
33 spacing to be determined by the City's testing agency.
34 c. The precise layout of each test seciion shall be determined by the City's testing
35
36
37
3$
39
40
41
42
agency.
4. Concrete Floor Finish Tolerance
a. TI�e following values apply befpre removal of shores. Levelness values (FL) do
�ot apply to intentionally sioped or cambered areas, nor to slabs poured on
metal deck or precast concrete.
f} Slabs
Overall Value FF45/FL30
Minimum Local Value I'F30/FL20
43 5. Floor Elcvation Tolerance Envelope
44 a. The acceptable folerance envelope for absolute elevation of any point on the
q5 slab surface, with respect to the elevaiion shown on tk�e Drawings, is as follows:
46 I) Slab-on-Grade Construction: � 3/4 inch
CITY OF POItT WOlt'I'� Commander Rd - Midfield Stage 2
S`1'ANDARD CONSTRUCTiON SPECIFICATION DOCUM�,NTS City Project No. 10164a
Revised December 2�, 2U12
D3360D-25
CAST-11*1-PLACE CONCRETE
Page 25 of 25
1
2
3
4
5
6
7 3.$
2} Top surfaces of formed slabs measured prior to removai of supporting
shores: t 3/9 inch
3) Top surfaces of all other slabs: � 3/4 inch
4) Slabs speci�ed to slope shall have a tolerance from the speci�ed slope of
3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation al
azay point.
SYST�M STARTUP [NOT USEDj
S 3.9 ADJUSTING [NOT USED]
9 3.10 CLEANING
i0 A. Defective Work
11 1. Tmperfect or damaged work or any zx�ater�al damaged or determined to be defective
12 before finaI coinpletion and acceptance of the entire job shali be satisfactorily
13 replaced at the Contractor`s expense, and in conformity with all of the requirezxzents
14 of the Drawings and Specifications.
15 2. Ferform removal az�d replacement of conerete work in such rnanz�er as �ot to iinpair
16 the appea�ra�nce or strength o� lhe structure in any way.
17 B. Cleaning
18 1. Upoz� co�npletion of the woric remove from t�e site all forms, equipment, protective
19 coverings and any rubbish resulting therefiom.
20 2. After sweeping floors, wash floors with clean water.
21 3. Leave �nished cancrete surfaces in a clean condition, satisfactory to the City.
22 3.11 CLOSEOUT ACTIVITIES [NOT USED]
23 3.12 PROTECTION [NOT USED]
24 3.13 MAINTENANC� [NOT USED]
25 314 ATTACHMENTS [NOT USED]
26
27
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
2.2.03 — Removed 131ue Text/Added Descriptions for water-soluble,
12/20I2012 D.Johnson chloride-ion content
3.4.C.1 -� Changed 75% ta 74%
2$
Cl`fl' OP �'ORT WdR'TH Com�nander Rd - Midficld Stage 2
STANDARD CONSTRUCTION SPE�IRICATION DOCUMENTS City Project No. 101b44
Revised December 2U, 2012
033413-1
COIVTROLLED LOW STRENGTH MAT"GRIAL {CLSM}
Page 1 oF7
S�CTION 03 34 ]3
CONTROLLED LOW STRENGTH MATERIAL (CLSM)
PART1- GENERAL
11 SUMMARY
A. Section includes:
1. Contzolled low strenglh material {CLSM) for use in #he following:
a. Fiowable backfill
B. Deviations frotn this City of Fort Worth Standard Speci�catian
� . None.
C. Related Specifcation Sections include, but are not necessarily Ii3nited to:
1. Division 0— Bidding Requirerrzents, Cantract �'orms and Conditions of the Contract
2. Division 1— General Requirements
3. �ection 03 30 04 - Cast-in-Place Concrete
Z.2 PRYC� AND PAYM�NT PROCEDURES
A. Measurement and Payment
1. Measurement
a. This Ttem is considered subsidiary to the structure or Itezns being placed.
2. Payment
a. The work performed and the materials furnished in accordance with this Item
are subsidiary to the struct��re or Ttems being placed and no other compensation
will be ailowed.
�.3 REFER�NCES
A. Reference Standards
1. Reference standards cited in this Specification refer to th� current reference
sta�dard published at the time of the latest re�ision date logged at the end of this
Specification, unless a date is specifically cited.
B. ASTM International (ASTM):
1. C31 - Standard Practice for Making and Cu�ring Concrete Test Specimens in the
Field.
2. C33 - Standard Specification for Concrete Aggregates.
3. C39 - Standard Test Method for Compressive Strer�gth of Cylindrical Cancrete
Specimens.
4. C143 � Standard Test Method for Slump of Hydraulic Ce�nent Concrete.
5. C231 - Standard Test Method far Air Content of Fz-Esl�ly Mixed Concrete by the
Pressu�•e Method.
6. C260 - Standard Specification for Air-Entraix�ing Adr►�ixtures for Conerete.
CITY OP FORT WORTH [Insert Project Name]
STANDAKD CdI�STRLJCTION SPECIPiCATIpN DOCUMENTS [Inserf Project Number]
Revised December 20, 2012
033413-2
CONT1tOLLED LOW STRENGTH MA"I'1;RiAL (CLSM)
Page 2 of 7
7. C618 - Standard Specii�ication for Coal FIy Asl� a�ad Raw or Calcined Natural
Pozzolar� for Use in Concr�te.
1.4 ADMINISTRATNE REQIIlR�MENTS [NOT USED�
1.5 SUBMITTALS
A. Pz-ovide submittals Yn accordance with Section O1 33 00.
B. All sub�niitals sha]] be approved by the City prior to delivery and/or fabrication for
specials.
I.6 ACTION SUBM�TTALS/INFORMATIONAL SUBMITTALS
A. Praduct data
B. Sieve analysis
1. Submit sieve anaIyses of fine and coarse a�gregates beix�g used.
a. Resubmit at any time there is a signi�cani change in grading of materials.
2. Mix
a. Submit full cletails, including �azx design calculations for mix proposed for use.
C. Trial batch test data
1. �ubmit data for each test cylinder.
2. Submit data that identifies mix and slump for each test cylinder.
1.7 CLOSEOUT SIJSMITTALS [NOT IISED]
1.$ MAINTENANCE MATERIAL SUBMTTTAL� [NOT USED�
1.9 QUAL�TY ASSURANCE [NOT USED]
1.10 DELIVERY, �TORAGE, AND HANDLING [NOT iTSED]
1.11 FIELD CONDYTIONS [NOT USED]
J..x2 WARRANTY [NOT USED]
PART2- PRODUCT�
2.� OWNER-FURNISHED OR �WNER-SUPPL�ED PRODiTCTS rNOT US�D]
2.2 PRODUCT TYPES AND MATER�ALS
A. Materials
1. Portland cemenf: Type II low alkali portIand cement as specified in Section 03 30
00.
2. FIy ash: Class F fly ash in accordance with ASTM C618.
3. Water: As specified in 5ection 03 30 00.
4. Admixture: Air entraining admixture in accordance with ASTM C260.
CITY OF H'OItT WORTH [Tnsert Project Name]
STA�I�ARD CONSTKUCT�ON SPECIPTCATTON DOCUIvI�NTS [Insert ProjectNumber]
Revised Deccmber 20, 2012
033413-3
CONT1tOLLED LOW STRENGTH MAT�RiAL (CLSM)
Page 3 of 7
Fine agg�•egate: Concrete sand {does not need to be in accordance wi#h
ASTM C33}. No more than 12 percent of fine aggregate sk�aU pass a No. 20d sieve,
and no plastic fines shall be preser�t.
Coarse aggregate: Pea g�'avel no larger than 3/8 inch.
B. Mixes
1. Performance requirert�ents
a. Total calculated air content
1) Not less than S.D percent or greater than 12.0 percent.
b. Minimum unconfined compressive strength
1) Not less than 50 psi �neasured at 28 days.
c. Ma�imurt� unconfined compressive strength
T) No# greater ihan l SO psi measured at 28 days.
2} Limif the long-term strength (90 days} to 200 psi such that material could
be re-excauated vvith conventional excavation equipment in the future if
necessazy.
d. Wet density
1) No greater than 132 pounds per cubic foot.
e. Color
1) No coloration required unless noted.
2) Submit dye or other coloration means for approval.
2, Suggested design mix
Absoiute Volu�ne
Material Weight Specif c Gravity Cubic Foot
Cement 30 pounds 3. I 5 0.15
Fiy Ash 30d pounds 2,36 2.09
Water 283 pounds 1.OQ 4.54
Coarse Aggz'egate 1,465 pounds 2.68 8.7G
Fine Aggregate 1,465 pounds 2.68 8.76
Adznixture 4-6 ounces - 2.70
TOTAL 3,543 pounds - 27.00
2.3 ACCESSORIES [NOT US�D]
2.4 SOURCE QUAL�TY CONTROL
A. Trial batch
1. After mix design i�as been accepted by Engineer, have trial batch of the accepted
mix desigr� prepared by testing laboratory acceptable to Gngineer.
2. Prepare trial batches using specified cemeniitious materials and aggregates
proposed to be used for the Work.
3. Prepare trial batch with sufficient quantzty io def:ermine slump, workability,
consisCency, and to provide suffcient test cylinders.
CITY OF FORT WORTIi [Insert Projecl Name]
STANI7ARD CONSTE2UCTION SPrCIFECATION DOCUMENTS [InserY Project �Iumber]
Revised Deccmber 20, 2012
033413-4
CONTROLL�.D LOW STR�NGTH MATERIAL (CLSM)
Page 4 of 7
B. Test cyiinders:
1. Prepare test cylinders in accordance with ASTM C31 with the fallowing
exceptions:
a. Fitl the concrete test cylinders to over•f[owing and tap sides Lightly to set�ie the
mix.
b. Do not rod ihe concrete mix.
c. Strike off the excess material.
2. Place test cylinders in a moist curing roo�n. Exercise caution iz� moving and
transporting fhe cylind�rs since they are fragile and will withstand only ininimal
bumping, banging, or jalting without damage.
3. Do not remove the test cylinder from mold until the cylinder is to he capped and
tested.
4. The test cylinders tnay be capped with standard sulfur compoUnd or neoprene pads:
a. Pez�orm the capping carefully to prevent premature fractures.
b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter
than the test cylinders.
c. Do not perform initial co�npression test until the cylinders reach a minimum
age of 3 days.
C. Compressian test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in
accordance with liSTM C39 except as modified herein:
1. The compression strength of the 4 test cylind�rs tested at 28 days shalt be equa� to
or greater than t�e minimum required coz�r�pression strength, but not exceed
m�imuxn compression strength.
D. If the trzal batch tests do nat meet the Specifications for strength or density, revise and
resubmit the mix design, and prepare add�tianal trial batch and tests. Repeat until an
acceptable trial batch is produced that meets the Spec�fcations.
1. All the trial batches and accepiability of materials sha11 be paid by the
CONTRACTOR.
2. After acceptance, do not change tI�e mix design without submitting a new mix
design, trial batches, and iest inforrnat�on.
E. Determine sluz�r�p in accordance with ASTM C I 43 vvith the following exceptions:
l. Do not rod the concrete material.
2. Plac� nnaterial in slump cone in 1 s�xni-cantinuous filling operation, sligt�tly
overfill, tap lightly, strike off, and then measure and record sluinp.
CPI"Y OP F012T WORTkI [Insert nroject Name]
STAt�IDAItD CONSTItCJCTION SPCCIFICATION DOCU�vIEI�I'f5 [Insert Project Number]
Revised Deccmber 20, 2012
033413-5
COI�lTROLLED LOW STRENG'T'H MATERIAL (CLSM)
Page 5 of 7
PART 3 - �X�CUT�ON
31 INSTALLERS [NOT U�ED]
3.2 EXAMINAT�ON �NOT USEDj
3.3 PR�PARATION [NOT USED]
3.4 �NSTALLATION
A. Place CI,SM by any zx�ethod which preserves the quatity of t11e �naterial in terms of
compressive strezzgth and density:
1. Limit ltft heiglats of CLSM piaced against siructures and other facilities that could
be damaged dae to the pressure from the CLSM, to the lesser of 4 feet or tk�e lift
heigl�t indicated on the Drawings. Do noi place anoEher lift of CLSM until the last
lift of CLSM has set and gained suf�cieni strength to prevent lateraI load due to the
weight of the next ]ift of CLSM.
2. `I'he basic requirement for p�acezneni equipment and placement metk�ods is the
maintenance of its fluid properties.
3. `I'ransport and place material so that it flows easily around, beneath, or through
walls, pipes, conduits, or other structures.
4. Use a slump of the placed materia] greater thaz� 9 inches, and sufficient to allow tl�e
material Co flow freely during placement:
a. After trial batch testing and acceptance, maintain slump developed during
testing during construction at alI times wvithin f 1 inch.
5. Use a s�ump, consis#ency, workability, flow characteristics, and puznpability (where
required) such that when placed, ti�e material is self-compacting, self-densifying,
and has sufficient plasticity that compaction or mechanicaI vibrafion is not required.
6. When using as embedmant for pipe take appropriate measures to ensure line and
gade of pipe.
3.5 REPATR [NOT USED]
3.fi RE-INSTALLATION [NOT US�D]
3.7 FIELD QUALITY CONTROL
A. General
1. Mal�e provisions for and furnish all inaterial for the test specimens, and pravide
manual assistance to assist Che Engineer in preparing said specimans.
2. Be responsible for the care of and providing curing candition for the test specimens.
B. Tests by the City
� 1. During the progress of constr��ction, the City wilt have tests made to determine
whether the CLSM, as being produced, complies with the requirements specified
hereinbefore. Test cylinders will be made and delivered to the laboratory hy the
En�ineer and the testing expense will be borne by the City.
2. Test cylinders
a. Prepare test cylinders in accordance with ASTM C31 with the following
excepiions:
CTI'Y OF FORT WOKTF[ [Tnsert Project Namc]
STAWL7ARD CONSTRUCTION SPrCIEICATION DOCUME[�iTS [Insert Project iVumber]
Revised Dcccmber 20, 2U12
033413-6
CONTROLLED LOW STRI:NGTH MA'I'ERIAL (CLSM)
Page 6 of 7
1) Fill the concrete test cylinders to overflowing and tap sides Iightly to settle
thetnix.
2) Do not rod the concrete mix.
3) Strike off the excess material.
b. Place the cylinders in a safe location away frorx� the constructian activities.
Keep the cylinders moist by covering with wet buriap, or equivalent. Do not
sprinkle water directly on the cyIinders.
c. After 2 days, place the cylinders in a proiective container for transport to the
laboratory for testing. The concrete tesi cylinders are fragile and shall be
handIed carefully. The container may he a box with a Styrofoam or similar
lini�g that will limit the jarring and bumping of the cylindez's.
d. Piace test cylinders in a moist curing room. Exercise caution in moving and
transporting the cylinders since they are fragile and will withstand only
minimal bumping, bar�ging, or jolting without dainage.
e. Do �ot remove the test cylinder from r►�old until the cylinder is to be capped
and tested.
f `I'he test cylinders may be capped with standard sulfur compound or neaprene
pads:
1) Perfarrn the capping carefully fo prevez�t premature fractures.
2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in
diameter t�an the test cylinders.
3) Do no� perForm initial compression test until the cyIinders reach a
mininr�um age of 3 days.
3. The number of cylinder specirnens taken each day shall be determined by tha
Inspector.
a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39
except as madified herein.
b. The co3npression stz-ength of the cylinders tested at 28 days shall be equal to or
greater than the minimum required cornpression strength, but not exceed
maximum connpression strength.
4. The City will test the air content of tt�e CLSM. Test will be made immediately a�ter
discharg� fram ihe mixer in accordance wit� ASTM C231.
5. Test the sl��mp of CLSM using a slump cone in accordance with ASTM C143 with
the following exceptions:
a. Do not rod the concrete �rinaterial.
b. Place materia] in sluiaap cane in 1 semi-conti�uous �lling operation, slightly
overfill, tap lightly, strike off, ancl then measure and record sJump.
6. If compressive st��ength of test cylinders daes not meet requirements, make
corrections to tlae mix design to meet tk�e requirements of this specification.
CI'I'Y OF FORT WORTH [.[nsart Project Namc]
STANllt1ItD CONSTRUCT[ON SPECiPIGATION DOCUMENTS [Insert Project 3lumber]
Revised December 20, 2012
03 3�4 13 - 7
CONTROLT.ED LOW STRENGTH MATER[AL (CLSIvi)
Page 7 of 7
3.8 SYST�M STARTUP [NOT USEDJ
3.9 ADJfJST�NG [NOT USED]
3.10 CLEANING [NOT USED]
3.I1 CLOSEOUT ACTNITIES INOT USED]
3.12 PROT�CTION [NOT USED]
3.13 MAYNTENANCE [NOT USED]
3.�.4 ATTACHMENTS [NOT USED]
�ND OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT W�R"['�I [Insert Yroject Name]
STANDARJ? CONSTRi3CTiOIV SPECIFICATION DOCUMGNTS [Insert Praject Number]
Revised December 20, 2012
033416-i
CONCR�TE BASE MATER[AL FOR TRE]VCH REPAII2
Page l of 4
SECT�ON 03 34 ].6
CONCRETE BASE MATERIAL FOR TRENCH REPAIR
PART1� G�N�RAL
1.1 SUMMARY
A. Section includes:
1. Concrete base material for trench repair
B. Deviations from ihis City of Fort Worth Standard Sp�ci�caizon
1. None.
C. Related Specificatior� Sections include, bui are not necessarily limited ia:
l. Division 0�- Bidding Requirements, Cantract �'orms and Conditions of the Contract
2. Division I— General Requirements
3. Section 03 30 00 — Cast-in-Ylace Concrete
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. This Item is considered s�zbsidiary to the structurc or Itex►�s b�ing placed.
2. Payment
a. The work pexfarmed and the materials furnished in accardance wiih this Ctem
are subsidiary to the structure or Items being placed and no other compensation
will be allowed.
1.3 REFERENCES
A. Reference �tandards
1. Reference standards cited in this Specificafion refer to the current reference
standard published at the time ofthe latest revision date lo�ed at the end of this
Specification, unless a date is specificaIly cited.
B. ASTM Internationa� (ASTM):
1. C31, Standard Practice for Ma�ing and Curing Concrete Test Specimens in the
Field.
2. C33, Standard Specification for Concrete Aggregates.
3. C39, St�andard Test Method for Compressive Strength of Cylindrical Concrete
Specimens.
4. C143, Standard Test Method for Slump Qf Hydrau]io-Cerrtent Concrete.
5. C172, Standard Practice for Sair�pling Freshly Mixed Concrete.
6. C23 l, 5tandard Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method.
7. C260, Standard Specification for Air-Entraining Admi�tures for Goncrete.
&. C6l 8, Standard Speci�cation for Coal Fly Ash and Raw or Calcined Naiuraf
Pozzolan for Use in Concrefe.
9. G 1064, Standard 'T'est Me#hod for Temperature of Freshiy Mixed Hydraulic-
Cernent Concrete.
CITX OP FOR'1' WQRTH [Insert Project Name]
5"I'AN17AI2D CONSTTZUCTIOAF SPECIFiGATION DQCUMENTS [Insert ProjectNumbcr]
Revised December 20, 2012
03 34 16 - 2
CONCE2ETE BASE MATERIAL C'dR TRENCH 12EPAIR
Pagc 2 of 4
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Provide submittals in accordance with Seciion Q1 33 00.
B. All submittals shall be approved by the Ciry prior to deIivery and/ar fabrication for
specials.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start
of low density concrete back�ll wark.
l.7 CLOSEOUT SUBMITTALS [NOT USED]
1.$ MAYNTENANCE MATERIAL SUBM�TTALS [NOT USED]
�.9 QUALTTY ASSURANCE [NOT USEDJ
11b D�LIVERY, STORAGE, AND HANDLING [NOT USED]
l.11 FIELD CONDITIONS [NOT USED�
112 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-�'UR.N�SHED OR OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 PRODUCT TYPES AND MATERIALS
A. Mix Design
1. Performance requirements
a. Concrete Base Material for Trench Repair
1) 28-day cornpressive strength of not less than 750 psi and not more than
1,200 psi.
B. Materials
1. Portland cement
a. Type II low alkali porttand cement as specified i� Section p3 30 00.
2. FIy ash
a. Class F fiy ash in accozdance wit� ASTM C618.
3. Water
a. As specilied in S�ction 03 30 00.
4. Admixture
a. Air entraining admixtiure in accordance wi�h ASTM C260.
5. li ine aggre�ate
a. Coz�crete sand (does not need to be in accordance with ASTM C33).
b. Na more than T2 percent of fne aggregate shall pass a No. 200 sieve, and no
plastic fines shall be present.
6. Coarse aggregate
a. Pea gravel no larger than 3/8 inch.
C1TY OP FOTZ"1' WORTH jlnsert Project �lame]
STANDARD CONSTRUCTION SPECIFICt1TI0Id DOCUME3`!"fS [Tnsert 1'roject Number]
Revised December 20, 2� 12
033416-3
CO3VCI2ETE BASr MATERTAL FOR TRENCH REPAIR
Page 3 of 4
2.3 ACCESSOR�ES [NOT USED]
2.4 SOURCE QUALYTY CONTROL [NOT USED]
FART 3 - EXECUTiON
31 INSTALLERS [NOT USED�
3.2 �XAM�NATYON [NOT US�D]
3.3 PREPARATYON [NOT US�D]
3.4 INSTALLATION
A. Place concrete base material by any method wk�ich preserves the quality of the material
in #erms of compressive strength and density.
1. The basic requirement for placemeni equipment and placement methods is the
maintenance of its fluid properties.
2. Transport and place ma#erial so that it flows easiIy around, beneaih, or through
walls, pipes, conduits, or other structures.
3. Use a slump, consistency, workability, flow characteristics, and pumpability (where
required) such that when placed, the material is s�l� compacting, self-densifying,
and has sufficient plasticiiy that co�npaction or mechanicai vibration is not required.
3.S REPAIR [NOT USED]
3.G RE-INSTALLATION jN�T USED]
3.7 ��ELD QUALITY CONTROL
A. General
1. Make provisions for and furnish all material for the test specimens, and provide
manual assistance to assist ihe Engineer in preparing said specimens.
2. Be responsible for the care of and providing curing condition for the test specirnens.
B. Concrete Tests: Perform testing of composite samples of firesh concrete obtained
according to ASTM C 172 according to the following requirements:
1. Testing FreqUency: Obtain 1 composite saz�nple for each day's pour of each
concrete mzxture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards
or fraction thereof:
2. S1ump: ASTM C143; 1 test at point of placement for each composite sample, but
not less than 1 test for each day's pour oreach concrete mixture. Perfor�n additional
tests when conerete consistency appears to change.
3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for
each composite sample, but not less than ] test for each day's pour of each concrete
mixture.
4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperatL�re is 40
degrees P'ahre�heit and below and when 80 degrees Pahrenheit and above, and 1
test for eacl� composite sainple.
5. Compression Test Specimens: �iSTM C31.
a. Ca,st and Iaboratory cure 4 cylix�ders for each composite sarnple.
1) Do not transport �'ield cast cylinders until they ha�e cured for a minimum of
24 hours.
CI"�Y OP FOTtT WORTH [Insert Project Name]
STANDARD CONSTEt�IJCTTON SPECIFiCATfON DOCUMENTS [Insert Projcct Number]
Revised Aecember 20, 2012
as 3a i6 - n
CONCRETE BASE MA'fERIAL POR TREi�lCH REPAIR
Page 4 af 4
6. Compressive-Strength Tests: 1�STM C39
a. Test 1 cylinder at 7 days.
3.8 SYSTEM STARTUP [NOT USED�
3.9 ADJCTSTING [NOT US�D]
310 CLEANING [NOT USED]
311 CLOSEOUT ACTYVITIES [NOT US�D]
3.12 PROTECT�ON [NOT USED]
3.13 MAINTENANCE [NOT USEDJ
3.14 ATTACHMENTS [NOT US�ll]
END OF SECTION
Revision Log
DAT� NAME ST_TMMARY OF CHANGE
CITY OF FORT WOIt'fH [[nsert Project Name]
ST'ANDARD COAIS"f"RUCTION SPECIFICATIOIV llOCUMENT5 [Insert Project Number]
Kevised December 2U, 2012
26 O5 33 - 1
RACTiWAYS Ai*ID BOXLiS POR ELECTI2ICAL SYSTEivIS
Page 1 of 12
2
SECTION 26 45 33
RACEWAYS AND BOX�S k'OR ELECTRICAI. SYSTEMS
3 PART 1 - GENERA�,
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Furnish and install complete raceway systems as shown on the Drawings and as
'7 specified herein.
S
9
B. Deviations from this City of Fort Worth Standard Specification
1. None.
10 C. Related Speci�cation Sections include, but are not necessarily limited to:
i 1 1. Division 0— Bidding Requirements, Contract Forins and Conditions of the Contract
12 2. Division 1— General Requirements
I3 3. Section 26 OS 43 — Underg�ound Ducts and Raceways for �lectrical Sysfiezx�s
14 1.2 PRIC� AND PAYMENT PROCEDURES
15
16
17
�8
li
20
2i
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurexnent and Payznent
-�-: ,
� ��
71 T4,;.. T��.,,,., : ..; lo�v.7 �„1.�;.7;.,.-�, f., Rlo..+r:...,1 �'.,..;l;+;o�
�T
� �
1� T�.a . r.r�� r�er-F vw.c+r� nv.a Fl.c. w.n4or.ny� ��vr..nl.aa . �vanr.i.� ...4ti. F�-..n
i+o,v. ., „3...:a:.,.-.. F,. �1�„+,-�...,1 �'.,,.:1:tie� �.�,] .,1,,,11 l.e ..,,t,�:.7:.,.-., t„ �i,�
�
�
2. Conduits and ReIated Hardware, when na bid item for Electrical Facilities exists
a. Measurement
1) Measurement for conduit shall be per linear i'oot of the size, instaliation
method, and type of canduii installed.
2} Limits of ineasurement for conduit are from center to center beiween
ground boxes or poles, a combination of the two or to the termination point.
b. Payinent
1) Payrnent for conduit shall be made at the przce bid pex linear �oot of tbe
size, installatiozz xnethod, and tyge of conduit i�stalled. �'his tivork shall be
paid for as follows:
a} 2G05.3035 2-Way 4" Condt PYC Sch 40 (T) — per linear foat
b) 2b05.303G 2-Way 4" Condt PVC Sch 80 (T) — per lirrear foat
c) 2b05.3039 2-Way 4" Condt PYC Sch 80 (T), with Pavefnent Repair —
per linear foot
c. The price bid shall include:
1) Installation of Conduit and Related Hardware including, but not Iimited to:
a) Elhows
b) Couplings
c) Weatherheads
C1TY OF hOR'1' WOATH Commander Rd - Midfield Stage 2
STANDARI] CONSTRUCTION SPECiFTCATIdN DOCIJMENTS City 1'roject No. 101644
Revised December 20, 2012
260533-2
RACEWAYS AND BOXES FOTZ ELECTRICAL $YSTHIVfS
Page 2 af 12
1
2
3
4
�
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
� r,..,,a,,:f �„wo� ,:.t,e„ ., �.;a :+o,,, � ,- �r,,,,+,-;,,.,t r.�,..t,t;�r_�.,��
�
� �€��
� 'rt,• r+ �:a�.-,.a �„t.�;,�;.,,-..+n �ta„�..:,..,i �.,,.;i;t;o�.
� �
_1 ] Tl.,. , .�.-1r ,�,,.-F .-.-.�,e,] ..,.,� rl.,, ..�...r„«:.,1,. 1:.,-.,;�1,.,.7 ; .-.,-,�1.,,�..a , .;f ri.iii5
�7
T+,,,�. .. .,1.,,;�1..,.-.. +„ �'1,,.,4«:...,1 �.,�.;l:+;o.. .,,,.7 ..l,.,il ho n..1�,n..F;n.-.. 4., tL,A
�a�
i.,.,,r „ „ �,:,a � .. �i,,,,M,..,..,i �.,,,;i;,-;e� .,a „ „+�,�,- ,. �,�*,.,n_.���u
� � „ �lAiJ4L41a)ii yv 111
��
4. Conduit Boxes, when no bid item for Electrical Facilities exis�,s
a. Measutement
1) Measurement for this Item shall be per each Conduit Box installed pej•
location of installation.
b. Pa�rment
1) The work perforn�ed and materials furnis�ed in accordance to this Item
shall be paid for at the unit price bid for "Conduit Box" installed. This work
shall be paid for as follows:
a) .2GOS.Z.102 PrefaLricaterl Electrical Handhole, .Size 3'W x S'L x 3'D —
per euch
c. Tk�e price bid shall include:
1) k'urnishing and installing the Conduit Box
2) �xcavation
3) Furnishing, placement and coznpaction of backfill
4) Clean-up
24 X3 RCTERENCES
2S A. Reference Standards
26
27
2$
29
30
3I
32
33
34
35
3b
37
38
39
40
�l
42
43
44
45
4b
1. Reference standards cited in this Specification refer to the current reference
standard published at the timc of the latest revision date logged at the ez�d of this
Speci�cation, unless a date is specifically citcd.
2. American National Standards Institute, Inc. (ANSI).
a. ANSI CS0.5, American National Standaz�d £or Electrical Rigid Aluminum
Conduit (ERAC}.
3. National Electrical Manufacturers Association (NEMA}.
a. 250, Enclosures for Eiectrical Equipment {1000 Voit Maximum).
b. C80.1, Electrical Rigid Steel Conduit.
c. TG2, Electrical Polyvinyl Chloride (FVC) Tubing and Conduit.
d. TC-3, �'oly�inyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and
Tubiz�g.
e. TC-7, Smooth-Walled Coilable Electrical Polyethylene Cpnduit.
4. National Fire Protection Association {NF�'A)
a. '70 — National Electrical Code (NBC).
1} Article 350, Liquidtight Flexible Metal Conduit: Type LFMC.
2) Chapter 9, Tables.
5. Underwriters Laboratories (UL)
a. 6, Electrical Rzgid Metal Conduit — Steel.
b. S I4B, Cox�duit, Tubing and Cable Fittings.
c. 651, Standard for ScheduZe 40 and 80 Rigid PVC Conduit.
C1TY O� PORT WORTH Commander Rd - Midfield Stage 2
STAN�ARD COIZSI'RUCTI�N SPECIRICATION DOCUMENTS Ciry Yroject Na. 101644
Revised llecember 20, 20l2
1
2
3
4
E
a�osa3-3
RAGEWAYS AND I30XES FOR rL�CTItICAL SYSTEMS
' Page 3 of 12
B. All equiprnent components and completed asseinblies speciffed in this Section of the
Specifications shall bear the appropriafe label of UL.
1.� ADMIN�STRATIVE RCQUIREMENTS �NOT USED]
1.5 SUBMITTALS jNOT USED]
1.6 ACTION SUBMYTTALS/INFORMATlONAL SUBMITTALS
6 A. k'roduct Data
7 1. Submit to the City, in accordance with Division I, the manufacturers' names and
& product designation or catalog numbers of all materials specified.
9 1.7 CLOSEOUT SUBMITTALS [NOT USED]
10 I.S MA.INTENANCE MATER.�AL SUBMITTALS �NOT USED]
11 1.9 QUALITY ASSURANCE
12 A. Qualifications
13 1. Manufacturers
14 a. Refer ta Speci�'ication Section OI 60 00 for listing of approved man�factuxers
15 foz� all materials.
16 1.10 DEL�VERY, STORAGE, AND HANDLING
I7 A. Storage and Handling Requirements
1 S 1. Handling: In accordance with manufacturer's instructions.
19 2. Storage
20 a. In accordance with manufacturer's instructions
21 b. Not exposed to sunlight
22 c. Completely covered
23 3. Materials showing signs of previous or jobsite exposure will be z�ejected.
24 1.11 TIELD [S�TEJ CONDITIONS [NOT USED]
25 1.12 WARi2.A.NTY
2b A. No se�arate warranty on conduit.
27 PART 2 - �RC)DUCTS
28 2.1 OWNER-�+'URNISHED [oa] OWN�R-SUP�LIED PRODUCTS jNOT USED]
29 Z.2 CONDUIT
30
3I
�2
33
34
35
�
� r„+o..i,,,.vo,� �+�„i „ a
� ni7l� ; ,.l��r ,-.,to.a � .- SLll�a..r.,.,� I�''„l��;ry
� !',.,-.,.,I;a� , ..+h hT�C' A,.E;,,1� �SN
� �gs,
� �.,.�..,a„a a.,..,.. �n�� rr i .,3i„:.
CITY OP FORT WORTH Commander Rd - Midfield Stage 2
STAt�lDA.l2_D CONSTRUCTIDN SFECTETCATION DOCUMEAlTS City Project No. 101644
Revised Aece�nber 20, 2012
260533-4
RAGEWAYS AND BOX�S �OR HLECTR[CAL SYST�iV(S
Pagc 4 of 12
1 � .
2 � r'^"��
3 � n�.Tc��r.r'��
4 b. ��-C
5 B. Rigid Steel Gonduit
6 1. Hot dip galvanized
'7 2. Threads: Hot galvanized after cutting
8 3. Conforrns to:
9 a. NEMA C80.1
10 C. Rigid PVC Schedule $0 Conduit
11 1. Designed for use above ground and undergraund as described in the NEC
12 2. Resistant to sur�iight
13 3. UL Labeled
14 �F. Confonms to:
15 a. NEMA TC-2
16 b. UL 651
17 S. Fittings conform to:
18 a. NEMA TG3
19 b. UL 514B
20 D. Rigid PVC Schedule 40 Conduit
21 1. Designed for use underground as described in the NEC
22 2. Resistant to sunlight
23 3. UL Labeled.
24 �F. Conforms to:
25 a. NEMA TG2
26 6. UL 651
27 5. Fittings conform to:
28 a. NEMA TC-3
29 b. UL 514B
30
31
32
33
3�4
35
3b
37
38
39
40
41
42
43
E. High Density Polyethylene (HDPE) Cpnduit
1. Designed �or use underground as described in the NEC
2. Resistant to sunlight
3. UL Labeled
4. Conforms to:
a. i1L 651A
b. uL 65iB
c. NEMA TC-7
F. Raceway Boxes
1. Use: Exposed z�aceway systems only
2. Boxes for underground systems: Refer to �ection 26 05 43.
3. Box size
a. Distance between each raceway entry inside the box and the opposite wall: Not
be less than 6 times the trade size of the largest raceway in a row.
Cl"I"Y OF RO1tT WORTH Commander Rd - Midfield Staga 2
STANDAltIJ COAfSTRUCTION Si'EC�FICATION DOCUMEN`�'S Cily Project No. 101644
Itevised December 2Q 2012
26 OS 33 - 5
RACEWA'YS Ai1D BOXTS FOR EL�CTRICAL SYST�MS
Page 5 of ] 2
1 b. Distance shall be increased for additional entries by the amount of the sum of
2 the diameters of alI other raceway enlxies in the same row on the same wall of
3 the box.
4 c. Each row caiculated individually, and the single row that provides tk►e
5 maxirnum distance used to size box.
6 2.3 ACCESSORIES
7
8
9
10
11
12
13
14
A. Conduit Outlet Bodzes
1. Up to and including 2-1/2 inches
a. Conduit outlet bodies and covers: Galvanized steel
b. Captive screw-clamp cover
c. Neoprene gaslcet
d. Stai�less sYeel screws and clamps
2. Larger than 2-1I2 inches
a. Use junction boxes.
15 B. Conduit Hubs
16 1. Watertight
17 2. Threaded galvax�ized steel
18 3. Tnsulated t�roat
19 4. Stainless steel groimding screw
20
21
22
23
2�4
25
26
27
C. Crrounding Bushings
1. Insulated lay-in Iug grou�ding bushings
2. Tin-plated copper grounding path
3. Integrally molded noncombustible phenolic insulated suz-�aces rated 150 degrees
Celsius
4. Plastic insert cap each bushing
5. Lug size: Sufficient to accommodate �naximum ground wire size requzred by the
N�C for the application
28 D,
29
30
31 E.
32
33
34
35
36
37
38
39
40
41
42
Racevvay Sealax�t
1. Use for sealing of raceway k�ubs, entering or ierminating in boxes or enciosures
where s�own or specified
Conduit Penetration Seals
L Use foz� conduit wall and floor seals
F. Conduit and related hardware
I. All polyvinyl chloride conduits, including elbows and couplings shail be scheduie
40 PVC conduit, conforming to Federal Specification W-C-1094 and Undervvriters'
Laboratories, Inc. Standard UL-651. All conduit sizes shalI be as indicated on the
Drawings.
2. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside.
3. Weather heads shall be made of aluininum and may be t1�e threaded or the ciamp on
lype.
G. Expansion/Deflection Fittzngs
1. Use
C1TY OF FORT WOR`1'T3
STANDA� CONS`fRiTCTION SPECIFICATION DOCU&iENTS
Revised December 20, 2612
Commandcr Rd - Midficld Stage 2
City 1'rojcct i�So. 101644
2$0533-6
RACEWAYS AND 130XTi5 FOR ELT'CTRTCAL SYSTIiMS
Pagc 6 of 12
1
2
3
4
5
6
7
8
9
10
11 2.4
a. Embedded in conerete
b. Exposed
2. Description
a. Iz�ternal grounding
b. 4 ix�ch movement
c. Stainless steel/cast iron
H. Expansion Fittings
1. Galvanized steel
2. $ inch movement
3. Tnternal gra�uiding
SOURCE QUALITY C4NTROL [NOT USED]
12 PART 3 - EXECUTION
l3 3.1 INSTALLERS INOT USED]
l4 3.2 EXAMINATION [NOT USED]
15 3.3 PREPARATION [NOT USED]
m
I7
I8
19
20
21
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
3.4 APPLICATION
A. Interface with Other Work
1. Coordinate the placement of conduit and related components with oti�er trades and
existing installations.
B. Unless shown o� the Drawings or speciiied otherwise, the conduit rype installed with
respect to the location shall bc as follows:
1. Underground, l 8 inch�s or more cover: Aigid PVC Schedule 40 or HDPE
2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE
3. Exposed: Rigid galr�anized stcel
4 •
��
C
U
Box Applications
1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the
location in which they are instalied.
2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings:
Gaivanized steel
3. Furnish boxes with factory mounting lugs. Drilling through the back of any bax or
enclosure is prohibited
Conduit Outlet Bodies Applications
1. Condurts up to and includiz�g 2--1/2 inches: Conduit outlet bodies may be used,
except where junction bo�es are shown or otherwise speci�ed
2. Conduits larger than 2-1/2 inches: Use junction boxes
E. Conduit Hub Applications
C1T1' OF FOkT WORTH Commander Rd - Midfield Stage 2
STANDAItll C�NSTRUCTION SPECIPICATION llOCUMENTS City Prajeci Plo. 1016a4
Revised December 2D, 2D12
26OS33-7
12ACEWAYS AND BOX�S FOR EI.�CTRICAL SYSTL�lk[5
Page 7 af 12
1 1. Unless specifically stated herein or descrzbed on the Drawizags, all raceways shall
2 terminate at an outlet with a conduit hub. �ocknut or double locknut terminations
3 will not be permitted.
4 F. Insulated Gro�ding Busk�ing Applications
5 1. Use: ".I'erininate raceways at bottom entr-y to pad-mounted electrical equipment or
6 switchgear, if there is no vvall or flooz- pan on which to anc�or or terrrxinate the
7 raceway.
8
9
10
11
12
13
14
15
16
17
18
2. Other raceways: Terminate on enclos�res with a conduit hub.
3. Grounding bushing caps: Remain on the bushing until the wire is ready to be
pulled.
G. Conduit Fittings Applications
l. Combination expansion de£�ection fiitings: Install where conduits cross structure
expansion joints, on conduit transitions from underground to above ground, and
where installed in exposed conduit runs such that tbe distance between expansion-
deflection fittings does not exceed 150 feet of conduit run.
2. Expansion fittings: Install in lieu of a combination expansion-deflection fitting, on
t1�e exposed side of conduit transitions from underground to above ground, where
the earth has been disturbed to a depth of more than 10 feet.
19 H. Conduit Penetration Seals Applications
2p l, Conduit wall seals: Use where underground conduits penetrate walls or at other
21 locations shown on the Drawings
22 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather ax�d at
23 ather locations shown on the Drawin�s
24 Y. Conduit Tag Applications
25 1. Tag all conduits wiihin 1 foot of the entry of equipxnent, and wa11 and floor
26 penetrations.
27 2. Tag alI underground conduits and ducts at all locations, exiting and entering from
Zg underground, including manlaoles and handholes.
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
.T. Raceway Installation
1. No conduit smaller than 11/a inch electrical trade size.
2. No morre than the equiva�ent of 3- 90 degree bends in any 1 run.
3. Do not pull wire until the conduit systezn is complete in all details.
4. Install all underground raceways in accordance witf� Section 26 OS 43.
5. Where raceways enter or leave the raceway system, where the raceway arigin or
terminaYion, could be subjected to the entry of moisture, rain or liquid of any type,
particularly where the tennination of such raceways terminate in any equipment,
new or existing at a lower ele�ation, such raceways shall be tightlX sealed, using
watertight sealant (Duxseal or equal}, at the higher elevation, both before and af�er
fhe installaiion of cables, such that there shall b� no entry of water oj• moisture to
f�ie Raceway System at any time. Any daznage to new or exisiing equipment, due to
the entrance of moisture from unsealed raceways, shall be corrected by cornplete
replacement of such equipment, at no cost to the City. Cleaning or dryiz�g of such
damaged equipment will not be acceptable.
CITY O�' FORT WORT�T Commander Rd - Midfield Sfage 2
S'1'ANDARl� CONS1'RUCTION SPECIFICATION DOCiJtv1ENTS City Project No. ID1644
Revised Dccemher 20, 2012
26 OS 33 - 8
itAC�WAYS A�ID BOX�S �'aR ELL'CTRICAL SYST�IS�IS
Page 8 af l2
1
2
3
4
S
6
7
8
9
10
11
12
13
14
1S
l6
l7
i8
19
20
21
22
23
24
25
26
27
2g
29
30
31
32
33
34
3S
36
37
38
39
40
41
42
43
44
45
46
6. Conduit supports, far other than for underground raceways: Space at intervals of 8
feet or less as required to obtain rigid construction.
7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back
plates, to raise conduits from the surface.
8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal
members and threaded hanger rods not less than 3/8 inch in diameter.
9. Surface xnounted panel boxes, junction boxes, a�d conduit: Supparted by strut to
provide a rninimum of ]./2 inch clearance betv�reen wa11 and equipment.
10. Condurt hangers: Attach to structural steel by means of beam or channel clamps.
Use conercte tnserts of the spot type where attached to concrete surfaces.
11. Conduits on exposed work
a. Install at right angles to and parallel with the surrounding wall.
b. Conform to the form of the ceiling.
c. No diagonal runs.
d. Frovide conecntric bends in parallel conduit runs.
e. Install conduit perfectly straight and true.
12. Conduits tertninated into enclosures: Install perpendicular to the walls where
flexible liquidtight or rigid eonduits are zequired.
a. Do not use short scaltight elbow fiiiings for such terrnninations, except for
connections to instrumentation transmitters where multiple penetrations are
required.
13. Use insulated thzoat grounding bushings far conduits containing equipment
grounding conductors and terminating in boxes. Connect groundiz�g conductors to
the box.
14. Install conduits using threaded fittings. Da not use iluiuing threads.
15. PVC conduit: Use glued type eonduit fittings.
16. HDPE conduit: Use fitti�gs by sa�e manufacturer as conduit.
�, T : ,:.7+i..1,4 -Flo.ril�.}n nFP�]_�v,i.'a..'�.'.i�
� D« .�a �o ..� vf �.ru..x�� .....,...
� r_„ ,..,+,..- .�.-.Y,: r .,+' „���
llr1, «.+ ...l,e .;4„-�+;,, �,�t
�.; viv .. ..... ....� av Y���..aa..
� �
�
� n,. �,. , „+wo.- i„ .,*,.,
� .
,,.�__. �+H �a,,,+ � t-. o.�
�.us ;.»....
� . �
'�'-��� ^,r-o��e��s"—.
�l. r,,. �+, „�v „ n r h.,, of ]-. ��u .,w�?v...
18. Conduits passiz�g through openi�gs in walls or �oor slabs: Sea1 rexnaining openings
against the passage of�.flame and smoke.
19. Conduit ends exposed to the weather or corrosive gases: 5ea1 with conduit sealix�g
bushings.
20. Raceways terminating in Control Panels or boxes containing electrical equipxxaent
a. Do zaot insfall to enter fram the top of the panel or box.
b. Seal with a watcrtight sealant: Duxseal or equal
CITY OP FOILT WORTf3
STANDARD CONST�UCTION SP�C1FiCA'�'ION DOCUMENTS
Revised L]eccmber 20, 2012
Gommander Rd - Midfield Stage 2
City Praject I+fo. 10164G
260533-9
RACEWAYS ANl] BOXBS POR ET,ECTRICAL SYSTEIVIS
Page 9 of 12
1 21. Conduit
2 a. The Con�r-actar will be required to coordiz�aie with all local utility companies,
3 long distance communication companies, City utilities, railroad companies, and
4 Dig Tess if applicable, to ascertain exact locations of con#licting underground
s services.
b b. The location of conduits and ground boxes are diagrarnmatic only and may be
7 shz�ted by the Inspeetar to accomxnadate field cozaditions.
g c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter far bores.
9 d. The vertical and harizantal tolerances shall not exceed 18 inches (457 rr�m) as
10 measured frozn the intended larget point for bares.
11 e. The use of a pneumatically driven device for punching holes beneath the
IZ paveinent (cotnmonly known as a"missile") will not be pe�nitted.
13 f. Conduit installed for future use shall have a non-metallic, nylon type pull string
I4 and shall be capped using standard weather tight conduit caps, as approved by
I5 the Inspector.
� 6 g. The Contractor shall place duct seal ar foam at the ends of all conduit where
17 conductors and/or cables are present.
1 S h. New Conduit
lg 1) All underground conduit sk�all be sc�edule 40 PVC conduit.
20 2) All conduit or raceways above �round shall be rigid mctal.
2� 3) All conduit and fittings shall be of the sizes and types shawn on the
22 Drawzngs.
23 4) Each section of conduit shall bear evidence of appro�al by Underwriter's
�.4 Laboratories.
2S 5) Conduit terminating in posts or pedestaI bases shall not extend vertically
26 more than 3 inches above the concrete fouz�dation.
27 6) �'ield bends in conduit shall k�ave a minimuxn radius of 12 diameters of the
2g nominal size of the conduit.
29 7} Exposed vertical conduit shall be galvanized rigid metal, and reamed and
30 couplings made tight. PVC conduit shall be joined by the solveni--weld
31 method in accordance with the conduit manufacturer's recommendations.
32 8} No reducer couplings shall be used unless speci�cally indicated on the
33 Drawings.
34 9) Conduit and fiiiings shall have burrs and rougk� places smoothed and shaIi
35 be clean and free of obstructions �efore t�e cable is installed.
36 10) Field cuts shall be made with a hacicsaw only, and shall be square and true
37 so that tlae ends will butt or come togetk�er for the full diameter thereof.
38 a} In no case shall a cutting torch be used to cut or join conduit.
39 11} Slip joints or running threads will not be permitted for coupling conduit
qp unless approved by tk�e inspectar.
41 32} Wk�en a standard coupling cannot be used, an approved union coupling
42 shall be used as�d shall provide a water-tight coupling between the conduit.
43 13) Couplings shall be properly installed to bring their ends of connected
44 conduit together to produce a goad rigid coz�nection ihroughout the entire
45 length of the canduit run.
4b 14) Where the coating on a rigid trietal conduit run has been damaged in
47 handling or instaIlation, such darnaged par�s shall be thoroughly paintec�
48 with rust preventive paint.
qg 15) Ends o� conduits shall be capped or plugged until installation of the wire is
50 complete.
CITY OT FORT WORTH Commander Rd - Midfield Stage 2
STAN�ARD CONS`fRUCTION SPECIFICATIOhi DOCUMH,NTS City Project Na. 101644
Revised l�ecember 20, 2012
26 OS 33 - 10
RACEWAYS AND BOXES N012 T;LECT[iICAL SYST�MS
Page 1 Q of 12
10
11
12
13
14
l5
l6
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
90
4I
42
43
44
45
46
47
48
16) Upon request by the Inspector, the Contractor shall draw a full-size meCal
wire brush, aitached by swivel joint to a pull tape, through the metal
condurt to insure that the conduit is clean and free from Qbstructions.
17} Conduits shall be pIaced in an ope� trench af a minimum 24 inches (612
znxn) depth below the curb grade in the sidewalk areas, or 18 inches (450
rnm) below the finished street grade in the street area.
18) Conduit placed for concrete encasement shall be secured and supported in
such a manner that the alignment �vill not be disturbed during placement of
the concrete.
a) No concrete shall be placed until all of tl�e conduit enc�s have been
capped and alI hox openings closed.
19) PVC conduit, which is to be placed under existing pavement, sidewalks,
and driveways, shall be placed by first pz-ovicl.ing a void thraugh wf�ich tlae
PVC conduit shall be inserted.
a) The void may be made by baring.
b} Use of water or other fluids in c�nnection with the boring opexation
will be permitted only to Iubricate cuttings.
c} Water jetting will not be pertnitted.
2a) If it is determined by the Inspector that it is impractical to place the conduit
by boring as outlix�ed above due to unfareseen obstz-uctions, wriYten
permission znay be granted by the Trafiic Sez-vices Manager or designee for
the Cont�ractar to cut the existing pavexnent.
21) Pits for bo�ing shall not be closer than 2 feet (612 mm) to the back of the
cuz�b or the outside edge of the shoulder.
a) The boring method used shall not interfere with the operation af streets,
highways, or oiher facilities, and shall not weaken or darnage any
embankrnent struciure, or pavement.
22) BacIc�ll - Compaction & Density Test for All Ditck�lines
a) All ditc�lines within paving areas of existing and proposed streets and
witk�in 2 feet (600 mm) back of curb are to be mechanically t�nped.
b) AIl tamping is to be density controlled to 90 percent standard proctor
density at optimum moisture content and no greater than 5 percent
optimum or less than 2 percent below optirnum.
c} All backfill material is to be select native rnaterial, 6 inches (15p mm)
diaineter clods and srnaller.
d) It is permissible to put backfili in 6 inches to 8 inches (150 mm to 40�
mm) lifts with densities being talcen for each lfeet (300 fnm) of
compacted xnaterial on offsetting stations of 50 feet {15.9 M).
23) Provide adequately bent conduit and propezly excavate so as to prevent
damage to the conduit or conductor by a bend radius which is too short.
24) All conduit runs shall be continuous and of the same material (metal onIy
or PVC only}.
�5) Where tying into existing conduit, the Contractor musi continue with the
same �naterial (metal to anetal ar PVC to PVC}.
26) Each length of galWaaxized rigid metal conduii, where used, shall be reamed
and threaded on each end and couplings shall be made up tight.
27) White-lead paint or equal shall be used on tbreads of all joinis.
28) Me�I co�duit and fittings shall have the burrs and rough places smoothed.
CITX QF FOR1' WOKTI�I
STAI��ARI7 CdNBTRUCT'ION SP8CIF1CA1'TON AOCIlMENTS
iZevised December 2D, 2012
Commander Rd - Mid�ield Stage 2
Ciry Project Na. 101644
26 05 33-11
RACEWAYS AND BOXES FOR ELEC'IRICAL SYS'I'EMS
Page i ] of l2
1
2
3
4
5
b
7
8
9
10
11
12
13
14
15
16
�
29} Where the coating on. a metal conduit run has been damaged in handling or
installation, such damaged parts shall be thoroughly painted with rust
preventive paint.
Existing Conduit
1) Prior to pulling cable in existing un.derground conduit, the conduit shall be
cleaned with a zx�andrel or cylincb-zcal wire brush az�d blown out with
compressed air.
2) If conduit appears to be blocked, the Contractor shall make an attempt to
clear the conduit by rodding {The Contractor will not receive e�tra
compensation for rodding).
3) If the existing conduit cannot be used, the Contractor may be required to
repair and/or replace this conduit as directed by the Engineer.
a} Repair of this conduit wiII be paid for as "extra wartc" pn a Change
Order.
4) The Inspector shall be notified prior to disconnection or rernoval of any
existing cable.
17 22. Conduits from external sources entering or leaving a muliiple compartmeni
I 8 enclosure: Stub up znto khe bottorn horizontal wireway ar other manufacturer
I9 designated area, directly below the verkical section in which the conduciors are to
24 be tertninated.
21 23. Conduits entezing from cable tray: Stub inta the upper section.
22 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or
23 NEMA 7.
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
�6
�}7
25. Conduit zdentification platens
a. Install on all power, instrumentatio�a, alarm and contz�ol eonduits at each end of
the run and at intermediate junction boxes and manhales.
b. Install conduit plates before conductors are pulled into conduits.
c. Coordinate exact identification plate location with the City at the time of
installation ta provide uniformity of placement and ease of reading.
26. P�all �nandrels through ail existing conduits that will be reused and through all new
conduits 2 ine�es in diameter and larger prior to installing conductors.
27. Install 3/16 inch polypropylene pull lines in alI nevv conduits nated as spares or
desigx�ated for future equipment.
28. Install conduit to drain away from the equiprnent served. If conduit drainage is not
possible, use conduit seals to plug the conduits at the point of attachment to the
equipment
29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct apenings,
present or future, in floor or ceilzng conskruction.
30. Do not use running khreads.
31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated
spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal
32. Locate conduits a minirnurn of 3 inches from steam or hot water piping.
a. Where crossings are unavoidable, Iocate conduit at least I inch from tk�e
covering of tl�e pipe crossed.
33. Cox�duits terminating at a cable tray
a. Support independ.enlly from the cable tray.
b. Provide co�duit support within 1-feet of the cable tray.
CITY Ol^ FORT W08T�� Commander Rd - Ivlidf eld Stage 2
STANDARD CONSTRUCTIO;+i SF�CIP�GATION �OCCIM�NTS City Project No. 1016�l4
Revised December 20, 2012
26Q533-12
L2ACFWAYS AND BOXL�S FOR BL�CTRICAL SYS'IT'MS
Pagc 12 of 12
1 c. Weight of the co�duit not supported by cable tray
2 3.5 REPAIR / RESTORATION [NOT USEDj
3 3.6 RE-INSTALLATYON [NOT USED]
4 3.7 RlELD [ox] S�T� QUALITY CONTROL [NOT USED]
S 3.8 SYST�M STARTUP [NOT USED]
b 3.9 ADJUSTiNG [NOT USED]
7 3.1U CLEANINC [NOT US�D]
8 311 CLOSEOUT ACTIVITIES [N4T USED]
9 3.12 PROTECTION [NOT USEDj
10 3.13 MAINTENANC� (NOT USED]
ll 3.1�F ATTACHMENTS [NOT USED]
12
END OI' SECTION
Revision �.og
DATE NAME SUMMARY OF CHANGE
i3
CITY OF FORT WOR`i'�I Commander Rc� - Mir[field Stage 2
STANDAItB CONSTRUCTION SP�:CTFICATION DOCUMEN'1'S Cily Project ]Vo. ID1G44
Revised Dece�nber 20, 2012
26 DS 43 - 1
LiNI?I?RGROiJND DUCTS AN17 RACEWAYS POR SLECTItiGAL SYSTEMS
page l af 8
f
2
SECTION 26 OS 43
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
3 PART1- GENERAL
4 1.� SUMMARY
5 A. Section Includes:
6 1. Furnish and install a complete underground system of raceways, �nanholes and
7 handholes
8 2. Raceways for use in structural concrete are specified in Section 26 OS 33, Raceways
9 and Boxes for Electrical Systems
10 B. Deviatio�s from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sectzons include, but are not necessarily limited to:
13 1. Division Q— Bidding Requirements, Contract �'orms and Conditi�ns of the Contract
14 2. Division 1— General Requirements
15
16
17
18 1.2
19
20
21
22
23
24
25
25
27 1.3
28
29
3a
31
32
33
34
3. Section 03 30 00 — Cast-in-Place Coz�crete
4. Section 26 OS 33 — Raceways and Boxes for Electrical Systems
5. Section 33 OS 10 — Utility Trench Bxcavation, Einbed�ent and Backfill
PRICE AND PAYMENT PROCEDURES
A. Measurenr�ent and Payment
1. Measurement
a. This I�em is considered subsidiary to the Electrical Facilities being installed.
2. Payment
a. The work pezformed and the maierials furnished in accordance with this Itenn
are subsidiary to the electrical facilities specified on the Drawings and shall be
subsidiary to the lump sum price bid for Electrical Facilities, and no other
compensation wiil be allowed.
RCFERENCES
A. Reference Standards
f. Refez-ence standards cited in this Specification refer to the current re£erence
sta�dard published at the time of the latest revision daie logged at the end of this
Specification, unless a date rs specifically cited.
2. American Association of State Highway and Transportation O�ficials (AASHTO)
a. M306 — Stax�dard �pecification for Drainage Structure Castings.
3. Underwriters Laboratories, Inc. (UL).
C1TY OF FOR'�' WORTH Co�nmander ltd - Midfield S#age 2
STANDARD CONSTRUCTiON SPECIFICATION DOCUM��ITS Cily Project No. 10T6�4
RevisedJuly 1, 2Ull
250543-2
UI�IDERGROUND DUCTS A1�ID RACEWAYS FOR ELECTRICAT, SXSTBMS
PTge 2 of 8
1 1.4 ADMINISTRATIVE R�QU�REMENTS [NOT USED]
2 �.5 SUBMITTALS [NOT USED]
3 1.b ACT�ON SUBMITTALSIIN�'ORMATIONAL SUBMITTALS
4 A. Product Data
5 1. Plastic duct spacez-s
6 B. Shap Drawings
7 1. Manholes, hand�oles and associated hardware
8 1.7 CLOSEOUT ,SUBM�TTALS [NOT USED]
9 1.8 MAINTENANCE MATERIAL SUBM�TTALS [NOT USEDI
10 1.9 QUALITY ASSURANCE
lI A. Qualifications
12 l. Manufacturers
13 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete
14 Association} Certified Plant
1 S 1.10 DELIVERY, STORAGE, AND HANDLING
16 A. Storage and Handling Requirements
17 1. Handle and store xx►aterial in accordance with manufacturer's instructions.
18 2. Store materials completely covered; do not expose materials to sunlight.
19 3. Materials showing signs of previous or jobsite exposure will be rejected.
20 l..l l TIELD [SITE] CONDITIONS
21 1.12 WARRANTY
22 A. No separaLe warranty for this equipment
23 PART 2 - PRODUCTS
24 21 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS �NOT USED]
zs 2.2 MATERIALS
26
27
28
29
30
31
32
33
34
A. Manufacturers
1. Manufacturer List
a. Refer to Section 01 60 00.
B. Conduit
1. PVC �chedule 40 or HDPE
2. Refer to Section 26 OS 33
3. Tezx�ninatars: Same size and type as the raceway
C. Concrete cap for raceways and duct banl�s
1. Refer to Section 03 30 00.
C11'Y OF FOR"i' WORTH Gommander Kd - Midfield Stage 2
STA%!I]AltI} CON3TRUCTI0�1 SP�CI�ICATION DOCUMENTS Cicy Project No. I O1644
Revised7Eily i,2U11
26Q543-3
UN�ERGROUND ➢UCTS A3VD 1L4CEWAYS POR ELSCTRICAL SYSTEMS
Page 3 of 8
1
2
3
�
5
6
7
8
9
I0
11
12
I3
14
15
16
17
18
14
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
2. Red dye
a. 40 pounds per IO cubic yards of conerete
D. Manholes and Handholes
1. Precast concrete
2. Designed for a AASHTO Class H20 load.
3. Sizes shown an Drawings
4. Manhale tops
a. Field removable
b. Stainless steel lifting eyes
5. Duct bank entries into the manhole or handlaole
a. Centered on the entering wall
b. Contain the number and size of duct terminators to match Y.�ie corresponding
duct bank
6. Cnncrete sump
a. Minimum dixnensions: 12 inches x 12 inches x 2 inches deep
b. Located in the middle of the floor of the manhole or handhole, or as sk�own on
the Drawings
E. Manhole Covers
1. Heavy duty
2. 36 inch diameter
3. Machined gray iron
4. AASHTO M306 CL35B minixnuzx�
5. 40,000-pound proof load value (AASHTO Class H20 X 2.5}
6. Including frazne
7. "Electric" ar "Communication" raised lettering recessed flush o� the cover
8. Drrop handles
F. Castings
1. Made In the USA
2. Cast wiYh the foundry's name and production date (example: mm/dd/yy)
3. True to pattern in form and dimension
A. Free from pouring faults, sponginess, cracks, blow holes, or other defects in
positions affecting strength and value
5. Angles: Filleted
6. Arises: Sharp and true
G. I�ardware
1. Cable racks
a. Heavy duty
b. Non-metalIic
c. Arm lengths of 8 inches, 14 inches azad 20 inches, each supporting a load of not
less than 250 pounds at the outex end
d. Molded in 1 piece of U.L, lssted glass reinforced nylon
e. Secured to the rx�anhole and walls using drilled epoxy anchoring system, with
316 stainless steel bolts
CITY OF FORT WORTH
STANT)ARD CbNSTRUC'TION SP�CIFICATION DOCUM�NTS
Rcvised July 1, 2a11
Commander Rd - Midfield Stage 2
City Projccl No. ] O 1 G44
26 OS 43 - 4
UNDLRCrRpl3Nll DUCTS ANI7 RAGEWAYS FOlt ELL�C�'R1CAL SYSTEIVIS
Page 4 of 8
1
2
3
4
S
b
7
8
9
10
11
12
13
14
1S
16
17
18
19 2.3
f. Arms vertically spaced not greater than 24 inches on center
2. Pulling irons
a. Copolyrner polypropylene coated 1/2 inch diameter cable
b. Rated pulling strength: 7500 lbs
c. 1'olyethylene pulling iron pocket
d. Manholes: Recessed in wall opposite each duct entry
e. Handholes: Located near center of handhole floor
3. Ladders
a. Fiberglass reinforced plastic
b. Safety yellow
c. 18 inch rung width
d. J 2 inch rung spacing
e. Furnish 2 Iadders, Iength A feet greater than the deepest znat�hole in the
underground systerr�
H. Polyethylene Warnizag Tape
1. Red polyethylene film
2. 2 inches minixx�uin width
3. E�nbedded znetallic wire for location tracing
ACCESSORIES [NOT USED]
20 2.�4 SOURCE QUALITY CONTROL [NOT USED]
21 PART 3 - EXECUTYON
22 3.l INSTALLERS [NOT USED]
23 3.2 EXAMINAT�ON
24
25
26
27
28
29 3.3
30
31
32
33
34
35
36
37
38
A. Verification of Condztions
1. Field verify the routing of all underg�-ound duct banks before placement
2. Modify the routing to avoid underground utilities or above ground objects
3. Provide any alternate routing o� the duct banks to tl�e City for approval before
installation
TRENCH EXCAVATION
A. Provide suitable room for insfialling manholes, handholes, ducts and appurtenances
B. Furnish and place all sheeting, bracing and supports.
C. Excava�e znaterial of every description and of whatever substance encountered.
D. Pavement: Cut with saw, wheel or pneumatic chisel along strazght lines before
excavating �
E. Refer to Section 33 OS 10.
3.4 INSTALLATION
A. Trench Excavation
i. Provide suitable roorn for installang manholes, I�andholes, ducts and appurtenances.
CITY OF PO1tT WORTi-1 Comn3ander Rd- tvlidfield Stage 2
STAN]JARD CONSTRUCTION SPSCICICATLON TJOCUMENTS Cily Project No. i 0 i 644
Revised July 1, 2p 11
260543-5
UNDFRGROUND DIICTS AND 1L4CEWAYS FOR ELEC'CRiCAL SYSTEMS
Page5of8
l
2
3
4
5
6
7
8
9
10
11
iz
13
14
15
16
17
18
19
20
21
2. Furnish and place all sheeting, bracing and supports.
3. �xcavate material of every description and o�f whatever substance encountered in
conformance with Section 33 05 10.
4. Pavement
a. Cut with saw, wheel or pne�unatic chzsel along straight lines before excavating.
S. Trenclazng and Compaction shall be in accordance with Section 33 OS 10.
B. Speciai `I'ech�iques
1. Chan.ges of direction
a. Less than 20 degrees
1} Use hotbox, strictly in conformance wiih t�e conduit manufacturer's
instructions
b. Greater ihan 20 degrees
I) Use lo�g radius bends
2. Minimunn raceway size between manhole,s or handholes shall be 2 inches
C. Slapes
1. Install raceways to drain away from buildings.
2. Install raceways between manholes oz- handholes to drain toward the manholes or
haz�dholes.
3. Slopes
a. At least 3 inches per 100 feet
D. Lay raceway lines in trenches on sand bedding.
22 E. Plastic spacers
23 1. Not inore than 4 feet apart
24 2. Provide not less than 2 inch clearance between raceways.
25 F. Raceway banks cover: 24 inches
26 G. Raceway terminations at znanholes: Tern�inator for PVC coz�duit
27 I-I. Blank duct plugs
2g 1. Use to seal the ex�ds of all unused duc�.s in the duct system
29 Z. Installed where ducts enter manholes or handhales, and at entrances and exits to the
30 underground system
31
32
33
34
3S
36
37
38
39
�0
L Raceways entering or exiting il�e underground syste�n, rising to higher elevation
1. Seai at highez� elevation befoz-e arid after the installation of cables
2. No entry of water or moisiure to the Underground Sysiem at any time
J. Complete duct system before pulling any wire.
K. Swab all raceways clean before installing cable.
L. Cables in xnanholes and �andholes
1. Trazn, support and restrain on cable racks.
2. Rouie cables passing duct entrances above all duct entrances.
3. Do not route cable in front of or below duct banlc entrances.
4. Install polyethylene �varning tape trench abo�e each raceway or duct banlc.
CITY OF F'ORT WORTH Commander 12d - Midfield Stage 2
STAI�lllAR➢ CONSTRUCI'IOi+I SP�CIPICA'i'IDN DOCL1IvII:�VTS City Project No. ] 01644
Revised July 1, 261 l
260543-6
UIVDERGROUNll DUC7'S AND RACEWAYS FOR I'sLECTRICAL SYSTEMS
Page 6 of S
1 M. Tag all underground conduits at all locations exiting and entering frozr� underground,
2 including manholes and handholes
3 3.5 REPAIR / RESTORATION
4
5
6
7
8
9
10
11
A. Remove and replace sub grade sozls wk��ch beco�e soft, loose pr atherwise
unsatisfactory as a result of inadequate excavatio�, dewatering or pther trenching
methods, using gravel �ll.
B. Existing pavement
1. Saw cut and repair existing pavements ahove new and modified existing duct
banlcs.
2. Cut along straight lines.
3. Replace pavemenE with the same type and quality of the existing paving.
12 C. Grassy areas
I3 I. Remove and replace sod, or
14 2. Loam and reseed surface
15 3.6 RE-INSTALLATION
i6
17
18
I9
24
21
22
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
44
41
42
43
A. B ackf lling
1. Remove materials �nsuitable for backfilling.
2. Trench fill
a. Cormnon fill material
b. Void nf rock ar other non-porous inaterial
c. Layers not to exceed 8-inches in loose measure
d. Compact to 90 percent standard Proctor density at optimum moisiure content o�
t 4 percent
e. Mounded 6-inches above exisfiir�g gxade
3. Existing grass, loam or gravel su�ace
a. Rcmove surface n�aterial
b. Conserve
c. Replace to the full original depth
4. Paved areas or designated fukure paved areas
a. Backfill with select fill material
b. Layers not to exceed S-inches loose measure
c. Campact to 95 percent standard Pz�octor dez�sity at optimum moisture content of
� 3 percent
5. Compaction
a. Hand or pneunnatic iarr�ping with taols weighi�g at least 20 pounds
b. Place materzal being spread and compacted in layers not over S-in loose thick.
c. Spzinlcle in conjunc�ion with rolling or ramming, if needed to achieve required
compaction
6. Do not place bituininous paving in backfill.
7. Do not use water jetting as a means of consolidating or compacting backfill.
S. Road surfaces
a. Broom and hose-clean immediately a�ter bacic�lling '
b. Employ dust control measu�res at all ti�nes.
CITY OF FORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTION SPECIFICATIOIt! DOCUML:NTS City Project No. 10I644
Revised 7uly 1, 2011
26U543-7
UND[:RGROUND DUCTS AND RACEWAYS i'OR �L�CTRICAL SYSTEMS
Page 7 af 8
1 3.7 CLEANiNG
2 A. Re�ove all rubbish anc� debris froz�r� inside and around ihe undergxound system.
3 B. Remave dirt, dust, or concrete spatter from i�e inierior and exterior of xnaz-�aoles,
4 handholes and siructures, using brushes, vacuum cleaner or clean, lint free rags.
5 C. Do not use compressed air.
6 3.8 SYSTEM STARTUP [NOT USED]
7 39 ADJUSTING [NOT USED]
8 310 CLEANING [NOT USED]
9 311 CLOSEOUT ACTIVITIES [NOT USED]
]0 3.12 PROTECTION [NOT USEDJ
11 3.13 MAINTENANCE [NOT USEDJ
12 3.1�1 ATTACHMENTS [NOT USEll]
CTT Y OP PORT WOR'�'�i CoAnmander Rd - Midfie[d Stage 2
STANDARD CONSTRUCT{ON SPECIPICATION DOCUN/�ENTS City Project No. 101644
Revised ]u!y 1, 2011
260543-8
UNllE12GTtOiJND DUCTS AiVD RACI:WAYS FOK ELECTRICAL SYSTCMS
1'age 8 of 8
END OF SECT�ON
Revision I,o�
DATE NAME SUMMARY 4F CHANG�
CITY OF FORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTKUCI'ION SI'ECIFICATIOAI DbCUMENT3 City Project No. ] 01644
Revised 7uly f, 2p11
312316-1
UNCLASSIPILD EXCAVATION
Page 1 of 6
SECTION 31 23 16
2
3 PART1- GENERAL
4 1.1 S UMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
13
I4
15
UNCLASSI�IED EXCAVATION
I. Excavate areas as ,showx� oz� the Drawings or as directed. Rernoval of materials
encountered to the lines, grades, and rypical sectioz�s shown on ihe ➢rawings and
removal from site. Excavations may include constructipn of
�: �
�
�
d. Excavation for Structures
�, ll,. .,rl,a.- ., .-.,r:,,,, ; .,1..:.�., fi,e e ..,+:�.., ..f'..,, �:�e ,Y,�+e.-:.,1..
B. Deviations from this City af Fort Worth Standard Specification
1. None.
16 C. Related Specification Sections zz�clude, but are z�ot necessaz-ily limzted to:
17 1. Division 0-- Bidding Requirements, Contract �'orms and Conditions of the Contract
18 2. Division 1�- Generai Requirements
19 3. Section 31 24 OQ — Embankments
20 1.2 PRICE AND PAYMENT PROCEDURES
21
22
23
24
25
26
27
28
29
30
31
32
33
3�4
35
36
37
3$
39
40
41
42
A. Measurement and Payment
� This Item is cansidered subsidiary ta the Iterns in whiclr it is referenced. See Itern
SS-I52 forgeneral corastruction earthwork. �'�^^�.�*;^^'��. D'^� n,.�^f;+�,
� R��
�
�
� rxr�..,., .,.. ,.,,� ti.. �t,,, ,...t�;,. . .,..,� ; .�., �;.,.,t �. ...f,,,., +t,;� ; .,i.,.,�
,
.,r,+.. .,�, „+ 7+0.., Tl,o „+;+.. +.. l.o ...,;.7 ;� rl,o ., „+;rT. �h.-..�,,,
H+�,o ,, .,r �.io�� .Y,,.a;�;a,� H�, n.-.;,.io i i nn „s-+wo r;o„o.-.,t
,� .
r��.,a;+;,,,,�. n �a;,-:,,,,,,i ,V, ��.. ,. „t,.,.r,,.;,,�� , .;tt r.,. ,�.�a„ ;�
.,a., ,,,.,..a.,.� ,.�,,,,,,,,+:.:e� ., oa
� �
�
a��-mQ4st�=e�,as ��o q=Q���Qef' `�e� �.+» ,.�s �.,, :,� � „� E�,�.,.4
�.r-x��=a�e� e; �:,. �r,7,-=��,a�_o��r ae�sr.,n�e��e���'�'�,o
,,,aa,+.,..,,,i „ „t;,.., . ,;ir �.,, .,n,,...v,� � �...,,,.ir ,. ��„-;.,ir.,nor�.t,oi�
�s�e�'s�st�es�-&� t�-r`�^~rt�E�e�'��'��'�-,.��r.�+�..
ETl,., ., ., L,;.a �i,.,ll ; ..1,,.7�:
� �
� r.,,..,,,.,f;,,,, c.,� ,,,
� �
C1TY OT FORT Wf�RTH Cotn�nandcr Rd - Midf�eld Stage 2
STA1VDAlZD CONSTKUCI'ION SPECIFICATION DOCi1MGNTS City Project No. 101644
Revised 7anuary 28, 20T3
312316-2
UNCLA5S1F1Ell EXCAVATION
Page 2 of 6
1
2
3
4
5
6
7
S
�
1�
11
IZ
13
14
�5
16
17
18
�9
2�
21
22
23
24
25
26
2'1
28
29
30
31
t11 7\, , � r��
-�7
� D., lr ,�,1., .. F4.� o _n4.,.1 .,,.,f� .,1 �,..v: �i .,..:��
� ��
�
�} �',e�e�
� �
�:
� ��r���n�
� T�T,,,,..,,«,,.�...,,.,r F« i�l,.n T+..,,,.. nL.nll t,e b..> 44,0 �.,��-.:��.,,..,7 : .4n �F iµl i+i..,,
�v�.�.v..
.,1., ,1.,�,,.7 , .Y +l,o .,.i ., c�ta .,�k.,.a
�1 Tk !"'r- '11 -F �.�F ,-o fl-. C'��.. t:...� t"..�u : �:.,.,.:.`7
7 �. . �.
�
nl Tl, !'...,F.- �.4�. .;71 1.o nid �' F4, v. �a'a., ....FT'' :...,..",f��7 ym4ro.-;.,I
�� ��� wbL � �, ... ..,_..._
n�i...�n}o�j nn i-�.o r�i-F� .��.r.l.r. E.a4:z.oev. fHo 4.:�� n
ra.via uav .r. v.avu v v:j v.
�] Tinv4��� v� ov�4r. �.��� �r� �n rir� � on�tmnl-n� r�1n T41t1CW.A4A �
t�
�.rr .,1.. ,1.,+�.7 1... +L,o G„
� �
1 \ Tl,.e «ir wF o.] .,.7 ,Y..,fo .,I� �„-., �T-,��1 , �.i., r:ah «'::., T+:....
�rJ �.
izzz i�icaS�3rCtt-��-�rv�r�cc'�r=�iixecEF ���8ii$ll'���Li��� p�}ll 1.., ...,;.a�r��
rrvc: �nx8
ev
E,,, '1"t,., ,� o 1.;.7 ..1,.,11 : �.1..r1�:
� �
� �.,, „+�,, c.,�,.+�.
� �
q.� n„�+�o ��p=
� - �' .�� ..,��� .,;���
�� �v�r+ �w3n rt f�n n�ou IAAU4Vi.A(4� i
�} ��
�7\ n' .,1 „�o o .,+o .,1 �„t, o,] oln ,�1,., ;+o
T7
�} �e�
� ��
32 1.3 RE�'ER�NCES [NOT USED]
33
34
35
36
37
38
A. Definitions
1. Unclassified Excavatio� -- Without regard to materials, all excavations shall be
considered unclassi�ed and sha11 include all materials excavated. Any reference to
Rock or othez� materials on the Drawings or in the specifications is solely for the
City and the Contractor's information and is not to be talcen as a classif cation of
the excavation.
39 1.4 ADMINSTRAT�VE REQUIREMENTS
40 A. `I'he Cantractor vvill provide the City with a Disposal Letter in accordance to Division
41 O1.
CiTY Oi� HORT WORTH Commander Itd - Midfield Stage 2
STANDARD CONSTRLICTION SPECIFICATION DOCUMENTS Ciry Projeck No. 101644
Revised 7anuary 28, 2013
31 23 l6 - 3
UNCLASSIFIED EXCAVATION
Page 3 of 6
1 1.5 SUBMYTTALS [NOT USED]
2 l.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDJ
3 1,7 CLOSEOUT SUBM�TTALS [NOT USED]
4 I.S MAINTENANCE MATERIAL SUBMITTALS [NOT USEDj
5 1.9 QUALITY A�SURANCE
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 excavatian safety standards 29 CFR part 1926 and state requirements.
11 1.10 D�LIVERY, STORAGE, AND HANllLr1VG
12
13
14
15
16
17
IS
19
20
21
22
23
24
25
26
27
28
29
A. Storage
1. Within Existing Rights-of-Way (ROW}
a. Soil may be stored vvithin existing ROW, easements or tempo�rary constructipn
easements, unless specifically disallowed in the Cont�ract Documents.
b. Do not hlock drainage ways, inlets or driveways.
c. Provide erosion control in accordance with Section 31 25 00.
d. When the Work is perfozaz�ed in active traffic areas, store materials anly in
areas banricaded as provided in the traffic control plans.
e. In non�paved areas, do not store material on the raot zone of any trees or in
landscaped areas.
2. Designated Storage Areas
a. If the Contract Docurnents do not a11ow the storage of spoils with�n the ROW,
easement or temporary construction easernent, then secure and maintain an
adequate storage location.
b. Provide an affidavit that rights have been secured to store the materials on
private property.
c. Provide erosion control in accordance with Section 31 25 00.
d. Do z�ot bIock drainage ways.
30 1.11 FIELD CONDITYONS
31
32
33
34
3S
36
A. Existing Conditions
Any data which has been or may be provided on subsurface coz�ditions is not
intended as a representation or warranty of accuracy or continuity between soils. It
is expressly understood that neither the City nor the �ngineer will be responsible
for interpretations or conc�usioz�s drawn there fro�n by the Contractor.
2. Data is made available for t�ae convenience of the Contractor.
CiTY OP PORT WORTH Commander Rd - Ivlidfield Stage 2
STANDARD CONS"1TtUCTION SPECIFICATl03tf DOCUMENTS City Project No. l0I G44
Revised January 28, 20 ] 3
31 23 16 - 4
UNCLASSIFIrD EXCAVATION
Page 4 of 6
1 L12 WARRANTY [NOT USED]
2 PART 2- PRODUCTS [NOT USED]
3 2.1 OWNER-RURNISH�D [NOT USED]
4 2.2 PRODUCT TYPES AND MATERIALS
5 A. Materials
6 1. Unacceptable .Fill Material
7 a. In-situ soiIs classified as ML, MH, PT, OL or OH in accordance with ASTM
8 Dz487
9 PART 3 - EXECUTION
10 3.1 INSTALLERS [NOT USED]
11 3.2 EXAMINATYON [NOT USED]
12 3.3 PREPARATION [NOT USED�
13 3.4 CONSTRUCTION
14 A. Accepf ownership af unsuitable or excess �x�.aterzal and dispose of material off-site
15 accordance with local, state, and federal regulations at loeations.
16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice
17 during construction wzth eh exception of water that is applied for dust control.
18 C. Separate Unaccepiable �'il� Materiai from other materials, remove from the Site ax�d
19 properly dispose according to disposal plan.
20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and
21 praposed or existing structures.
22 E. Correct any damage to the subgrade caused by weaiher, at no additional cost to the
23 City.
24 F. Shape slopes to avoid loosening znatezial below or outside the proposed grades.
25 Remove and dispose of slides as directed.
26 G. Rock Cuts
27 1. Excavatc to finish grades.
28 2. In the event of aver excavation due to contractor error below the lines and grades
29 established in the Dravvings, use approved embai�lanent material compacted in
30 accordance with Section 31 24 00 to replace the over excavated at no additional
31 cost to City.
32 H. �arth Cuts
33 1. Excavate to finish subg�rade
C1TY OF FORT WORTH Commander Rd - Mid6eld Stage 2
STANI]ARD CONSTRUCTION SPECITICATION DbCUM ENT5 Ciry 1'roject Na. 101644
Rcvised danuary 28, 2013
31231G-S
UNCLASS1F1E17 EXCAVATIO�I
Page 5 of 6
1 2. In the event o� over excavation due to contractor error below the lines and grades
2 established in the Drawings, use approved ernbankment maierial compacted in
3 accordance with Section 31 24 Ob to replace the ovez- e�cavated at no additional
�4 cost io City.
5 3. Ma�ipulate and compact subgrade in accordance with Section 3I 24 00.
6 3.5 REPAiR [NOT USED]
7 3.6 RE-1NSTALLATION [NOT USED]
8 3.7 F�ELD QUALITY CONTROL
9 A. Subgrad� Tolerances
10 1. Excavate to within a. l foot an all directions.
� 1 2. In areas of over excavation, Contractor provides fill material approved by the City
12 at no expense to the City.
13 3.8 SYSTEM STARTUP [NOT USED]
14 3.9 ADJUSTING [NOT USED]
15 3.10 CLEANING [NOT USED j
i6 3.11 CLOSEOUT ACTIVYTIES [NOT USED]
17 3.12 PROTECTION [NOT USED�
18 3.i3 MA�NTENANC� [NOT USEDJ
19 3.14 ATTACHMENTS [NOT US�D]
C11'Y OF FORT WORTH Commanc�er Rd - Midfield Stage 2
STA�TUARD CONSTRUCTTON SPECiFTCAT'ION pOGUMENTS Gity Project No. 101644
Revised January 28, 2013
31 23 16 - 6
UNCLASSIFIED �,XCAVATION
Page b of 6
END OF SECTlON
Revision Lag
DA'I'E NAME SUMMARY OF CHANG�
12/20/2012 D. 7ohnsou 1.2 - Measuremenl and Payment Seclion modified; Blue Text added for clarification
1128/13 D. 7ohnson 1.2 — NEodificd Bid Ttem names i� payment section to differenlaate between Payment
Methods on bid list.
CITY OF FORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTA[JCTIOIV SPECIFICATIdN DOCUMENTS City Project No. 1U1G44
Ravised .Tanuary 28, 2013
32 l4 16 - 1
BRICK UNIT PAVING
Page 1 of 1Q
2
3 PAR.T 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
12
1. None.
12 C. Related Speciiication Sections include, but are not necessarily limited to:
13 1. Division Q- Bidding Requirements, Contract Forms, and Conditions of the Contract
1� 2. Division 1- General Requirements
15 3. Section 32 13 13 - Conerete Paving
16 ].2 PRICE AND PAYMENT PROCEDURES
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
SECT14N 32 14 16
BRICK UNIT PAVING
1. AII labor, materials and equipment necessary to install brick pavez-s, set in mortar
on reinforced concrete base for:
a. Nevc+ bricic paving
b. Brick paving repair
B. Deviations from this City of Fort Wortk� Standard Specification
A. Measurement and Payment
1
�:
Brick Paving
a. Measurement
]) Measurement far this �tea� shall be:
a) 3214.0100 Bric� Pvmt -- per square yard
b. Payment �
1) The wqrk perfortned and materials fizrnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square yard of Bricic Faving completed ancE accepted ir� its
final position per Drawings.
c. The price bid shall include:
1) Sample panels
2) Shaping and fine grading the zoadbed
3) Furnishing and applying all water required
4) Fuz-nishing, loading and unlaading, storing, hauling, handling, mixing,
pJ.acing, fnishing and curing all conerete ingredients for concrete base
ynaterial
5) Furnishing and instatling all reinfarcing steel for cancrete ba,se
6) Furnishing, mixing and placing all setting materials includzng xnortaz-
setting bed, wet mortar joint filler and high bond xx�ortar mix
7) Furnishing and setting all brick unit pavers
8) �ealing joints
a,-:,.tr o....:,,,� p er.,;.-
_'_' __ _ __ ' _—o _ _ "r _:__
f�.- ��xxi
11 TAo.,�,,,-o,�.-. ,..+ 1;..- rl..,. 7+.,,,., nl,.,ll 1,.., 1... fl,o .. o .,,-.7 .�,f'R,-:..1. A.,,.:,,..
z�
��
CITY OF FdRT WORTI� Comminder ltd - Midfield Stage 2
STAI+IDARD CONSTRUCTION 5I'ECIFTCAI'TON 1�OCUMENTS City Projccl iVo. 101644
Ravised December 20, 2012
321�F ]6-2
BR[CK UN1T PAVIiVG
Page 2 of 10
X
z
3
4
5
6
7
8
9
10
1I
12
13
14
15
16
17
� ��
�
a�� � S-�=o9r��e� a «nrr » �ui�� :,a � .,+ ��,,, .,:�
�.��ar � �e���as}��e�
., L.;.1 .. .,.-.1 ..�T7r;.,l� D.,..;.,.Y D�..,,;r .. ..l.,r..,.7 .,.,.�1 ., ,-.to.� ;
� TL,., ., ., b,;.�l .,l,.,ll ; ..T,,.7..,:
�
�
31 �,,...�.;�L.;.,.. ..,�.7 ., ,.7.,;,,.� .,13 . ...�e.-,-e.,..:ve.7
—7
� r ,� i • �. i •r �, �,ri •
iziiixi "� ag-auc«i "� &�6�iir��xici�x' "rix�zicsxxa�xzazizi��
,
�
�
� �
�.�4.r..r 1.�� r�.4 mr..�i�n« . r.4 ���o.� nr.ra l...r�-. �.�r.� m...�+n.� m.v
] Y
�
g� cv.,�
18 1.3 RE�'ERENCES
19 A. Reference Standards
20
21
22
23
24
25
26
27
28
29
30
31
32
1. Reference standards cited in this �pecification refer to the current reference
standard published at the timEe of the Iatest revision date logged at the end of this
Specification, unless a date is speci�cally eited.
2. ASTM �nieinationaI (ASTM):
a. C67, Test Methods of Sampling and Testing Brick and Structural Clay Tile
b. CI44, Aggregate for Masonry Mortar
c. C150, Portland Cement
d. C207, Specification for Hydrated Lime for Masonry Furposes
e. C902, Specification for Pedestrian and Lig�t Trafiic Paving Brick
f. C1602, Standard Speci�cation for Mixing Water Used zn tk�e Pz-oduction of
Hydraulic Cement Conerete
3. The Brzcic Industry Association, Technical Notes
a. No. 1, Cold and Hot Weather Construction
33 I.4 ADMINISTRATIVE REQUIREMENTS
34 A. Permitting
35 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation
36 and Public Works Department in conformance with current ordinances.
37 2. Transportation and Public Works Department will inspect paving repair after
3 8 constructiQn.
39 1.5 SUSMITTALS
40
41
42
43
A. Product Data: �ubmit manufactmrer's technical data for eac�a xnanufactured product,
includir�g certification that each �roduct complies with speci�ed requirements.
B. Samples
1. For material verification purposes submit Yhe follor�ving:
CiTY OF FORT WORTI� Commander Itd - Midtield Stage 2
STANDARD CONSTRUCTION SPECIFiCAT10N DOCUMENTS City Praject 3Vo. 101644
Revised December 2U, 2U12
321416-3
BRICK UIVI'I' PA'V1NG
Page 3 of 10
l
2
3
4
5
6
7
S
9
10
I1
12
13
14
15
16
a. Manufacturer's testing certification confonnning to ASTM C67 testing me#.�ods
for:
1) Compressive strength, pounds pez square ineh
2) Absorption, 5 hour submersion in cold water
3) Absorption, 24 hour submersion m cald water
4} Maximum saturation coefficient
5} Tnitial rate of absorption (suction)
6) Abrasion index
7) Freeze-thaw
8) Efflorescence
b. Masonry paving unit samples for each type of zx�asonry pa�ing required.
Include in each set the full range of exposed color and te�ture to be expected in
the completed work.
c. The pavers are to match exasting pavers at the vther drives at the airport.
ContrQctor shall suhmit a sample of the proposed �avers to the engineer for
rapprovaZ
17 �.6 ACT�ON SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USEDj
18 l.7 CLOSEOUT SUBMITTALS jNOT USED]
19 l.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED]
20 1.9 QUALITY ASSURANCE
21 A. �nstaller: Brick paver and any subcontractors shall have experier�ce in brick paving and
22 their previous work will be reviewed by the City prior to start of worlc.
23 B. Sample Panel: Prior to installation of masox�ry paving work, fabricate sample panel
24 using materials, paitezx� and joint treatment indicated for project work, including special
25 fcatu�res For expansion jaints and eontiguous work.
26 1. Include coIor range, size, texture, bond, expansion jointing, pattern, finish, and
27 workmanship.
2$
29
30
31
32
33
34
35
36
37
3$
39
40
41
5.
6.
'1.
8.
2. Make 6 feef x b feet minimum.
3. Provide range of color, texture and workmanship to be expected in the completed
vwork.
�4. Sample panel shall be inspected by the City. If the sample is not acceptable,
construct additional panels at no cost to the City until an acceptable panel is
constructed.
Obtain Czty's acceptance of visual qualities of the panel before start of masonry
paviz�g worlc.
Maintain the sample panel as the standard of minimal quality for approval of ali
proposed brick pavement wark required for the project. Locate sample panel near
the pavement work to facilitate comparison
Do not change source of brands for masonry units, setting xnatez-i�als, or grout during
progress of work.
Remove sample panel from the site at coxnpletion of project.
C1TY OF CORT WORTF� Commander Rd - Midfield Stage 2
STA�TDARD COI�lSTRUCT10I�1 SPECIFICATION [30CiJMENTS Ciiy1'rojectNo. ]Oi644
Revised December 20, 2012
321416-4
A1tiCK iJNIT PAVING
Page 4 of I 0
1.10 DELIVERY, STORAG�, AND HANDL�NG
2 A. Delivery: Brick pavers and associated installation materials shall be delivered to the
3 job adequately protected from damage duning transit.
4 1. Bricic pavers shall be carefully packed by the s�pplier for shipment wiih name of
5 manufacturer and identi�cation of contenis.
6 2. Pavers damaged in any manncr will be rejected and replaced with new materials at
7 no additional cost to the City.
8 B. Storage: Protect grout and mortar materials durtng storage and consiruciion against
9 wetting by rain, snow or ground water and against soilage ar intermixture wit% earth oz
10 other types of materials.
11 i. Protect grout ar�d mortar zxzaterials from deterioration by moisture and temperature.
12 2. Store in a dry locatzox� or in waterproof container.
I3 3. Keep containers tightly closed and away from open flame. Frotect liquid
14 components from freezing.
15 1.11 FIELD CONDITIONS
16 A. Arnbient Conditions
I7
18
19
20
2I
22
1. Normal construction: temperatures between 40 degrees and 100 degrees.
2. Cald Weather Construction: teznperatures below 40 degrees
a. Comply with requirements for znasonry construction in cold weather from the
BIA Technical Notes on Brick Constructioz�, No. 1, Cold and Hot Weather
Construction, Table No. 1 as si.untnarized in the followiz�g table:
CI'1'Y OF FORT WORTH Com�nander Rd - Midfield Stage 2
STAN�ARD CONSTRUCTTON ST'ECIFTCATION DOCUMENTS City Project No. 101644
Revised December 20, 2012
32 14 15 - 5
SRICK UNIT PAVING
Page 5 qf 1�
Preparation Constructian Protection
7emperature� Requirements Requirements Requirements
(Prior to Work) (Work in Progress) i��er Masonry is
Placed
Do not fay masonry units
having either a temperelure Heat mixing water or sand fo
below 20 degrees F or produca mortar between 44
containing frozen moisture, degrees F and 120 d�grees
visible ice, or snow on their
surFace. �� Completely cover newiy
40 degrees F to Do nof heat water or constructed masonry
32 degrees F Remove visible ice and aggregates used in mortar or with a weather-resisiive
snpw from fop surface oi mem6rane for 24 hr after
existing founcEations and 9raut abave 440 degrees F. construction.
mason3-y #o receive new �eat grot�f malerials when
construction. Heat titese their temperaEure is below 32
surfaces above freezing, degrees F.
using methads that do not
result in dama e.
Comply with cofd weat�er
requirements above.
Mainlain morlar temperature
abo�e freezing uniil used in
32 degrees F ta Comply with cold weather masonry. Comply with cold
25 degrees F requirements a�ove. weaiher requiremenis
Heai grout materials so groui above.
is at a lemperature belween
70 degrees F and 120
degrees F durEng mixing and
placed at a temperalure
above 70 de rees F.
Compiy with cold weafher Completely cover newly
requirements above. conslructed masonry
Heat masonry surFaces under with weaiher-resistive
coresfruction to 40 degrees F insulating blankets or
25 degrees F to Comply wiih cold weather and �se wind breaks or equa[ profection for 24 hr
20 degrees F requirements above. enclosures when the wind ��er completion of work.
velocity exceecfs 15 mph. �xtend time period io 48
hr for grouted masoRry,
Heat masonry fo a minimum unless the only cement
af 4D degrees F prior to in lhe grout is Type ill
roulin . Portland cement.
Maintain newly
constructed masonry
temperature above 32
degrees F for at Eeast 24
hr afler being compfeted
by using heated
20 degrees F and Comply with cold weather Comply vuith cald weather enclosures, electric
below requirements above. requirements abo�e. heating blankets, infrared
lamps, or other
acceptable methods.
Exiend time period to 48
hr for grouted masonry,
unless the anly cement
in the grout is Type Ill
Portland cemenl.
1. Preparation and Construction requ�rements are based on ambieni temperatures. Protectian requirements, after
masonry is placecE, are 6ased on mean daily temperatures.
CITY OP FORT WOR'PH Coa�aitnander ILd - Midfield Stage 2
S1'ANDARI] CONSTRUCTIOI�i SPECIPICATION DOCiJMENTS Ciry Praject No. 301644
Revised December 2D, 20 i 2
3214I6-6
BRiCK LJTFIT PAV[NG
Page 6 of lU
1
2
3
4
3. Hot Weather Constz-uction: tea�peratures above 100 degrees
a. Coinply with requireinents for masonry construction in hot weathcr from the
B�A Technical Notes on Brick Construction, No I., Cold and I-Iot Weafher
Constr�ction, Table No. 1 as summarized in thc following table:
Preparation Protection
Temperature3 l�equiremenfs Construction Requirements Requirements
(Prior to Work) (Work in Progress) (After Masonry is
Placed
Abo�e i 15 Use cool mixing wafer for
degrees F or Shade maferials and mixing mortar and grout. Ice must be
105 degreas F equipment from direct melted or removed before
with a wind sunlighf. water is added to other morlar Comply wiEh hof weather
velocity over 8 or grout materials. requirements below.
mph Comply with hot weather
requirements below. Comp[y wilh hot weather
requiremenfs 6elow.
Maintain mortar and grout at a
temperature 6elovu 920
degrees F.
Provide necessary �Eush mixer, mortar transporf
Above 1ffd conditians and equipmenl to container, and mortar boards Fog spray newly
degrees F or produce mortar having a with cool water before #hey constructed masonry unlil
90 degrees � with temperature below 120 come inlo contact with mortar damp, at least 3 times a
8 mph wind degrees F. ingredients or moriar. day until fhe mesonry is 3
Maintain sand piles in a days old.
damp, loose condition. �+laintain mortar consistency by
retempering with cool water.
Use mortar wi#hin 2 hr of initial
mixin .
5
6 1. Preparation and Construction requirements are based on ambieni temperatures. Protection requirements, after
7 masonry is placed, are based on mean daily femperatures.
8 1.12 WARRANTY [NOT USED]
9 PART Z - �RODUCTS
10 2.1 4WNER-FURNISH�D PRODUCTS [NOT USED]
I1 2.2 MATERiAi.S
12 A. Rigid Concrete Base: See Section 32 13 13.
13 B. Reinforcing Steel: Section 32 i3 13
14
15
16
17
I8
19
20
C. Paving Bricic f�r Heavy Vehicular Traffic: Standard Solid {uncored} Paving Brick of
modular size, 2-1I4 i�ches x 3-5/$ inches x 7-5/8 inches except as indicated, as per
ASTM C1272, Type A, Application PX.
D. Setting Materzals
1. The nnortar setting bed shall consist of:
a. ] part �'ortland cement - ASTM C150, Type 1
b. 1/4 part hydrated lime by volume - ASTM C207, Type 5
CITY OF FORT WORTH Commander Rd - ivtidfield Stage 2
STANDARD CONSTRUCTION SP�CIF�CATION AOCLIME[�TTS City Project No. 101b44
Revised December 26, 2012
32 L4 16 - 7
BRICI� UNIT PA V1NG
Page 7 of ] 0
l
2
3
�
5
6
7
8
9
1Q
11
12
13
14
15
16
17
18
2.
3
c. 3 parts damp sand - ASTM C144 (for high-bond mortar, gradation in
accordance with additive manufacturer's recommendations).
d. Add water to obtain stiff mix - ASTM C 1602.
The wet mortar joint filler shail consist of:
a. 1 part Portland ce�nent - ASTM C150, Type 1
b. 3 parts dry sand - ASTM C144.
c. Add water to obtain a wet mix - ASTM C1602
High box�d zx�ortar zx�i� sk�all consist o�:
a. 1 sac�C �'ortland ceax� ent - ASTM C 150, Type 1
b. 5p pounds worIcability additive �"A" Marble Dust by Arrnco Steel Corporation,
1'iqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote
Corporation, or Micro �'rll No. 2 by Pure Stone Company, Marble Falls, Texas
or approved equal
c. 3-1/4 cubic feet of sand - ASTM C144
d. 4 gallons of high bond additive -Saraband Liquid Mortar Additive by the Dow
Chemical Corporation or approved equal
e. Mix with water in accordance with High Bond Additive manufacturer's
recommendations.
14 2.3 ACCESSORIES [NOT USED]
24 2.4 SOURCE QUALITY CONTROL [NOT USED]
21 PART 3 - EXECUTYON
22 3.1 INSTALLERS [NOT US�D]
23 3.2 EXAMINATION [NOT USED]
24 3.3 PREPARATION [NOT USEDJ
25 3.4 INSTALLATION
26 A. Flace 8-inch reinforced concrete base under proposed brick pavement.
27 1. Concrete base: See Section 32 13 13.
28 a. Design concrcte mix design for a minimum compressive sirength of 3,000
29 pounds per square i�ch at tk�e age o£ 2 days for eitk�er type � or type iII ceznez�t
30 2. Rei��orcing Steei: Section 32 13 13
31 a. No. 4 bars at 18 inches on center both directions
32 3. Keep concrete surfaces to receive pavers dry, clean, free of oily ar w�y fii�ns and
33 level.
34 9. Verify gradients and elevations of base are as indicated on Drawings.
35 B. Protect adjacent finished surfaces from soiling, staining, and other damage during
36 conshuction. Clean and restore any damage or stains to adjacent surfaces to equal or
37 better than original condiiion.
38 C. Spread and screed setting bed mixture to a true plane and limit bed �nixture to an
39 amount that can be covered wztk� pavers be£ore initial set.
40 D. Set pavers in the paiterns shawn in the field with uniform tight joints (1/4�ineh).
CITY O�' FORT WORTH Commander Rd - Midfieid Stage 2
S1'ANllARD CONSTRUCTION SP�CTPiCATiON DOCUIvIGNTS City ProjeciI*io. l�1G44
Reviscd December 26, 2D l2
321416-8
BRICK UNI'[' PAVii1G
Page $ of !D
1
2
E. Do not use pavers with chips, cz-acks, or voids.
F. Set paver in 1-inch layer of neat cexz�ez�t paste over setting bed.
3 G. Tolerances: Tolerances shall be checiced continuousZy as work progresses so that
4 nonconforming areas can be corrected before mortar sets.
5 1. Ali�unent tolerances: maxiinurn 1/4 inch in 20 feet; 1/2 inch in �FO feet
6 2. Su�-face tolerance: m�imum plus or minus 1/8 inch in 8 feet noncumulative
7
8
9
10
11
12
�3
14
3. Alignment and surface tolerances will be checiced and enforced. The Contractor
shall make provisions that brick pavers can meet these tolerances as they are
supplied. Imperfections in the brick dimensions and surfaces will not constituie as
reasons to accept inferiar paving and the work will be rejected.
H. Tamp pavers into fu11 contact with the mortar bed to a level plane. Do nat set large
areas of pavers for Iater leveling.
I. After pavers are set and cleaned free of mortar, �11 j oints with martar, completeiy f lling
voids.
15 J. Remove excess dry joini �ller mixture and fag surface with fine vvater spray.
16 K. Cut pavers with znotor driven masonry saw with a sharp diamond blade. Exposed
17 brokex� edges will not be allowed.
1 S I.,. A 7 day daznp cure is required. Employ barricades to restrict traffic during the 7 day
19 cure period. After the 7 day damp cure period, clean the surface wiih stiff brush az�d
20 brick manufacturer's recorrunended cleaning solution in increxz�ezzis �zot exceeding 100
21 square feet, ieaving surface clean and free of xnortar and grout stains.
22 M. At the end of each day, spray paved areas wit� a�ne mist of water. Fill joints within 3
23 days after the pavers are set. Spray paved areas until the joints are filled.
24 N. Sweep and keep bricic surfaces clean at all times in order to avoid penetration of cement
25 into the brick surface.
26 3.5 REPA�R
27 A. General
28
29
30
31
32
33
34
35
36
37
3$
39
40
41
42
1. Removc and replace masonry paving units as directed by the City tlaat are lopse,
chipped, broken, stained ar oiherwise damaged, or if units do not xnatc� adj oining
units as intended.
2: Provide new units to match adjoiniz�g units and install in same manner as original
units, with same joint treatment to elixninate evidence pf replacement.
3. Pointing: during tooling of joints, enlarge voids or holes and completely fill with
mortar or grout. Point-up joints at sealant type joints to provide a neat, unifarm
appearance, praperly prepared to application of sealant.
4. Cleaning: Remove excess mortar/grout fro�n exposed brick surfaces, wash and
scrub clean.
5. Protect tnasonry paving installatians from deterioration, discoloration or damage
during subsequent constructions and until acceptance of worlc, in compliance with
recommendations of installer and paving unit xxaanufaciurer.
B. Trench Repair
1. Preparation
CITY Or FORT WOILTFI Commander Rd - MidfielcE Stage 2
STANDARD CONSTRUC'1'ION SPECIFICATIOi�! DOCUMENTS City Prqject No, 101644
Revised December 20, 2012
321416-9
BRICK UNIi' PAVING
Page 9 of 10
1
2
3
�
5
6
7
8
9
l0
11
12
13
14
15
i6
a. Replace a continuous section if multiple repairs are closer than 10 feet apart
from edge of one repair to the edge of a second repair.
b. Surface Preparation: mark pavemeni cut repairs for approval by the CITY.
2. RemQval
1) Use care in removing brick pavers to be repaired to prevent damage to
brick pavers adjacent to tiae repair area.
3. Installation: See Article 3.4.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT US�Dj
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT US�D]
31Q CLEANYNG rNOT USED]
3.11 CLOS�OUT ACTIVITIES [NOT USED]
3.12 PROT�CTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.I4 ATTACHMENTS �NOT USED]
CITY OF FORT WOR'fH
STANT�ARD CONSTRUCTiON SPECIFICAI'ION DOCUMENTS
Revised Decemher 26, 2012
comma�a�r �ia Maafiota s4�b� z
City Project I�lo. 101644
32 14 16 - 10
BKICK UNTT 1'AVING
Page E 0 of I 0
END Or SECTION
Revision Log
DATE NAME Si_TMMARY OF CHANGE
12/20/2012 D. Johnson 3.4.A. Modified information Eo match City of ForC Worth Standard Dctail
CITY OP FORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Ciry Project No. 1016g�1
Revised llecember 20, 2D12
32 17 23 - l
PAVEMEN'1' MARK.INGS
Page 1 oF [ 2
1
2
3 PART1- GENERAL
� 1.1 SUMMARY
SECTION 32 17 23
FAVEMENT MARKINGS
5 A. Section Includes:
6 1. Pavement Markings
7 a. Thermoplasiic, hot-appl�ed, spray (HAS} pavexnent xnarkzngs
8 b. "I'he�oplastic, �ot-applied, extruded (HAE) pavement markings
9 c. Prefortned polyrner tape
10 d. Preformed heat-activated thermoplastic fape
11 2. Raised markers
12 3. Work �one markings
13 �4. RemovaI of paveinent markings and markers
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. None.
16 C. Related Specification Sections include, but az-e not nece,ssazily lixnited to:
17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
i S 2. Dzvision l— General Requirements
19 l.2 PRICE AND PAYMENT PROC�DURES
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
1. �avement Markings
a. Measurement -
1} Measurement for this Item shall be per linear foat of material placed.
b. Payment
1) The work performed and �naterials fuz-nished in accordance with this Ite�
and measured as provided under "Meas�rement" shall be paid for at the
unit price bid per linear foot of "1'�mt Marking" installed for:
a) 3217.0101 6" SLD Pvmt Marking HAS (W) — per �inear foot
b) 3217.0305 12" SLD Pvmt Marking HAS (W) — per lincar foof
c. The price bid shall include:
1} InstalIation oiPavement Marking
2) Glass beads, when required
3) Surface preparation
4) Clean-up
5) Testing (when zequiz-ed)
� �
�: �€asr�e�
11 T�f�.,...,w.,.,,..,,,a F«+i,;.. T+n.., ..l,.,ll l.o .,o o..t, T o o,,.] :,,�f„TTo.7
��
� �
�
�t,.,ii i-.a ,,.,;a � ,..,+ rt,o . „�+ ., o t,;�1 ,� .,..t, «r e o.,a�� ;.,n+.,i�a�7 � .-.
CITY OP PORT WORTH Commander ltd - Midfield Stage 2
STANDARD CC)NSTRUCTION SPECIFICATION DOCiJMENTS Ci[y Project No. [01644
Revised Navember 22, 2013
321723-2
PAVEMENT MA.K.K.Q�TGS
Page 2 of 12
1
Z
3
4
5
�
7
8
9
10
�1
IZ
13
14
15
16
17
X8
19
20
2i
22
23
24
25
26
27
28
29
30
31
32
33
3A�
35
36
37
38
39
40
4�
42
�3
44
45
46
47
4$
49
� ���
1,\ V.,,.:l.,,..., ..1;...,t;.,,,�
�7
�, TL,o .,,-;,.o h:.7 ..1,.,T1 ;,,�1,,.70.
�
�} >
� c,,,-F .,t',.
� ��
�} �g
� D.,:.,,,.Y AA.,.-7�.,«r.
� ���
11 TRn.,R„«o..,o.,+ F,-+1,;� T+o,�„ ..1,.,11 F.a ,-. .,,.h A.,:�o.-1 A�f.,«l.or ;..�+.,llo.�l
�J
� ��
�
s� ^�o����� ����•�Ee���e� e-�s� "��ss� "�r e�-„ ���a��
�
�} �ieus-�}=�es
� Tl... ,. 0 1-.;,a �1.�1T ; ..1„�1�;
�
�
�} ��
� �
¢ tx7.,,-Tr 7.�.,o T.,h 11R.,«lra.-�
�: ��
1\ T�To.,.....-e.Y,e,,+1;..-rl1:�T+,..Y.�4,�111..,,._ 0.,..1.T.,1,A�.,,-1��,-;,-.�t�ll�,�.
�7
� �
�
« „•
�} ���
E"f'1,., .. �., L.;.d �l,.,ll ; ..1,,.70:
1\ T.,�i�„ll.,k;..., .�f'T.,l. �xT..rT� 7„„o TR..rl�e,.�
=7
5. Fire Lane Marlcings
a. Measurement
1) Measurement foz- this Ite�a shall be per the Iinear foot.
b. Payment
1) 'I'k�e work perfortned and materials f�rnished in accordance with this �tem
at�d measured as pro�ided under "Measurement" shall be paid for at the
unit price bid per linear foot of "Fire Lane MarIcing" installed.
a} 32I7.4201 Fire Lane Marl�ing — per linear foot
c. The price bid shaIl include:
1) Surface preparation
2) Clean-up
3) Testing
� D.,...,.v..>.�,F TiT., 1�:,-,.� F?o.,�,�.s..,l �
� �€as�r-�men�
,.7.1 An,,.,,,,,..,, F...1.:,, r,-,,.,., n1�,.1t 1.., .�. .. t;.,n.,.. F„F
x�
�: ��
� rrt,,, . ,,.-i,- rio,.r .-.,.,v,a .,.,,a . .,+o,-;.,t� �,,..,;.,t,a,t ; ,,,.a.,r,.o ,t.;+t, +H;� rro,,,
a�e�stt���e�-�� `�4ee�s����" s���R�����
t���rE�-b��e�r�a�-ef�e���, w,+ n,r.,,-�. ,��� „�-f�e��
CI'fY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION llOCU1ViENTS
Revised November 22, 2013
Cammander Rd - Midfield Stage 2
City Project No. 1fl1644
321723-3
PAVEMENT MARKINGS
Page 3 oi 12
1
2
3
4
5
6
7
8
9
IO
11
12
i3
1�
15
ib
17
AU
19
20
2I
22
23
24
25
26
2�
�
�
� ��,,,,;,,,,,, , ,;,�+t,�
� T4,., ., ., 1.:.1 ,.l..,ll ; ..1,,.1.,:
11 A �..,.,...,1 .,�F D.,..._,,,.,�..i� T�.,wlr;.,.Y..
��
� ��
D.,;.,e,7 AA.,rlro« Ao.,�,.....,3
a- "�
1, A/fc.n�„vr�w.`.r.F � v fi..n 7fi�.w. nG.n�� �.o v. enny+ �n.romnr�4 AITnr�:or r .oa
�7
�:- �
'l
��
E .
� n,,,,,.,..,.,i ,.�,,.,,.t, n,r„wir,,..
'71 Tl;�,,.,...,3 .,f'ro.,,.,,.o.a .,,.,to,-;.,T�
tJ
3l !��
—7
T a.Ta.�.,7 Da,v.,....,i
==o=---' --=---- . �
� T��
1, A/Tc.nn..vr� � v 44..c. T4r.w. n�.nf� �.r� r. nl. T�. _ r.a vu rury
�7
�: �
�
« »
.,;f ,,. ., 5,;.7 .. ,- I:«,.,.,r F ..F .,1'acD.,..-......, 7 ., ...a�� ..,,.F .�.,.,1 F,.«.
�} ���
�
� -r1,o ,,,-;,.o ,-.;,t �t,.,�� ;,,,.t,,,�o:
11 D,..,.,.<.�I ,.���.,�,Y,,..,r A�T�,-L:,,..�
T-�Tl
�l ��
28 X.3 REFERENCES
29 A. Reference Standards
3p 1.
31
32
33 2.
34
35 3.
36
37
3$
34
40
41
42
43
44
45
Reference standards cited in this Specification refer to the current reference
standard published at the time of the latcsE revision date Iogged at the end of this
Speci�cation, unless a date is specifically cited.
Texas_Manual on__Unifor�n Traffic Control Deyices.(MUTCD}, 2011 Edition
a. Fart 3, IVlarkings
American Association of State Hi wav and Transportation Officials (AASHTO�
a. Standard �pecificatzon for Glass Beads Used in Pavement Markings, M 247-09
4. Federal Highway Administratzon (FHWA�
a. 23 CFR �'art 655, �'HWA Docket No. FHWA-2009-0 ].39
5. Texas Depa�nent of Transportation (TxDOT)
a. DMS-4200, Pavcmcnf Markers (Reflectarized}
b. DMS-4300, Traffic Buttons
c. DMS-8220, Hot Applied Thermoplastic
d. DMS-8240, Permanent Prefabricated Pavement Marlcings
e. DMS-8241, Removable Prefabricated Pavement Marlcings
£ DMS-8242, Temporary Flexible-R�flective Road Marker Tabs
C1TY OF FORT WORTH Commander Rd - ZVliditcld Stage 2
S1'ANDARD CONSTRUCTION SPFCIPICATION DOCiJME�TS City Project No. ]0! 644
RevisedNovemher 22, 20l3
321723-4
PAVEMENT MARK11VG5
Page 4 of 12
1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D]
2 1.5 SUBMITTALS
3 A. Submittals shall be in accordance vvith Section O1 33 00.
�+ B. AlI submittals shall be approved by the City prior to delivery and/or fabrication for
5 specials.
6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
7 1.7 CLOSEOUT SUBMITTALS [NOT USED]
8 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED]
9 1.9 QUALITY ASSURANCE [NOT USED]
10 110 DELIVERY, STORAGE, AND HANDLING
11 A. Storage az�d Handli�zg Requiz-ezx�ents
12 1, The Cantractor shall secure and mainiain a location to store tk�e zx�ate�ial in
13 accordance with Section 01 50 00.
14 I11 TI�LD [SIT�] CONDITYONS rNOT USED]
15 1.12 WARRANTY [NOT USED]
16 PART 2 - PRODUCTS
l7 2.1 OWNER-SUPPLIED PRODUCTS
1 S A. New Products
19 1. Refer to Drawings to determine if there are owner-supplied products for the Project.
20 2.2 MA,TERIALS
21 A. Manu�acturers
22 1. Only the manufacturers as listed in the City's Standard Products List will be
23 cansidered as shown in �ection O1 60 00.
24 a. Thc manufacturer must comply with this �peci�cation and related Sections.
25 2. Any product that is not listed on the Standard Products List is considered a
26 substihxtion and shall be submitted in accardance witi� Section Q1 25 00.
27 B. Materials
28 1. Pavement Markings
29 a. Thermoplastic, hot applied, spray
30 1) Refer to Drawings and City Standard Detail Drawings for width of
31 longitudinal lines.
32 2) 1'roduct shall be especially compounded for t�-affic inarkings.
33 3) When placed on the roadvvay, the fnarkings shall not be slippery when wet,
34 li�t from pavement under nonnal weather conditions nor exhibit a tacky
35 exposed suriace.
36 4) Cold ductility of the rnaterial shall permit normal road suriace expansion
37 and contractian without chipping or cracking.
C1TY OI�' FOR'1' WOI2TH Commander Rd - Midfield Stage 2
STANDARD CONS�'RUCTiON SPECIFiCATIO�I BpCUMENTS City 1'�-oject No. ]0[644
Revised November 22, 2013
321723-5
PAVEMENT MA[LIUNGS
Page 5 of 12
1 5) The markings s�iall retain their original color, dimensions and placement
2 �nder normal traffic conditions at road surface temperatures of 158 degrees
3 Fahrenheit and below.
4 6) Markings shall have uniform cross-section, cIean edges, square ends and no
5 evidence of tracicing.
6 7) The density and quality of the material shall be uniform throughaut the
7 markings.
8 8) `�'he thicl�ess shall be unifoz-� throughout the length and width af the
9 xnarl�iz�gs.
10 9) The m�rkings shall be 95 percent free of holes ar�d voids, and free of
i 1 blisters for a minimutn of 60 days after application.
12 10} The material shall not deteriorate by contact with sodium chlqride, calcium
13 chloride or okher chemicals used to prevcnt roadway ice or because of the
l�i oil content of pavernent marlcings or from oil droppings or other effects of
15
16
I7
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
traffic.
11) The material shall not prohibit adhesian of other ihermoplastic markings if,
at some future time, new markings are placed over existi�g material.
a} New material s�iall bond itself to the old line in such a manner that no
splitting or separation talces place.
12) `�'he �aarlcings placed on the roadway s�all be coznpletely ��et�-oreflective
both internally and externally with traf�c beads and shall e�ibit uniform
retro-directive reflectance.
I3) Traffic beads
a) Manufactured from glass
b} Spherical in shape
c} Essentially free of sharp angular particles
d) Essentially free of particles showing cloudiness, surface scoring or
sur�ace scraiching
e) Water white in color
� Applied at a uniform rate
g) Meet ar exceed Specif cations shown in AASHTO Standard
Specification far GIass Beads Used in Pavement Markings, AASHTO
Designation: M 247-09.
� 'r�.e,-...,,.ri.,�+:,, w�.., ..t.°a .,..-.,ae,�
> >�
n a� �,., � � i, • n r a
rrvcrc�craaairo�oo�cciisrx�cc���JBN�3 _ � 8��2. }F}}}��
�7 > >
e� .
�
.,,a ,. .,....,,.��;,.., , ;t�,,,,,� ,.�,;.,,,:.,,. „ ,.ir;.,,,
�\ Tl,o „-,., lr;,,.�,-.. �l,.,ll «or.,;,�, +l,o;,- ., ,,.,1 .-..,l.,r .7<.�,0„�;..,,.. .,,,.7 ..1.,..e..,o„a
�� �
,,,ao,- n,,,-.,.,.,r +...,�f;,. ,. �.a;r;,..,� .,r,.,..,a �,,,.� ,.o +o.,,..or.,+,,..o„ „� 7 cs ,�e,.,.�,,.,
� n�r.,,-r.;r.�� ��..,ir ti.,t,o , �;� ,-,,, „ �,.+;,,r „r,,.,., ,.,�,.,,� �a� „r,r .,
> >"
�
��
�
��
C�TY OF FORT WOR'I'H Coenmander Rd - Midfield Stage 2
S1'ANI�ARD CONSTRUCTION SP�CTFiCAT[ON DOCUMENTS Ciry Project I�io. 101644
Revised November 22, 2013
32 i723-6
1'AVEMENT MA[tKINGS
Page 6 of 12
1 � �i�'�cTir��5�3^�crri v��3EiCEi��i'EE „�ir�ivic :'a"� "••� � L�vi
2 t,i;,,fo..., � ,. ., „� �n ,�.,..., .,r�„w „ �i;,,,,+.,,�
3 � frt,o ,„ ,,, +t,.,,ir„o.,., „�+t,o ..,.,..rr;.,,, ..,,,a .,�.,,..,, at,,, .,i.,,,,,
_ .,
4 ,
5 „rEko �,..,a�;.,,� .,,,a � n� ; .,�. .,+ ., ,a;�f.,,,,.e ,.� ii ; „t, � ,,.,, *H,, ,,,a,,,,
6 � �.�r,,.,:,-.,,,v.. Ei-.:,.i.,,,.�� ��,.,si �.o � r, �; �i.
7 -�-3 ,
8
9 ��� ;., ���u� �� �,:.. ��� ����,-v.�.,�., �r � �,-.,_,.<r ,�,-,,.,r;�,�� �,.ttio,- o�� ,.+� „�
10 �E
11 �} ' ,
12 ��e�e �tt�e �nne, �e�v � w��s-a�e�Ee��e� e�����xg��e�^��€e�,�
1.J n4o.-.n� n�-.n�� }.r.v.� .�na��f.-. +�-.o r��r� T.r.� . i.�. n .� 41.nF r. ,.�r+4:..�r �.
14 .
XSj�.� TL,.. ..,�.-1.:.,..� .-.1.,.....i .,., ft,o ,-�..,.7,...,.. �L..,il t.o ., „loroT.. «e+....raflo.-.t.,.o
���
16
�� -o.,-,. a;,.o,,,.;�,o �.a�o„+,,,,,,�
18 rr,-.,��;,. �,o.,a�
��
19 a}
2Q �}
21 � ���,,.,�:.,ii.. �..,,,, „�.,�,,,.», „ ..i.,,...,,..�.,,i.,,.
22 � c,,.,o„+;.,n.. �.ao „�,..,,�.,.io., .,�,,,..,;,,.. „i,,,,,a;.,,,�.,� ,�� ,... n
23 _-"�-=- �--�+_i-,_.,,.
--a
24 a] �A7.,fe,-,,.L.;+o ; 1,1..,.
�,-J
25 � A ....1; ...� ., t ., ,-,: F .-.Y, .-., }.,
26 � n�oor ,. o ooa c.,o,,;�;,,,,+.,..,� �t,,,.,.., ;r n n currn c+„�a.,.-,�
27 , .
28 . .
29 E�,.,,� ,.,,,,,,a v„iY H, ,. rr,,..,,
30 .� ��r.,+o,.:.,t �t,.,tt ..,00f „ o oe,� +Ho c..o,.,�:,..,a;,,.,� �,,,. c�x�nnrn r�:....,,+,.� �<
�
31 3AR LT;.,t, Ao«F ,-,v,.,,,..., T.,.,.., C�,.-:.,.. 24111 �'C .,.d ., .,1
32 d: n,-o� ,-,,,oa uo.,+ n �+;,..,+oa frt,o..,,,,,,,i.,�+;,. 'r.,,,a
33 ��a�.,.,-:,,� ��..,rr ,,,,,,,t ,. �,r .k� e..�,.:�:,,.,+:,,,,,, �. un•r rr.,no u,-.,,,a n 7 �c
34 .
35
36
37
3$
39
40
41
�42
43
44
45
46
47
48
49
� „
�, - - - „
■.
..
�•
■" .
- -�- - - ■.
, ■s, . �� -�- -
_a.
. .a.
� sxr,,..i,- �,..,o n,r.,..i.;.,,.,,
�: �
CITY OI' PORT WORTH - Contmander Rd - Midfield Stage 2
$TANDARD CQNSTRUCTIOI�i SPECIFICATION DOCUMENTS City 1'roject 1Vo. l O1644
lZevised Navember 22, 2033
3z�7z3-7
PAVEMENT MARKINGS
Page 7 af 12
1
Z
3
�
5
6
7
8
9
1p
11
�
E
°- -a-
A A �1 � � � � _. 0 _ . ■ . . � i
.
- - - - �
> „
. ■�� . ��
■a ��t
��
12 2.3 ACC�SSORYES [NOT USED]
13 2.4 SOURCE QUALITY CONTROL
14
15
l6
A. Performance
1. Minimum maintained rekroreflectivity levels for longitudinal markings shall meet
tiie requirements detailed in the table below for a minimum of 3Q calendar days.
Posted S eed x�ni h
< 30 35 — 50 > 55
2-lane roads with centerline �a 100 250
nc�az��iz� s onl 1
All other roads 2 n/a 50 100
17
I8
19
20
21
22
23
24
(1) Measured at stanc�ard 30-in geometry in units of mcd/m�/lux.
(2) �xceptions:
A. When raised reflective pavement markings (RRPMs) supplement ar substitute for a
[ongitudinal line, minimun► pavement marking retroreflectivity levels are not applicab�e as
long as the RRPMs are maintained so tl�at at least 3 are visible frpm any positaon along that
line dL�ring nighttime conditions.
B. When continuous raadway ligliting assures that the markings are visible, rninimum
pavement marking retrarcflectivity leve[s are not applicable.
25 PART 3 � EX�CUTION
26 3.1 EXAMINATION [NOT USED]
27 3.2 PREPARATION
28 A. Pavement Conditions
29 1. Roadway surfaces shall be free of dirt, grease, loose andlor flaking existing
30 markings and othcr forms of cont�mination.
31 2. New Poz-tland cennent concrete surfaces shall be cleaned suf�ciently to remove the
32 curing znez�xbrane.
33 3. Pavement to which material is to be a�plied shall be completeIy dry.
34 4. Pavement shall be considered ctry, if, on a sunny day after observa�ion for 15
3S minutes, na condensation dewelops on E�e underside of a 1 square foat piece o�
36 clear plastic that has been piaced on the pavement and vc+eighted on the edges.
CITY OF FORT WORl'H Commander Rd - Midfield Slage 2
S`1'ANDARI? CONSIRUCTION SPECIT'IGA iTTON DOCiJME�lTS City Project No. IO1644
Rcvised Novemher 22, 2013
32 17 23 - &
PAVEMENT MARKINGS
i'age S of 12
i 5. �quipment and methads used for surface �reparation shall nqt damage the
2 pavement or present a hazard to moto�ists or pedestrians.
3 3.3 INSTALLATION
4
5
6
7
8
9
10
11
l2
13
14
15
16
]7
18
19
20
21
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. General
1. The materials sha�l b� appli�d according to the manufact�er's recommcndations.
2. MarIcings and markers shall be applied within temperature ti�nits recommended by
the material manufacturer, and shall be applied an ciean, dry pavement having a
surface temperature above 50 degrees Fahrenheit.
3. Markings that are not properly applied due to faulty application methods or being
placed in the wrong position or alignment shall be re�noved and replaced by the
Conhactor at the Conhacior's expense. Zf the mistalce is such that it would be
con£using or hazardous to motorzsts, it shaII be rexnedied the same day of
notification. Notification will be made by phone and con�rmed by fax. Other
mistakes shail be remedicd wikhin 5 days of written notification.
4. When markings are applied on roadways open to traffic, care will be taken to
ensure that proper safety precautions are followed, including the use of signs,
cones, barricades, flaggers, etc.
5. Freshly applied markings shall be protected from traffic damage and disfigurement.
6. Temperature of t�e material must be equal to the temperature of the road surface
before allowing traffic to iravel on it.
B. �'avement Marldngs
�
�:
".I'he�tnopIastic, hot applied, spray
a. This method shall be used to install and replace long lines — centerlines, Iane
lines, edge lines, turn lanes, and dofs.
b. MarIcings shall be applied at a 110 mil tiiicl�ness.
c. Markings shall be applied at a 90 mil thicIrness when placed over existing
xnarkings.
d. A sealer shall be used zf concrete or asphalt is older than three (3) years.
e. Typical setting time shaII be between 4 minutes and X 0 minutes depending
upon tk�e roadway surface temperature and t�e hunnidity factor.
f. Retroreflective raised markers shall be used to sup�leinent the centerlines, lane
lines, and turn lanes. Refer to City Standard Detail Drawings for placement.
g. Minimum retrorcflectivity of markings shall meet or excecd r�alues shown in
subparagraph 2.4.A. I of this Specification.
'�'-l�e�t�e�^�' ^ ��is,-���, e�t���
� Ti,:� ,ti,a+t,.,a ..1,.,1i L.o . �a s„ :.,.,+.,11 .,,,,7 ,- ..1,,..e ,. ,�71.� ,,,.,7 �f„«, f:,,e,.
� .
�
t�.;� cro,,;�;,,.,,��n
n,-o� ,-n,oa_�z�i�.,., s n
�= > >
��
�
i;�;,,,� .,H,� �,.,,.o ., na., �+...,; n�,,- i;,,o� .,r.a ,.io.,,, oa„o�
� , .
�
+i.:� c�e,.;r,,..,,-:,,r
CiTY OP FORT GyORTIi Commander Rd - Midfield Stage 2
STANDARD CO1V51'1ZUCTION ST'ECTFTCATiON DOCUMFN�'S Ciry 1'roject No. ID1644
Kevised Navember 22, 2Q13
32I723-9
PAVEMP.NT MARKINGS
Page 9 of 12
1
2
3
�
5
6
7
8
¢ U«.,� .�.�,�.� i7�.,t A..ti...r.,.7'T`L,.,.-..,.,.,I.,,,a;., T.,..�
2� i��'x'xS�3ictii(��SiEti��^c-cc�E� �6za&�r`k�ii'H�C�iE�x�r�E� E�O��et'li�E6� S�v^p-iii-cc"�c'ar
�
�:
�r{�-.xrr ..e.r� �-....ro ., r�.ir, n4rnr.vki- ��v�en nv�.a .+�enr� a�`een
00 � .
�
��,•� c� ,.:�:,..,«•,.
�-.�ze�_,�ree�!?s?a1
9 �
10 ' i a •+r, e�aony a��� •�_�z;�,.�;�o �a�,a� .,a���a�,+.,bto_
;TTs�a�xa� -o9�x�« .
11 �-:
12 .
i3� n„t,.,ii. t;.,,, ,.t,.,;., „ ,,,��„a �t,.,n �.o , o,a ,a,,,.:,,,� r.,t,,,,,+ t,, o o+t,.,+
�
14 .
15 .,i„nn ,-Ho 3;,,o t„ .,,.�,;o..e ., ,,,-�, ,. „f:�,,,,,,� „
1$
1%
Ig
19
20
21
22
23
24
25
26
� zx�,,,.rr �,,,,a a,r., i,;,,,...
1!6lEffi�. - .Tl�T�£- 7:e�!!T,�feelfi�!ZT�eisil�: rI�R9a3f!f
„
4.
n�,,,..,,, „� ��,,, ,,,..,...:.,,..,
�
�,�F., .. ,r� ..o s,-o.,+.�„o-„r , „la.... .,rl,o,-,,.;�o �T,.,.r.,, .,,, +ho Tl,-.,,..;,,..R
� •
�, U�nnm m�rT�irrrr. . n�.r.r.w.r.v.} � .4t. 4�-.r. 1....n}.�.x i.�41.n �v.n� ra r.4
��
27 � , , ,
2g t,- o i:
29 �:
30 �.,..... ., ,arn�.,..,.,, „� „f i,,,,,.f � �n r „� ; �t,�r:,,,,, „ .,�,r;,,,,,, :ii.,,�,:.,,,a,,,a �.Y t,,..,
�
31 . '
32 J-
33 �
34 �$ rrt,o .,,.,,.i.:,,,.., ,,, ,�+ e.,t,;t�.;f , .,tF .-.,, .-e,-,-,.,-e�o..+:,,a ,.t,.,,-.,,,.o,-:,.,-:,.�
35 -�: �...,.,,, .,aHo,,:..a.. ��,,,>> .,,,f �,,, . „a .� . ,,,-ir ., ,,,-r.:,,.��
36 3.4 REMOVALS
37
38
39
40
41
42
43
,� n.,..e..,,.�+ ra.,,-y.;,,.. .,,,a r,r�,-r,o,- n �,-.,,,...,i
� '
� rrf�.,, ,- .,,a..,,.., :n t�,,:�„� ,a.,.,,,,,.,,.� ,a,,,.;.,,. �t,,, .,,.,,.tr,,,,,,,,,,,,,,,,,,i sxr„ ir „t,.,ii t�;,
�
1,,,1a.,.7 , .,r,l � „ir.,+;.,,, . ..+1, ri,o f";+..
E
,,. � „-� .,a , .:11 �,e �,er,r .,, .,
CiTY pF FbRT WOR1'H Commander Rd - Midiicld Stage 2
STANDATZi7 CO]�STRUCTION SPEC1FiCA'i'10N DOCUMEAITS City Project No. ]OIb44
Revised Navcmber 22, 2013
32 17 23 - 10
PAVEMEiVT �vIARK1NGS
Yage 10 of 12
�
L
3
4
5
6
7
$
9
10
11
I2
13
14
15
16
1 I
IO
19
2�
Z1
22
23
24
25
26
27
20
29
30
31
32
� n > > •�
1 '
n.-;�r �,,nrrh nn.,l,nir_am�,]r�„�_ ��ha�,�a ,�.�liad�,�_«ac�L13., ,, „ t„
� , , .
� rr.,,, ., „�ft,� � ii,,...:.,,. ,�.-,e��t,,,,a„ , .,io,,., ,.+t,o,..r,;�.o �t,,... „ „ +t,o r....,tt.;.,,..,
� c,,..� „o �r,.e.,r.,,o„r n,raft,,,,a
�1 A ..„f.. � ..-F ..e +.-e��Y..o.,� �� .-.,��.� �4,,... ., ., f1,a Tl.-.,..,;,..T� ,. � ,7:,-�,.F..rl
z�J
D1., .r�.,�e +.-e.,+,.,e.,r „ ..�'1 � o� . .:.7e ��. .. .- +t,e
�r'.� .-L
�7 > >
,,.�,.oa ,. �+�o,- .� � ,��,-��fa� �„r_f�,a_r�;+�,_
�} �
� r r.,,, ., .,,,� t-.,,,...,,,,, ,-.,o��t,,.,a
1,1 T�'.,« ak.,w..,..,,.1.,.,*;.. ., ..+,.,., lr:,,.Y� ., «�F l,r:...,t�.a ., .,+
aJ
n.���.r.rrn l.on4 mn�. �.o n r.�io.a }r. r a�L.o �.����r r.�4He mn �r...rr
f
mn�ov�in� n r fr�. �.�nn4 n�onv�in�
i [xl4,e., . .. 1,,..,� ..;.7 �..�11:,,.. ,. ,-.r � „-F ,.,,�
.,-f � "
�7 •
21 Rl��t;...T Aifo+l,.,.]
��
�\ T Too � l,lnor<nn r�atl,�.l1_n„nh �c. ,�#ar_ 151��titi��l�.�n�i� o1.io�tic,r�__�,�ntae
a1 > >
..y-..-..ni.... �.y..n+av�ry n�nn+ �.�nn4ir�.r rvy..Yr.. ��nritir�+. n+r.r i r.n+r..a nU.rn.v�..r.
> > >'
�.i,,,,,...� N �,w..n�, tii.,.,.:.,,. „ ,,,a
,^ -
1,1 D..,,,.,....e .. o o.,t ,.,., 1r;,,.Y� .. ro+o �,r� ..o� A�. ., l-.1.,�+:,,.Y ..,0+1,�,.7
vJ
V"', '
� r�no„�..,,,;,,.,, nne+�.,.a
.s] TTnc. n o�.4.nr..�.n� m`.fi�.i.a c+ r.4 r. v.rY.r.�
7�l
�7
�„ ..o+a ,,,-� ,. _
� ,
33 3.5 R�PAIR / RESTORATION [NOT USED]
34 3.5 RC�INSTALLATION [NOT U�ED]
35 3.7 FIELD QUALITY CONTROL
36 A. AlI lines must have clean edges, square ends, and be uniform cross-section.
37
38
39
B. The de��sity and quality of markings shall be uniform throughout their thickness.
C. The applied markings shall have no more than 5 percent, by area, of holes or �oids and
shall be free of blisters.
CI1'1' OF ['ORT WORTH Commander Eid -�rlid�ield Stage 2
STANDARD CONSTRUCT]OI�f SPECIFICAI'ION llOCUM�NTS City 1'roject No. 3 D1644
, Revised Novemher 22, 2013
32 17 23 - 11
PAVS3v�TilVT MARKINGS
Page 1 l aF 12
1 3.8 SYSTEM STARTUP [NOT EJSED�
2 3.9 ADJUSTING [NOT USEDJ
3 3.10 CLEANING
4 A. Contractor shall clean up and remove a11 loose material resulting from construction
5 operations.
6 3.l l CLOSEOUT ACT�V�T�ES �N�T USED]
7 3.12 PROTECTION [NOT USED]
8 3.13 MAINTENANCE [NOT USED]
9 314 ATTACHMENTS (NOT USED]
CITY OF FORT WORTH Commandcr Rd - Midfield Stage 2
STANDA.NT] CONSTRUCTION SYECIFICATION DOCLTMENTS City Project No. 101644
Ttevised Novembet 22, 2013
32 17 23 - 12
PAVEMSNT MA.RKlNGS
Page 12 of 12
END OR SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/13 S. Arnold Removed paint type marking, updated references, addeci sealer language
CI'I'Y OF FORT WORTH Co�nmander 1Zd - Midfield Stage 2
STANDARD CONSTRUCTION SPBCIFICATION DOCUMENTS CiCy Project No. 101644
Revised Navember 22, 2013
33 O1 30 - i
S�WER AhID MANHOLE "1'�;S'1'[iVG
Page I o f 7
SECTION 33 Ol 30
SEWER AND MANHOLE TESTING
PART1- GEN�RAL
I.I SUMMARY
A. Section Includes:
1. Tesfiing for sanitary sewer pipe and manholes prior to placing in service
a. Low Pressure Ait• Test and Deflection (Mandre[) Test
1) Excludes pipe wit� flow
2) Hydrostatic Testing is nat allowed.
b. Vacu�im Testi�g for sanitaz-y sewer maalholes
2. Sefore any newly constructed sanitary sewer pipe and manholes ar� placed Ento
service it shall be cleaned and testeri.
3. 1'ipe testing r�+ili include low pressure air test For 60-inch pipe and sma�ler.
�. Pipe testiiig wfll include low pressure aic test of join#s for 27-inch or largec pipe.
5. Pipe testing wil[ include deflection (mandret) test fot� pipe.
6. Hydi•ostatic testing is not allowed.
'1. Manhole testing will include vacuum Cest.
B. Deviations fi�o�n this City of Fort Worth SCandard Specification
1. None.
C. Related Specification Sections include, but are not ttecessarily lirnited io:
1. Division 0— Bidding Requirements, Cpntract Forms, and Cond�tions of tlae
Contract
2. Division I— General Requirements
3. Section 03 80 00 — Modifications to Existing Concrete Structiu•es
4. Section 33 04 50 — Cleaning oi Sewer Mains
1.2 PRICE AND PAYMENT PROCEDURES
A. Measuz�e�xaeni and Payirrze�nt
1. Pipe Testing
a. Measurement
1) This If:em is considered subsidiary ta fhe sanitary sewer main (pipe)
completed in place.
b. Fayment
1) The worlt �erformed and the materials furnishing in accordance with this
Item are subsidiaty to the ur�it peice bid per linear foot of sanita�•y seu+er main
(pipe) co�np�ete in place, and no other compensation will be allawed.
2. Manhole Testif�g
a. Measuremenl:
1) .
b. '��et� No seperate payment for manhoie testin�.
CITY pF' Fplt'1' WOE2'I'H Commander Rd — MidfielcE S#age 2
S1'ANDARD CONSTRiTCTION SPECIPICATTON DOCU1vIENTS City Pra�ect No. L01644
Ftcvised Uecembei� 20, 2012
330130-2
S�WrR AND MANI�OI,1: TESTING
Page 2 of 7
��
r .
C. .
��—����5-
1.3 RCFER�NC�S [NOT US�D]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
�..5 �UBMITTALS
A. Submittals shall be in accordance wiCh Section O1 33 00.
B, All submittals shall be appraved by the City pr-ior to delive�y.
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS �NOT U�ED]
I.7 CLO�EOUT ,SUBMITTALS
A. Test and Evaluation Repo�•ts
1. All test reports generated during testing {pass and fail)
i.8 MAINT�NANCE MATERTAL SUBMITTALS [NOT USED�
1.9 QUALITY ASSURANCE
A. CertiFications
l. Mandrel Equiprnent
a. If requesied by City, provid� Quality Assurar►ce certi�cation that the equipment
used has been desigr�erl and manufactured itt accordance to the required
specifications.
2. �oint Testing
a. Testing Service - Engage a qualified incEependent testing agency to perform
joint evaluation tests
b. Equipment - If requested by City, provide Quaiity Assurance certification that
thE equipr�ent used has been desi�ied and manufactured in accordance to the
rec�uired specifications.
CLTY OF I'ORT WOIt`I'II Commander Rd — Midfield Stage 2
STANDARD CONS"fi2UC'I'lON Sl'ECdFTCATION ]70CUM�,N'1`S City Yroject No. iU164A
Revfsed December 2Q, 2012
33 Dl 30 - 3
SCWER AND MAIdTIOL]3'fESTINLi
Page 3 of 7
1.1U D�LIV�RY, STORAG�, AND HANDLTNG [NOT USED]
1.11 FIELD [SITE) CONDITIONS [NOT USED]
L12 WARRANTY [NOT USED]
PART 2 � PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS jNOT IISED]
3.2 EXAMINATION [NOT USED]
3.3 PR�PARATION
A. Low P�•essure Air Test (Pipe 60 i�1ch and smaller}
L Clean the se��er main before testing, as outlined in Section 33 04 Sp,
2. Plug ends of all branches, laterals, tees, wyes, and stubs to be inciuded in test.
B. Low Pressure .Toint Air Test (Pipe 27 inch oi• larger)
1. CIean the sewer main 6efore testing, as outlined in Sectian 33 0� 50.
2. Assemble individuat joint tester over each joint from within the pipe.
C. Deflection (mandi�et) test (Pipe}
I. Pei�form as last work item before tinal inspection.
2. Clean the sewer rnain and inspect for offset and obst��uction prior to testing.
3. Materials
a. Mandrel used fot• deflection test
1} Use of an uncertified mandrel or a mandrel altej•ed or modified after
certification will invalidate the deflection test.
2) Mandrel req�it�ements
a) Odd number of legs with 9 legs minimum
b) Effective Iength not less than its nominal diameter
c) Fabricated of ri�id and nonacEjustable steel
d) Fitted with pulIi�7g rings and each end
e) Starnped or engraved on some segment othec thaa a ruTaner indicating
the follawing:
{I) Pipe material specification
(2) Nominal size
(3) Mand��el outside dfameter (OD)
fl Mandrel diameter must be 95 perc�nt of inside diameter (ID) of pipe.
g) Mandf�el equipment shall be suitable for the pipe matet�ial to prevent
dainage ta the pipe. Consult �nanufacturer for appropriate mandrel
equipment.
D. Vacuum test (Manhole)
1. Plug lifting holes and exterior joints.
2. Plug pipes and stubouts entering the manhole.
CITY OF FORT WORTH Commander Rd — Midfield Stage 2
5TAIVDARD CON57'RUC`I'IpN SYECIFICATION DdCUMEN7'S City Projeci i�Ia. lfl 1644
Revised Decem6er 20, 2012
33 01 3Q - 4
S�WER AiVD MANHOL� T�STING
Page 4 of 7
3. Seci�z�e stubouts, mank�ole boots, a�nd pipe plugs to prevent movement while vacuum
is drawn.
4. Pl�g pipes �vith drop connections beyond drop.
5. P�ace test head inside the ft•a►ne at the top ofthe ir�anhole.
3.4 INSTALLATION
A. Low pf•essure air test (Pipe 60" Inch and Smaller}
1. Install plug wit�i in�et tap.
2. Connect air hose to inlet tap and a portable air control so�rce.
3. After tl�e stabilization period (3.5 psig minimum pressui•e) sta�-t the stap watch.
4. Determine time in seconds that is required foi• the internal air pressure to reach 2.5
psig. Minimum permissibie pressure holding time pe�� diameter per length of �ipe
is cor�aput�d fi�o�n the foIlowi�ag equatio.n:
T = {Q.QgS4�`D*K�
Q
W here:
T= shortest time, seconds, allowed for afr pressure to drop to 1.0 psig
K= 0.000419�D*L, but not less than I.0
D- nominal pipe diameter, inches
L= length of pipe being tested (by pipe size), feet
Q= OA015, cubic feet per minute per squar•e %ot oi internal surface
5. UNI-B-6, Table 1 provides required time for given Iengths of pipe foz- sizes 4-ia�ch
t�rough 60-inch based on the equaiion above.
UNI-B-6, Table 1
Minimum specified time required for a I.0 psig p�•essure dro� for size and length af pipe
fndicated for q - 0.0015
S ccfFicxlian "15me fc�s l,enntli .Lf Shown nsinsec
� z 3 a
r_� hlinimum Len�[S fnr Tuae fnr
Dmme�er T�e Lluiurnmi Longer IOOIi ISOR 200ft 25011 300ft 350ti 40011 4�OR
(vL) (`°��� Time (tt) ].en� h (seo]
sec)
q 3�1( 597 380L 346 3[46 3_�16 3.AG 3.16 3:A4 3:q6 i,-4G
......_._ ..... . ........... . ........ . ...... ........... .._...... .. ...._..... ._....._ . ... ..._.
6 5..�0 393 8;4 L 5'-W i'd0 5'40 S'40 S'40 5'-tU 542 6'�1
...... .. ...... ............... . .. ... . ..- ..... .... ..... -... .. .-... . ..- _ . :....... .... - ....
8 73�€ ?93 LS�OL 7:34 Z34 7:34 734 7:16 8:52 l0_08 I124
]0 9'2G 239 2374l, 9:^_G 9:2b� 4:36 � 9:�3 I L52 €3�s3 15:d9 17:98
]2 l I�0 l99 3.418 L l l20 1120 11 �4 19:tS 17:�i [9:56 �?�47 ?5:38:OD
__-'. -�- -- -
]g 1q:10 l59 5342L 14:[0 14:I0 17:43 .'G2.1� ?6:d2:00 31:09:[70 353b:00 40:Q4:W
.. .._.. .�. ._. � _�._.. .� _ �..,. � �.�_�... ...�..., ...._._
ffi L7:00 l33 7.ti93 T.� 17:00 19:13 2538:Cf1 3��:03:0(1 3$:?7:W 49:5?:00 5�;]6:00 57:41:IX1
21 19.50 lld IQ470L L250 26t10_04 34'Sdt00 43,37-00 522100 til;�]O,OD 69.45;06 7K3i00
... . .. ... .. ... ..... .......... . . .. ... .... .. .. _.. ....,..
24 22:#0 99 l; C,7d L 23:d7 34:11:W �5:34:W 56:58:00 o32':OP 79:q6:61] 9I:10:00 10233:00
_.... . . . .. .. .. . ........... .. .... .. ... ..... . .... . .. ... .. ..
27 29;0:00 8S 17306L 2&:53:00 47:]G:(10 57:41:00 7Z:07:00 &:32:PP 106:57:W �l?22�00 L9�48:00
_. .. . . _... .. �.. ........... ...... .......... .. ...... .. ..... ... . . ....... .. ...�_�
30 26'20:00 80 21.:4fiGI. 3537:00 53�5:00 71:13:00 89:0?{70 10C:5p:0(I IA:38:00 Ik2'1G:00 160:I5:00
33 31:10:00 72 2S8S2L 43:05:00 G43S:00 84_16:00 ]07:43:OU 129:1fi:� L50:83:00 17221:00 193:53rOtl
_........ -- --. ._.... _. ..._... . ..� .. .._.,._. . _ _.. . _.. ._- .... ..._. _..
3G 3�00:00 6G 307G8L ?1�f7.00 7G:SSf70 10?34:00 ]?3:13:110 153:50:00 17929�00 205:Q7�00 230:45:00
.. __ _ _ ..� .. . ..�.....� . . ._� . . ..�........� � . �� _ _ .... . � _ .. ..
42 39:43:[7P g7 41.S7i3L G4d8.00 1Qi.-0?OD ]393700 [7,1-30:00 364,3d-0U 3d<1.19:OD ?79-13:06 3[4�07.00
d8 d_53�OD 50 547(YS L 91'l0'W 136'4?'OQ !82'2l'00 22T'SS:W 273.i100 31�0G'OD lCr�l4?,-OQ 410.-]7_00
.. _. .. .. .. . . . .. . ..... . . ... ....- -... .. :... .. . . .. . . ...... .... _... .
5# Sl'0?'00 W 69.736L ll53�'.W 173:05:00 230:47:a0 288.?9:Q0 3ao'll'00 903'S3:W 46L'3d'00 S199fi'W
_ - . . . �.. .... . _ .. .. � ... _ .....,.. - .:.. .. . . . - . - . � .,. :
ti0 56:40:OQ 40 85A7G 7. 14?:26:60 ?13:41:k] 289:55:00 35a:09:0a 427�3:00 493:37:00 �Gs:50:00 64C04�90
C1TY OF FORT WORTH Commae�der Rd - Midfield Stage 2
STANDARD CC3N5TRUCT[ON SPECIF[CAT[ON DOCUMEiY"15 City Yroject No. i 016A4
I2evised December 2Q, 20 [ 2
33O130-5
SEWER AN� MANHOLE `i'ES771+�G
Page 5 of7
6. Stop test if no press�r�•e [oss has occui•red dLu�ing the f�•st 25 percent of the
calculated testing time.
B. Low pressure joint air test {27 Inch or latger pipe)
1. All pipe joints, fo�• all pipe materials, shall be tested in accordance with ASTM
C 1103 as fol lows:
2. Equipment shal! be the prod«ct of manufacturets having more than fve years of
��egular production of successful joint testers. Joint tester shall be as manufactured
by Cherne lndustrial, Inc., of Edina, Minnesota, or appi�o�ed ec�ual.
3. Follaw equipnaent rr�anufacturer's recoir�mer�dations w�en perfoz��ing tests; only
experienc�d technicians shalI pe��forzr� tests.
4. The iesting equipment shall be assembled and positioned over the center of the pipe
joint and the end element tubes inflated to a m�irnum of 25 psi.
5. Pressurize the center joint test acea to 4.0 psig and allow the terr�perature and
pressure to stabilize at the minimum of 2.5 psig for a period of 2A minutes pr•ior to
testing.
6. To #est, adjust the pressure to 3.5 psig and measure the tifne required to decrease the
pressure from 3.5 psig to 2.5 psig.
7. The jaint is acceptable if the time for the presstue to dro� from 3.5 psig to 2.5 psig
is gt-eater than 10 seconds.
C. De#��ction (mandxel} test {Pipe)
1. For pipe 36 inches and smailer, the mandrel fs pulled through the pi�e by hand to
ensure that maxirr►um aElovva}�le deflection is not exceeded.
2. Maximum percent deflecfion by pipe si�e is as follows:
Nominal Pipe Size
Inches Percent Defleciion Allowed
12 and smaller 5.0
15 tbrough 30 4.0
Greater than 30 3.0
D. Vacuuin test (Manhole}
l. Tesi m.anhole prio�� to coaiing w�th epqxy or pther materiai.
2. Dz�aw a vacuuzn of I 0 inches of inercury afld turn off the pump.
3. Wiih the valve closed, read the level vacuum Ievel after the required test tirne.
4. Minimum iime required for vacuum drop of 1 inch of inercvey is as foIIows:
CIT"Y OF FOl2T WORTTI Commandcr Kd — Midfie[d St�ge 2
STANDARD CONSTRUC7'1�N Si'�.CIFTCA'T'TON DOCLTMENTS City Project No. 101644
12evised Deoember 20, 2012
330� 3Q-6
SEWER AIVD MANHOLE TESTING
Page G of 7
Depth of 4-foot Dia 5-faot t7ia 6�foot Dia
Manhole, feet Seconds Seconds Seconds
S 20 26 33
LO 25 33 41
12 30 39 49
14 35 45 57
16 4Q 52 67
18 40 59 73
* * T=5 T=6.5 T=8
** For manhofes ove�• 1 S feet deep, add "T" seconds as shown for each respective
diameter for each 2 feet of additiona! depth of man�►ole to the time shown for 18 foot
depth. (Example: A 30 foot deep, 4-foat diameter. Total test time would be 70
seconds. 40+6(S)�70 seconds)
5. Manhole vacuum levels observed to drop greater than 1 inch of inercut•y will have
failed the test.
3.5 REPAIR 1 RESTORATION [NOT US�D)
3.6 RE-INSTALLATION [NOT USED]
3.'7 FIELD QUALITY CONTROL
A. Nor�-Confor�ai�ng Work
1. Low p��essure air test (Pipe 60 Inch and smaller)
a. Should the air test �ail, find a�►d repair leak(s} and retest.
T�ow press�u�e joint air test (Pipe 27 inch or Iarger)
a. l00 percent of ail joints shall be field t�sted, prior to the p�acement of backfill
over the spring line of the pipe, after the pipe has been substantially locked in to
place by em6edinent. If the pipe does not pass the field air test, the joint wil� he
pulled and reftted or rejected and removed from the project. After full
placemeni of backfill and proper compaction, 100% of ail joints wil[ be tested
again, as the installation progresses. At no time shall pipe installation exceec�
300 fe�t beyond the last joint tested.
b. No moi•e than 2 percent of the total numbee ofjpir�fs failing to meet the
requirements of this test shall be iield repaired by joint grout injection, or band
clamps, or other method. Any joints over 2% requiring field t•epairs shall be
rejected and removed from the project site. Rejected pipe shall be removed
from the p►•oject. Instal�atfon shall be stopped until defecti�e joints are t•epaired
orreplaced.
Sf�ould Deflection (mandi�el) test (Pipe)
a. Should the mandrel fail to pass, the pipe is considered o�ercfeflected.
b. Uncovex- overde#leeted pipe. Reinstal[ if not daxnaged.
c, if daenaged, i•emove and replace.
4. Vacuum test (Manhole)
CI`rY OF FORT WORTH Cominander Rd — Midfield Slage 2
STANDAKD CbIVSTKUL'TION SPECtFICATION DOCUM�NTS City Project No. 101644
Revised December 20, 2012
330] 30-7
SEWER AtJD MANH(]LE TES'PING
Page 7 of 7
a. Should the vacuum test fail, re�air suspect area and retest.
I) �Yternai repairs eequi�•ed for lealcs at pipe connection to manhole.
a) Sha11 be in accordance with Section 03 8Q 00.
2) Leal�s within Che manhole structure may be repaa�ed internally o��
exCernally.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING jNOT US�D]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITI�S [NOT USED]
3.12 PROT�CTION [NOT USED]
3.13 MAINTENANC� [NOT USED]
3.1� ATTACHMENTS [NOT USED]
�ND OF SECTYON
I�evision Log
DATE NAIVIE SUMMARY O�' CHANGE
8/10/20I8 W. Norwood 3.4.T712equire testing prior to coating inanholes
3.3, A&B, Add 'endividt�al joint testeng option for 27 inch and ]arger with
indepeadent testing.
9/7/2018 W. Narwood 3,4.A include UNI-B-G, Table I ioc Eow pressure air test
4.4.B Include individua[ jnint testing requirements
CCl'Y ph' FORT WORTH Cpmmander Rd — Midfield Stage 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 101644
Itevised L7ecember 20, 2Q l2
POST INSTALLATION
MANHOLE VACUUM TEST FORM
Company Name:
Address:
Phone #: Cefl:
Coaiing Date:
Project Name:
Contractor:
Owner:
lndicate Pass/Fail:
Location of Structure:
Manho�e Pour ar Placemeni Daie:
Line & Station #: O�her:
Structure Type: (check ane)
Crew �eader:
Wark:
#:
4'DIMH
5'D1MH
6'DfMH
7' DI II/lH
TYPE A F�DW D1V BOX
iYP� B �LDW DIV BOX
JUIVCTION BOX
SPHIPHON ENTRY BOX
�/I�T�RING STATION
Vacu u r� Tes� Res�a I�s
l �
Inspection Date:
Inspection Company:
lnspactor Name:
Repair Date:
Repair i.ocation:
Type of Repair:
Repair Materials:
Carnments:
Cominander Rd -- Midlield S[age 2
CityProjeclNa LUlb44
33D131-1
CLOSCD CIRCLATTELEV15iON (CCfV) INSPEC"I'IO�T
Page l of 7
1
2
SECTlON 33 0131
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTIQN
3 PART1- GENERAL
4 I1 SUMMARY
5 A. Section Incluc�es:
6 1. Reyuirements and proceduxes far Closed Circuit Television (CCTV) Inspection of
7 sanitary sewer or sionm sewer mains
8 2. For sanitary sewer projects alI (eacisting: Pre-CCTV, proposed: Post-CCTV) main
9 shall be inspected.
10 B. Deviations from this City of Fort Worth Standard Speci�cation
i 1 1. None.
12
13
14
15
i6
17
18
19 1.2
Z�
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
C. Related Specification Sections include, but are not necessarily li�x�ited to:
1. Division 0— Bidding Requirements, Contract Foz�zns, and Conditions of the
Conhract
2. Division 1— General Requirements
3. Section 33 03 10 -- Bypass Pumping of �xisting Sewer Systems
4. Section 33 04 Sa — Cleaning of Sewer Mains
5. Section O1 32 16 — Consicuction Progress Sc�edule
PRICE AND PAYMENT PROCEDURES
� ➢ro (�'f�'T[L7.+n...,.,ti.,.,
� �
�
�: '�
�
,nnn�uvci��ccs'�-u^`" -�-a'�o�-�-�-'-'�e�=mx�ei' "�v4cu�..o,,,,v„+�� ,,.;,1 1-.0 ,,.,;fl f�r .,� fl,�. ,,.�,<+ ,-„-;..A
cc a�
.1 � !'',,..r-«.,.,r-.,.- ..,; El ,,.,+ l.o .,.,;.7 f'.,,- ,,,�.,,...a,�.fofl tr:.7o.,
T�
�: .
� �ie�
b. Ctcaning
c. Digital file �
B. Post-CCTV Inspection
1. Measurement
a. Measurement for this Item will be by the linear foot of Iine televised far CCTV
Ir�spectian performed follo�ving repair or installation determined frozn the
distance recorded on the video log.
2. Payment
CITY OF NORT WdRTH Commander Rd - Midtield Stagc 2
STA]VDARD CONSTRUCTION Sl'L+CIFICATION DOCUMENTS Gity Project No. ]01644
Revised March 3, 2016
33D131-2
CLOSED CIRCUIT TN,I,�VISION (CCTV) tTISPEGTION
Page 2 of 7
1 a. The work performed and xnatez-ials furnished in accordance vs+itn this Item and
2 measured as provided under "Measurement" will be paid for at the unit price
3 bid per lincar foot for "Posi�CCTV Inspection".
�4 1) Contxactos- will not be paid for unaccepted video.
5 2} 3301.0002 Post-CCTV Inspection — per linear foot
6 3. The price bzd shall inelude:
7 a. Mobilization
8 b. Cleaning
9 c. Digital file
10 13 R�T�RENCES
11 A. Reference Standards
i2
13
14
IS
lb
17
18
19
zo
21
1. Reference standards cited in this Speci�caiion refer to the current refcrence
standard published at the tizne of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. City of Fort Worth Watez Depar�ment
a. City of Foxt Worth Water Department CCTV inspectiQn and Defect Coding
�'rogram (CCTV Manual). The CCTV Manual is available %r download on
Buzzsaw. Location: Resources170 — Inspection ToolslStandard Constr�ction
b. City of Fort Worth Water Department CCTV Spread Sheet I.,og is available for
download on Buzzsaw. Location: Resouz-ces170 — Inspection ToolslStandard
Constructian.
22 1.4 ADMINISTRATIV� REQUIREMENTS
23 A. Coordination
24 1. Sanitary Sewer Lines
25 a. Meet with City of Fort Worth Water Department staff to confirm thaE tlae
26 appropriate equipment, sof�ware, standard templates, defect codcs and defect
27 rankings are being used, if required.
28 2. Storm Sewer Lines
29 a. Meet with City of Fort Worth `I'ra�asportation/Public Works Department staif to
30 confirm that the appropriate equipment, software, standard templates, defect
31 codes and defect rankings are being used, if requir�d.
32
33
34
35
3b
37
38
B. Schedule
1. Inciude Pre and Post CCTV schedule as part of the Consh-uction Progress Sc�edule
per Section QI 32 16.
2. �clude tiine for City review (2 weeks minimum — Notification needs to be se�d out
to Project Manager & Field Operation).
3. If CCTV is accepted by City, proceed with wnrk. If rejected, coordinate with City
per Part 1.� A.
39 1.5 SUBMITTALS
40 A. Subinittals shall be in accordance with Section 01 33 00.
41 B. All submittals shall be approved by the Engineer or thc City prior to delivery.
CI`fY OP PORT WORTIi Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTION SPL,CIFICATION DOCUM�NTS City Project No. 101644
Revised March 3, 2016
330E31-3
CLOS�D CIRCUIT TELEVTSIOIr! (CCTV) INSPEC'��iON
Page 3 of 7
1 C. If znspected with Infrastructure Technolo�ies I.T. So�tware per CCTV Manuai pravide
2 video data per the CCTV Manual. Provide additional capy af video in Windows Media
3 Audio/Video (.wmv) format for City Inspection review.
4 D. if inspected �vith other software provide video data in Windows Media Audio/Video
5 {.wmv) format. Provide CCTV log in EXCEL spread sheet format — The CCTV spread
6 sheet Iog can be found on Buzzsaw. Location: Resources170 — lnspection
7 ToolslStandard Construction.
8
9
10
I1
l2
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
E. Inspection Report shall ix�dude:
1. Asset
a. Date
b. City
c. Address and/or Project Name
d. Main Number — GIS ID (If Available}
e. Upstrearn Manhole GIS ID(If Available}
f. Downstream Manhole GIS ID (Tf Available)
g. Pipe Diameter
h. Material
i. Pipe Length
j. Mapsco Location Number
k. Date Constructed
1. Pzpe Wall Thickness
2. Ins�ection
a. Inspection Number {i.e. lst,2"a,etc...)
b. Crew Nu�nber
c. Operator Name
d. Operator Coznx�-�ents
e. Reason for Inspectian
£ Equipxnent N�ut�ber
g. Catnera Travel Direction (Upstream/Downstz-eam)
h. Znspected Length (feet)
i. Work Order Number (if required}
j. City Project Number (if z�equired)
ic. City Contract Nazne
l. DOE/TPW Number (if required)
rn. Consultant Company Name
n. Consul.tant Cpntact Name
o. Consultant Contact Phone Nutnber
p. Contractor Company Name
q. Contractor Contact Name
r. Contractor Contact Phone Nuxnber
�41 1.6 INFORMATYONAL SUBMITTALS
42
43
44
45
45
A. Pre-CCTV submittals
1. 2 copies of CCTV vzdeo results on USB drive
2. 2 hard copies of Ins�ectzon Report and one pdf copy on USB clrive
B. Additional infonnation that may be requested by the City
1. Listing of cleaning equipmenf and pj•ocedures
C1TY OP PORT WORTH Commar�der tid - Midfiald SEagc 2
STAiVDARD CONS"PTtUCTIO�I SPECIFICA'1'ION DOCUMENTS City Praject No. ! D 1644
Revised March 3, 2U1�
33 O1 31 - 4
CLdSED CITtCUIT TTLIiVISiO� (CCTV)1NSPSCfIO�i
Page4of7
1 2. Listing of flow diversion procedures if required
2 3. Listing of CCTV equip�nent
3 4. Listing of bac�up and standby equipment
4 5. Lisiir�g of safery precautions and traffic control rr�easures
5 1.7 CLOSEOUT SUBMITTALS
6
7
A. k'ost--CCTV submittals
2 copies of CCTV video results an USB drive
8 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to
9 the City Inspector fQr review prior to scheduling a pz�oject final walk through.
IO 3. CCTV speadsheet log in EXCEI. fo�rxnat — A blank copy of the CCTV spread sheet
11 log can be found on Buzzsaw. Locatian: Resources170 — Inspection ToolslStandard
12 Construction
13 4. Construction Plans identifying the Iine segments that were videoed. Include cover
14 sheet, overall litae layout sheet{s), and plan and profile sheet(s).
l5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
16 1.9 QUA.L�TY ASSUR.ANCE rNOT USED]
I7 ]..10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
18 l.l.l k'IELD [SITE] CONDITIONS [NOT USEDj
19 1.12 WARR.ANTY [NOT USEDJ
20 PART 2 - PRODUCTS
2I
22
23
24
25
26
27
2$
29
30
31
32
33
3�4
35
35
37
A. Equipment
1. Closed Circuit Television Camera
a. The teJ.evision camera used shall be one specif cally designed and constructed
for sewer inspection. Lighting for the camera shaII be suitable to allow a clear
picture of the entire periphery of the pipe. The camera shall be operative in 100
percent humidity/submerged conditions. The equipment wzll provide a view oi
the pipe ahead of the equipment and of features to the side of the equipment
through hu-t�ing and rotation of the lens. The caxnera shali be ca�able of tilting
at right angles along the axis o�f the pzpe while panning the camera lens through
a full circle about the circuan�erence of tI�e pipe. 'T'he lighEs on the camera shall
also be capable of panning 90-degrees to the axis of the pipe.
b. The radial view caxnez-a must be solid state color and have remote control of the
rotational lens. The camera shall be capable of viewing the complete
czrcumference of the pipe and manhole structure, including the cone-sectio� or
corbel, T�e camera lens shall be an auto-iris type with reinote controlled
�nanual override.
2. Video Capture System
CITY OF FORT WOR1'H Commander Rd - Midfield S[age 2
STANDARD CONSTRUCTION SPEC1FiCA`i'ION DOCUM�NTS CiLy Projcel No. l Ql 644
TZevised March 3, 2p 16
33 O1 31 - 5
CLOSrD CiRCU[T TELEVISTON {CCTV} 1NSPECT103�i
Page 5 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
is
17
18
19 PART 3 - EXECUTION
20 31 INSTALLERS [NOT USED]
21 3.2 EXAMINATiON [NOT USEDJ
a. The video and audio recordin�s of the sewer inspections shall be made using
digital video equiprnen�. A vicleo enhancer rnay be used in conjunction with,
but not in Iieu of, the required equipynent. Tfle digital recording equipment
shall capture sewer inspectian on USB drive, with each sewer segment (fro�n
upstream manhole to dowmstream manhole) inspection recorded as an
individual iile in Windows Media Audio/Video (.wmv) format. City has a rzght
to cl�ange the format from .WMV media to .MP4
b. The system shall be capable of printing pipeline inspection z�eporEs with
capiured images of defects or other related significant visual information on a
staridard color printer.
c. The system shall store digitized colar picture images and be saved in digital
format on a USB drive.
d. The system shall be able to prroduce data reparts to include, at a minirriuxn, a1I
observation points and pez-tinent data. All data reports shall match t�e defect
severity codcs outlined in the City's CCTV manual.
e. Camera footage, date & manhole nutnbers shall be maintained in real time and
shall be displayed an the video monitor as well as the video character
generators illuminated footage display at the control console.
22 3.3 PREP�RATTON
23
24
25
26
27
28
29
30
31
32
33
34
35
3b
37
A. General
1.
2.
3.
Prior to inspection obtain pzpe and manhole assct identification numbers from the
plans or City to be used during inspections. Inspections performed using
identification nuzxxbers other than the plans or from assigned numbers frorx� the City
will be rejected.
Inspec�ion shall not commence until the sewer section io be televised has been
completely cleaned in conformance with Section 33 04 S0. (Sewer system should
be connectcd to existing sewer system and should be active}
Inspection of newly instalied scwers (not yet in service} shall not begin prior to
completion of the following:
a. Pipe testing
b. All manhole work is complete
c. Installation o� aI1 Iateral services
d. Vacuum test of manho�es
4. Temporary Bypass Pumping (if required) shall conform to Sectior� 33 a3 10.
38 B. Sto� Sewer Lines
39 1. Coordinate witl� City of Fflrt Worth `I'raz�sportation/Public Works Department for
�40 CCTV equipment and cleaning requireanez�ts.
41 3.4 INSP�CTION (CCTV}
42 A. Gcneral
CITY QF FORT WORTf3 Commander Rd - Mid�eld Stage 2
STAND1L1217 CONS`iRUCTION SP�CIFICATION DOCUMENTS City Project Na. 101G44
Revised March 3, 2016
330131-6
CLOSI'D CIRCLTIT TELEVISION (CC`1'V} RVSP�;CTION
Page G of7
1. Begin inspection imrnediately after cleanzng o� t�e anain,
2
3
4
5
6
7
8
9
10
11
12
I3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
24
30
2. Move camera through the line in either directio�a at a znoderate rate, stopping when
necessary to permit proper docuznentation of the main's condition.
3. Do not move camera at a speed greater than 30 feet per minute.
4. Use manual winches, power winches, TV cable, and power revvinds that do not
obstruct the cazx�era view, allowing for proper evaluation.
S. Durzz�g investigation stop cam�ra at each defect a�ong the main.
a. Record the �ature, location and orientation of the defect or iniiltration location
as speci�ed in the CCTV ManuaI.
6. Pan and tilt fhe camera to provide additional detail at:
a. Manhoies, Include condition of manhole in its e�tirety and interior eorrosion
protection (if applicable} (Camera should pan tk�e entire manhole from top as
well as while lowering inta nnanhole, also show complete view of invert)
b. Service connections, Pan the Camera to get a complete o�verview of service
connection including zooming into service connection Include location (i.e. 3
dclock, 9 o'cloc�, etc...}
c. Joznts, Include coinrnent on condition, signs of damage, etc...
d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset
joints, obstructions or debris (show as % of pipe diameter). If debris has been
found in thc pipe during the past-CCTV inspection, additional cleaning is
required and pipe shall be re-telEvised.
e. Infiltration/Inflow locations
f. Fipe material transitions
g. Other locatzons that do not appear to be typical for normaI pipe conditions
h. Note locations where camera is underwater and level as a% of pipe diameter.
7. Provide accurate distance measurement.
a. The meter device is to be accurate to the nearest 1/10 foot.
8. CCTV inspections are to be con�inuous.
a. Do not provide a single segment of main on znoxe than 1 USB drive.
6. A single segment is deiined from manl�ole to manhole.
31 B. Pre-Installatian Inspection for Sewer Mains to be rehabilitated
32 1. Perform Prc-CCTV inspection immediately a$er cleaning of the main and befare
33 rehabiIzfiation wark.
34
35
36
37
3$
39
40
4I
�z
43
44
2. If, during ixzspection, the CCTV will not pass through the entire section of main due
to blockage or pipe defect, set up so the inspection can be performed from the
opposite manhole.
3. Provisians for repairing or replacing the impassable location are addressed in
Sectian 33 31 20, Section 33 31 21 and Section 33 31 22. ,
C. Post-Installation Inspection
1. Complete manhoie installation before in.spection begins.
2. Prior to inserting the camera, flush and clean the main in accordance to Section 33
04 sa.
D. Documeniation of CCTV Tnspection
l. Sanitary Sewer Lines
Ci`1'Y OP FORT WORTF3 Coinmander Ttd - Midfieid Stage 2
STANDARD CONSTRUC'f10�! SP�CIPTCATION DOCUMENTS City Project No. 1a1644
Revised March 3, 2Q16
33 O1 31 -7
(:LOSED CIRCUIT TELEV1310N {CCTV)1NSPECTIOIV
Page 7 of 7
1 a. Fo11ow the CCTV Manual (CCTV standard manual supplied by City upon
2 reguest} for the inspection video, data lagging and reporting or Part 1.5 E of
3 this section.
4 2. Storna Sewer Lines
5 a. Pravaded documentation for video, data logging, and reporting in accordance
6 with City of Fort Worth TransportaCzoz�/Public Works Department
7 requirements.
8 3.5 REPAIR 1 RESTORATION [NOT L9SED]
9 3.6 RE-TNSTALLATION �NOT USED]
10 3.7 FIELD [oR] SIT� QUALITY CONTROL [NOT USED]
11 3.8 SYSTEM �TARTUP ENOT USED]
12 3.9 ADJUSTING [IYOT USED]
13 3.10 CLEAN�NG
14 A. See Seetion 33 04 50.
I5 3.11 CLOSEOUT ACTIVITlES [NOT USED]
16 3.12 PROTECTION [NOT U�ED]
17 3.13 MAINTENANCE [NOT USED]
18 314 ATTACHMENTS [NOT USED]
19
20
21
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CIIANGE
12/20/2012 D. 7ohnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV
03/03/2016 J Kasavich Various — Alten�ative to CCTV Manual, modified submittal detail requiremenYs
22
CI`fY OP PQRT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTiON SPECIFICATION DOCiiMENTS Ciry Project No. ] 0 i 6�4
Revised March 3, 2016
33 04 30 - 1
TEMPORARY WATER SEl2VICE5
Page ! of 4
SECTION 33 04 30
TEMPORARY WATER SERVICES
PART1- GENERAL
I.1 SUMMARY
A. Section Includes:
1. Temporary Water Service needed to maintain service during water main
repIacement project
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Products Installed But Not Furnished Under This Section
1. Fire Hydrant Meters
D. Related Speci�ication Sections include, but are not necessarily l�mited to:
I. Division 0— Bidding Kequiremenis, Contract Forms, and Conditions of the
Contract
2. Division ] — General Requirements
3. Speciiication 32 12 16 — Asphalt Paving
4. Specification 33 OS i0 — Utility Trench Excavation, Embedment and BackfiIl
5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains
6. Specification 33 12 10 — Water Services 1-inch to 2-inct�
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measurement for Temporary Water Services wili be measured by:
1) Luinp sum or
2) Per linear foot of Temporary Water Main for Miscellaneous Projects only
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured under "Measurement" will be paid for at the unit price bid for
"Terr�porary Water Ser�ice" of the type specifi�d.
3. The price bid shall include:
a. Terr�porary water service line
b. Connections
c. Fittings
d. Valves
e. Corporation stops
fi: Te�nporary asphalt for crossings
g, Traff c Control
ia, Disinfection
i. Removal of #emporary services
CTT'Y OF FORT WORTH [Insert Project Name]
STANDAR� CONSTRUCTION SPECICICATlON L?OCUMENTS [Inscrt ProjecE Number]
�tevised July 1, 20l 1
330430-2
TEMPORARY WA1`Elt SERVICE,S
Page 2 of 4
I.3 RE�'ERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at t�e time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. NSF Internatinnal
a. 61, Drznking Water System Components — Health Effects
3. ASTM Ir�ter�ational (ASTM):
a. D3035, Standard Specilication for Pplyethylene (PE) Plastic Pipe (DR-PR)
Based on Controlled �utside Diameter
1.4 ADMIN�STRATI'VE REQUIREMENTS
A. Scheduling
1. Provide advance notice for service interruption and a�eet requirements of Division
1.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/YNFORMATIONAL SUSM�TTALS [NOT USED�
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 NiAINTENANCE MATERIAL SUBM�TTALS [NOT USED�
1.9 QUALITY ASSURANCE [NOT USED�
1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
�.11 FIELD [SITE] CONDIT�ONS �NOT USED�
T.12 WARRANTY �NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNYSHED PRODUCTS
A. �'ire Hydrant Meters
2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS
A. Description
1. Regulatory Requirements
a. All Temporary Water Service camponents in contact with potable water shall
conform to t�e requirements of NSF' 61.
B. Materials
1. Service Couplings, Fittings, and Carparation Stops
a. Con%rm to Section 33 12 14.
2. Service Irnes
a. Polyethylene tubing
b. Conform to ASTM D3035 and SDIZ 11
CITY OF FORT WORTII [Insert Project Name]
S`fANDAitD CONSTItUC7TON SPECIPICAT[ON 170CUMENTS [[nsert Project Number]
Revised 7uly 1, 2011
330430-3
TEMPORARY WATER S�RVICES
Page 3 of 4
3. Temporary Water Service Main
a. Galvanized steel pipe
b. Conform to Schedule �}D.
4. Driveway Apprqach
a. AspHalt
1) Type B Asphalt in accordance with Section 32 12 i6
C. Design Criteria
1. Service lines
a. 3/4-inch minimum pipe size
h. Minimum flo� rate of 5 GPM at a dynamic pressure of 35 psi
2. Temparary Water Service Main
a. 2-inch minimum pipe size
2.3 ACCESSOR�ES �NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTYON
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3A INSTALLATION
A. Geraeral
�. Install Temporary Wafer Services in accordance with provisions herein and in
accordance with City Standard Details.
2. Perfarm disin%ction iest of temporary water service main and water services in
accordance wiih Section 33 04 44.
B. Terr�porary Water Service Installation
1. Connecf to existing water supply
a. Fire hydrant
1) Connect to fire hydrant with hydrant meter and 2-incY� gate valve.
b. If a fire hydrant is not available, tap existing water �nain.
1) Connect ta water main with 2-inch service tap and a corparation stop in
accordance with Section 33 12 I0.
2) Record water usage with a hydrant meter.
3) Do not tap existing water main, unIess approved by ihe City.
2. Water service
a. Connect 3/-inch water sarvice to 2-inch temporary water service main.
b. Remove existing meters, tag vwith address and provide to City Inspector.
c. Connect 3/a-incY� temporary water service to existing private service.
d. Cover damestic rr�eier bo� r�vith pro�ective guard or barricade.
C. Intersection and Driveway Approach Crossing for Temporary Water Service
1. Crossing for Temporary Water Ser�ice Main
CiTY OF FO1ZT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIPICAT[ON DOCUMENTS [Insert Project Number]
Rcvised 7�1y 1, 20] 1
330430-4
TEMPORAI2Y WATER S�itVICES
Page 4 of 4
a. Cover temporary service line with sufflcient asphalt to protect service line and
tp provide a driveable crossing.
b. Tf required to b�uy temporary service line due ta high volume traffic, or other
reasons required by the City, exca�ate, embed and backfill in accordance with
SectiQn 33 OS 10.
3.5 R�PAIR / RE�TORATION [NOT USED]
3.6 RE-�NSTALLATION [NOT USED]
3.'� I+'IELD [ox] SITE QUALITY CONTROL
A. Field Tests and Jnspections
1. Check each water service installation for leaks vwith full flow t�rough the curb stop
at the time the main is tested in accordance with Section 33 04 40.
3.8 SYST�M STARTUP [NOT USED�
3.9 ADJUSTTNG [NOT USED]
3.IU CLEANING [NOT USED]
3.11 CLO5�OUT ACTIVITIES jN�T USED]
3.12 PROT�CTION [NOT USED]
3.13 MAINTENANCE [N�T USED]
3.14 ATTACHM�NTS [NOT US�D]
END OF SECT�ON
R�vision Log
DATE NAME SUMMARY OF CHANGE
C1TY OF FORT WdRTH [Insert Project Name]
STANDARD CONSTRUCTION SP�CIFCCATION DOCUMENTS [InseR Project Number]
Revised July 1, 201 ]
s3aaao-i
CLEANING AND ACCEPTANCE TCSTING OF UirA'CER MAFi�iS
Page 1 of S
SECTION 33 04 40
CLEANING AND ACCGPTANCE TESTING OF WATER MA.[NS
PART1- GENERAL
I.1 SUMMARY
A. General
1. Before any newly constructed potable water mains will be permitted to be placed
into service in the Fort Worth Water Depari►nent's Water Distribution System, it
sha11 be cleaned (purged) and tested, or cleaned, disinfected, and tested until the
bacteria count within ihe water main meets the standards established by the Fort
Worth Water Departmeni and the requirements of Chapter 290 of ihe Texas
Administrative Code (TAC) established by the Texas Commission on
Environmental Quality {TCEQ).
B. Deviations from this City af Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but a.re not necessarily Iimited to:
1. Divisian 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 01 31 — Closed Circuit Television {CCTV} Ir�spection
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. This Item is considered subsidiary to the water main being Cleaned and Tested.
2. Payment
a. The work performed and the materials iurnished in accordance �e�v�th this Item
are subsidiary to clean�ng, disinfection, hydrostatic testing, and bacteriologicaI
testing and shaIl be subsidiary to the unit prfce bid per linear foot of water pipe
complete in place, and no other compensation will be allowed.
1.3 REk'ERENCES
A. Reference Standards
]. Reference siandards cited in this Specification refer to the current re%rence
standard pubIished at the time af the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2, American Water Works Association/Ame�rican (AWWA):
a. C341, Prestressed Concrete Pressure Pipe, Sfeel-Cylinder Type.
b. C303, Concrete PressLire Pipe, Bar-Wrapped, Steel-Cylinder Type.
c. C651, Disinfecting Water Mains.
d. C655, Field De-Chlorination.
C1TY OF FORT WORTH [Insert Project Name]
S'I'ANDARD CONSTRUCTION SPECIFICATION DQGUMEN'I'S [Inscrt Projeci Numbcr]
Revised February 6, 2fl13
330490-2
CL�,ANING AND ACCEYTANC� TESTING OP WAT�K MATNS
Page 2 oC 8
1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED]
1.5 SUBM�TTALS
A. Submittals
For 24-inch and laz-ger water mains, provide the follovwing:
1. Cleaning Plan — Prior to the starC of construction, submit a water main cleaning plan
detailing the methads and schedule, including:
a. A detailed description of cIeaning procedures
b. Pigging entry and exit ports
c. Ftushing procedures
d. PIans and hydraulic calculations to demonstraie adequate flushing velocitEes
e. Control of water
f. Disposal
2. Disinfection PIan — prior to the stari of construction submit a disinfection plan
inclur�ing:
a. The method mixing and introducing chlorine
b. Flushing
c. De-chlorination
d. Sampling
x.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUAL�TY ASSURANCE [NOT U�ED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 F�ELD [SYTE] CONDITIONS [NOT US�D]
1.x2 WARRANTY [NOT USED]
PART 2 - PRODUCTS
21 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 PRODUCT TYPES
A. Pigs
1. Oper� ce11 polyurethane foam body
2. Densities between 2 pounds pe�• cub�c faot up to 8 pounds per cubic Foot
3. May be wrapped vvith polyUrethane spiral bands
4. Abrasives are not permitted, unless express�y approved by the City in writing for
the particular application.
5. Must pass through a reduction up to 65 percent of the cross sectiona� area of the
nominal pipe diameter
C[TY OF FORT WORTI T [Insert Project Name]
STrLNDARiJ CQNSTRUCTION SPCCCFTCATION DOCUMrNTS [Insert Project Number]
Revised Pebruary 6, 2013
330440-3
CL�AN[NG AND ACCEPTA%fCE 1BSTING OF WATER MAINS
Page 3 of 8
6. Pigs shall be able to traverse standard piping ar�•angements such as 90 degree bends,
tees, crosses, wyes, and gate va]ves.
2.3 ACCESS�RIES [NOT USED]
2.4 SOURCE QUALTTY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS jNOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION/INSTALLATION/APPLICATION [N�T USED]
3.5 REPAIR/RESTORATYON [NOT USED]
3.6 RE-INSTALLATTON [NOT USED]
3.7 FIELD [oa] SYTE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP �NOT USED]
3.9 ADJUSTING [NOT USED]
3,10 CLEANING
A. General
1. All �vater mains shalI be cleaned prior to bacterioiogical testing.
a. Pig all 36-inch and smaller water mains.
b. Pig or manually sweep 42�inch and larger mains.
c. Flushing is oniy permitted when specially designated in the Drawings, or if
pigging is not practical and approved by the City.
B. Pigging Method
1. �f the method of pigging is to be used, prepare tl�e main for the installation and
removal of a pig, including:
a. Furnish ali equipment, material and labor to salisfactorily expose cleaning wye,
remove cleaning wye covers, etc.
b. Where expulsion of the pig is required through a dead-ended conduit:
1} Preveni backflow af purged water into the main after passage of the pfg.
2) Tnstall a mechanicai joint to prov�de a riser o��t af the trench on 12-inch and
smaller mains to prevent backwater ra-entry into the main.
3) Additional excavation af the trench may be perfarmed on mains over 12
inches, to prevent backwafer re-entry into the main.
4) FIusY� any backflow water that inadvertently enters the maEn.
c. Flush short dead-end pipe sections not swabbec� by a pig.
d. Once pigging is complete:
1) Pigging wyes shall remain in place unless otherwise specifed in th�
Contract Docurnents.
2} Install cleaning wye, blind flanges or mec�anical joint piugs.
GfCY OF FORT WORTH [Tnsert Project IVame]
STANDARD CONSTRiICTION SPECIFCCA'T'ION DOCUMENTS [Inse�t Project Number]
Revised February 6, 20 [ 3
330440-4
CLEANING AIVD ACCEYTANCE TESTIIVCr OF WATER MAINS
Page 4 of S
3) Plug and place blocking aC other openings.
4) Back�ll
5) Complete all appurtenant vvork necessary to secure the sysiem and proceed
with disinfection.
C. Flushing Method
1. Prepare the main by installing; blow-offs at appropriate locations, of suffcient sizes
and numbers, and witl� adequate flushing to achieve a minimum velocity in the
main of 2.5 feet per second.
a. Minimum blow-off sizes for various main sizes are as fpllows:
1) 4-inch through 8-inch main — 3/a-inch blov5+-off
2) 10-inch throug� 12-inch main -- 1-inch blovv-off
3) 16-inch and greater main — 2-inch blow-off
b. Flushing shalI be subject to the following limitations:
1) Limit the vol�ime of wate�• for flushing to 3 times the volurne of the water
mazn.
2) Do not unlawfully discharge chlorinated waCer.
3) Do not damage private property.
4} Do not create a traffic hazard.
c. Once Fiushing is cotnplete:
]) CorporaCions stops used for i�ushing shall be plugged.
D. Daily rr�ain cIeaning
1. Wipe joints and then inspect for proper installatian.
2. Sweep each joint and keep clean durir�g construction.
3. Install a temporary plug on ail expased mains at the end of each working day or an
extended period of work stoppage.
E. Hydrostatic Testing
1. All water main that is to be under pressure, shall be hydrostatically tested to meet
the following criteria:
a. Furnish and mstall corporations for proper testing of the main.
1) Fu.rnish adequate and satisfac#ory equipment and sUpplies necessary to
make such hydrostatic tests.
2) The section af iine to be tested shall be gradually flled with water,
carefully expelling the air and the specified pressure applied.
b. The City wili furnish water required for the tesfing at its nearest City Iine.
c. Expel air from the pipe befare applying the required test pressure.
d. Test Pressure
1} Test pressures shouid meet the folIowing criteria:
a) Not less than 1.25 (I87 psi minimum) times Lhe stated working
pressure of the pipeline measured at the highest eIevation along tI�e tesf
secfion.
b} Not less than 1.5 (225 psi minimum) times the s#ated working pressure
at ihe lowest elevation of the test section.
e: 'Fest Conditions
1) Must be at least 2 hour duration
2) Add water as necessary to sustain the required test pressure.
3) Test iire hydrants to the fire hydrant val�e.
Cl'I'Y OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUC"1'ION SPECIFICATIOAi DOCUMEN7'S [Inserf Project Number]
Re�ised Fehruary 6, 2013
330440-5
CLEA711NG AND ACCEPTANC� TESTING OF WATER MAINS
Page 5 of 8
a) Leave the isolation valve on the fire hydrant Iead line open during the
hydrostaiic testing.
A) Test service lines to curb stop
a) Leave tY�e corporation stop on the service line open during the
hydrostatic testing.
5) Close isolation valves far air reIease valves.
6) Makeup rx�ater must come from a container af fixed 55 gatlon container that
does not have a water source.
Measure all water used in the pressure test through an approved meier, or
measure the difference in volume within a 55 gallon container.
1) Do not test againsi existing water distribution valves Unless expressly
provided foz- in the Drawings, or ap�roved by the City.
2} If the City denies approvai to test against existing water distribution system
valve, then make arrangements to plug anci test �he pipe at no additional
cost.
2. Allowable Leakage
a. No pipe installation should be accepted if the amount of makeup water is
greater than that determined using Lhe folfowing formula:
In inch-pound units,
L— SD�P
148,000
d.
e.
Where:
L� testing allowance (make Up water), ga]lons per hour
S=1�ngth of pipe tested, ft.
D= norr►inal diameter of pipe, in.
P= average test pressure during the hydrostatic Lesi, psi
For any pipeline that fails to pass hydrostatic test:
1) Identify the cause
2) Repair ihe leak
3) Restore fhe trench and surface
4) Retest
All costs associated with repairing the pipeline to pass the hydrostatic test is the
sole responsibiIity of the Contractor and included in the price per linear foot of
pipe.
If the City determines that an existing system valve is responsible far ihe
hydrostaiic test to fail, the Contractor shall make provisions to test the pipeline
without the use of the system valve.
Tk�ere shall be no additional payment to the Contractor if the existing valve is
unable to sustain the hydrostatic tast and shall be included in the price per linear
foot of pipe.
F. Disinfection
1. General
a. Disinfectian of the main shall be accomplished by the "continuous feed"
method or the "sfug" method as determined by the Contractor.
b. The free chlorine amounts shown are minimums. The Contractor may require
higher rates.
f} Calcium hypochlorite granules shall be used as the source of chlorine.
c. Continuaus Feed Method
CITY OF FQRT WORTH jlnsert Project Name]
5TA[�TDARD CONSTRUCTIOI�f SPECIFICATIOI+l DOCUMENTS [Insert Project Number]
Revised l�ebruary 6, 2013
330440-6
GLEA�V[NG AND ACCEPTANCE TESTING OF WAT�K NfATNS
Page 6 of $
1) Apply water at a constant rate in the newly ]aid main.
a) Use the e�isting distribution system pr other approved source of
supply- �
2) At a point not more than 10 feet downstream from the beginning of t3�e new
main, water entering #he new nnain shall receive a dose oi chlor�ne.
a) Free chlorine concentration: 50 mg/L minimum, or as required by
TCEQ, whichever is g;reater.
b) Chlorine applications shall not cease until the entire conduit is filled
with heavily chlorina#ed water.
3) Retain chlarinated water in the main for at least 24 hours.
a) Qperate vaives and hydrants in t�e section treated in order to disinfact
the appurtenances.
b) Prevent the flow of chlorinated water into mains in active service.
c) Residual at the end of the 24-hour period: I 0 mg /L free chlorine,
minimurn, for the treated vvater in all portions of the main.
4) rlush the heavily chlorinated vvater from the main and dispose of in a
manner and at a location accepted by the City.
5} Test the chlorine residual prior to flushing operations.
a) If the chlorine residual exceeds 4 m�fL, the water shall remain in the
nevv main unti� the chlorine residual is less the 4 mg/L.
b} The Contractor may choose to evacuate the water into water trucks, or
other approved storage facility, and treat the water with Sodium
Bisulfate, or anotlaer de-chlorination chemical, or �nethod apprqpriafe
far potable water and approved by #he City until the chlorine residual is
reduced to 4 mg/L or less.
c) After the speci�ed chlorine residual is obtained, fhe water may then be
discharged into the drainage sysiem or utiIized by the Cor�tracior.
d. Slug Method
l) Water from the existing distribution syste�n ar other approvecE sourc� of
supply shail be made to f[ow at a constant rate in the newly lazd main.
2} At a point not more than IO feet downstream from the begznr�ing; ofthe new
main, watez- entering the new main shall receive a dose of chlorine.
a) Free chlorine concentration: 100 mg/L minirnum, or as required by
TCEQ, whichever is greater.
b) The chlorine shall be applied continuously and fQr a sufficient time to
deveIop a solid columr� or "slug" of chlorinated water that shall expose
a11 interior surfaces to the "slug" for at least 3 hours.
3) Operate the fiitings and valves as the chlorinated water flows past to
disinfect the appurtenances.
4) Prever�t the flow of chlorinated water into mains in ac�ive service.
5) FIush the heavily chlorinated water from the main and dispose of in a
manner and at a�ocation accepted by the City.
6) Upon completion, test the chlorine residual remaining in the main.
a) Chlorine Ievels of 4 mg/l or less should be maintained.
Contractor Requirements
a. FUrnish all equipment, maferial and labor to satisfactorily prepare the main for
the disinfection method approved by the City with adequate provisions for
sampling.
b. Make aIl necessary taps into the main to accomplish chlorination of a new line,
unless otherwvise specified in the Contract Dacuments.
CI"I'Y OF PORT WOIZTH CI�aserl Project Name]
STANDAI2D CONSTRUCT[ON SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February G, 2013
330440-7
CLEANING AAiD ACC�PTAIVCE TESTIhiG OF WAT�R MAINS
Page 7 of 8
c. After satisfactory completion of the disinfection operation, as determined by
tl�e Ciiy, remove surplus pipe at the chlorination and sampling points, plug the
remaining pipe, backfill and complete all appurtenant work necessary to secure
the main.
G. Dechlorination
1. General. AlI chlorinated water shall be de-chlorinated before discharge to the
environment. Chemical amounts, as listed in ANSI/AW WA C651: "Disinfecting
Water Mains", shall be used to neutralize the residual chlorine concentratians using
de-chlorination procedures iisted in ANSIIAW WA C655: "Field De-Chlorination".
De-Cl�lorination shall continue until chlorine residual is non-detectabie.
2. Testing. Contractor sha�l continuously test for the chlorine residual level
immediately downstream of the de-chlorinatian process, during the entire discharge
of the c�lorir�ated water. Contractor shaIl periodically conduct chlorine residUal
testing and check for possible fish kills at Iocations where discharged water enters
the existing watershed.
3. Fish Ki1L If a iish kill occurs associated with the discharge of water from the
distribuiion system or any other construction activities:
a. The Contract shall immediately aIter activifies to pre�ent further fish kills.
b. The Contractor shall immediately notify Water Depat�tment Field Operations
Dispatch.
c. The Contractor shal] coordinaie with Ciiy to properly notify TCEQ.
d. Any fines assessed by the TCEQ (ar local, state of federal agencies) for fish
kills shall be the responsibility of the Contractor.
H. Bacteriological Testir�g (Water Sampling)
l. General
a. Notify the City when the main is suitable for sampling.
b. The City shall then take water samples from a suitable tap for anaiysis by the
City's laboratary, unless otherwise specified in the Contract Documents.
1) No hose or iire hydrant sl�all be used in the colIection of sarr�ples.
2. Water Sampfing
a. Complete microbzological sampling prior to connecting the new main into ihe
existing distribution system in accordance with AWWA C651.
b. Collect samptes for bacteriological analysis in sterile bottles treated with
sodium thiasulfate.
c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart,
from the new main.
d. Collect a� least 1 set of samples from every I,000 linear feet of the new �nain
(or at the next available sampling point beyond 1,000 linear feet as designated
by the City), pl�rs 1 set from the enc� of the line and ai least 1 set from each
branch.
e. If trench water has entered the new main during canstruction or, if in the
opinion of the Gity, excessive quaratities of drrt or debris have entered the new
main, obtain bacteriological samples at intervals of approximately 200 linear
feet.
f. Obtain sa�nples from water tl�at has stood in the new main for at least 16 hours
after formai f[ushing.
3. Repetition af Sampling
C[TY OP FORT WORTH [Insert Praject Namej
STANDARD CO]VST7tUCTION SPrCI�[CATIQN DOCL3MEAlTS jlnsert Project Number]
Revised February 6, 20l3
330440-8
CLEANING AhID ACCEPTANC� TESTIl+IG OP WATER MAINS
Page 8 of 8
a. Unsatisfactary test resul#s rec�uire a repeat of the disinfection process and re-
sampling as required above until a satisfactory sample is obtained.
311 CLOSEOUT ACT�VITIES [NOT iTSED]
312 PROTECTION [NOT US�D]
3.13 MAINTENANCE [NOT U�ED]
3.14 ATTACHMENTS [NOT USEDI
�ND Ok' SECTION
Revision Log
DATB NAME SUMMARY OF CHANGE
12/20/2012 D.1oFuison 310.E.i.e.- Added service lines to hydrostatic#esting requirements
1.3.A.2.d Added AW WA CG55 Fie3d De-Chiorination as reference
2/612Q23 D "1'ownsend
3. i O.G — Added T]e-Chiorination Requirement
CITY O� FORT WOR'I'I-I [Insert Project Namc]
S'f'ANDARD CON57'ItUCTTON SP�CIFICATION DOCLTMENTS [lnsert Project Number]
Rcvised February 6, 20I3
33 Q4 50 - 1
CLEANRVG OC' SEWER MAINS
Pagc i of 5
S�CT�ON 33 04 50
CLEANING OF SEWER MAINS
PART1- GENERAL
I1 SUMMARY
A. Gene�•al
1. Befare any tele�ision i�spectian, any sewer main shall be cleaned to remove all
debris, solids, sand, gr�ase, grit, etc. from the sewer and manholes.
B. Deviations from this City of Fort Worth Standard Specificatian
] . None.
C. Retated Specification Sections include, but are not necessarily liznited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Seciion 33 Ol 31 — Closed Circuit Television (CCTV) Inspection
1,2 PRICE AND PAYMCNT PROCEDURES
A. Measurement and Payment
i . MeasLirement
a. This Item is considered subsidiary to the sewer main being cleaned.
2, Payment
a. The work performed and the materiais furnished in accardance with this Item
are subsidiary io the unit price bid per linear foot af sewer pipe complete in
place, and no other compensation will be allowed.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT iTSED]
1.5 SUBMITTALS IN�T USEDI
1.6 ACTION �USMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMiTTALS [NOT USED]
�.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED]
1..9 Q�C]ALITY A�SURANCE [NOT USED]
1.10 DELNERY, STORA.GE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDYTTONS [NOT USED]
1.12 WARRANTY [NOT USED]
C["1'Y OF FORT WORTH [Insert Project Name]
STANDARD COhISTRUCTION SP�ClI'ICA'C[ON DOCUMENTS [Insert Project hIumber]
Revised December 20, 2012
330450-2
CLEANIAlG OF SEWER Iv1A1NS
1'age 2 of 5
PART 2 - PRODUCTS [NOT USED]
2.� OWNER-FURNISHED �o�z] OWNER-SUPPL�ED PRODUCTS
2.2 PRODUCT TYPES
fl. Us� oniy the type of cleaning material which will not create hazards to health or
praperty or affect treatrnent plant processes.
2.3 ACC�SSOR�ES
2.4 S�URCE QUALITY CONTROL
PART 3 - �XECUTION
3.1. INSTALLERS [NOT USED]
3.2 �XAMINATION [NOT USED]
3.3 PREPARATION �NOT USED]
3.4 ERECTION/INSTALLATION/APPLICATI�N [NOT USED]
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD �oal SITE QUALITY CONTRQL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING �N�T USED]
3.10 CLEANING
A. General
1. All materials, equipment, and personnel necessary to complete the cleaning ofthe
sanitary sewer main and manholes must be present on the jobsiie prior to isolating
the sewer manl�ole or Iine segment and begir�ning the cleaning process.
2. Maintain clean work and surrounding pre�nises within fhe work limits so as to
comply with Federal, State, and Iocal environmental and anti-paltution laws,
oz-dinances, codes, and regulations w�en clean�ng and disposing of waste materials,
debris, and rubbish.
3. Keep the work and surrounding premises within work limits free of accumulations
of dirt, dust, waste rr�ateria�s, debris, and rubbish.
4. Suitahle coniainers for storage of waste materials, debris, and rubbish shall 6e
provided unLiI time af disposal.
a. It is the sole responsibility oithe Contractor to secUre a licensed ]egal dump site
for the disposal of this material.
b. Under no circumstances shall sewage or soIids rerr►oved from the main or
manho]e be dumped onto streets or into ditches, catch basins, stonn drains, or
sanitary sewers.
CI�'Y OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTIOt�! SPHCIFICATION 1]dCUiNE1�ITS [Insert Project Number]
Revised December 20, 20 t 2
330�50-3
CI.EANiNG OF SGWETZ MAINS
Page 3 of 5
5. '�'he cleaning process shall remove al] grease, sand, silts, solids, rags, debris, etc.
from each sewer segment, including the manhole(s).
6. Selection oi cIeaning equipment and the method for cleaning shalI be based on the
condition of the sanitary sewer mains at the time work commences and vvili be
subject to approval by the City.
7. AIl cleaning equipment and devices shall be operated by experienced personnel.
8. Satisfactory precautions shall be taicen to protect the sanitary sewer mains and
manlaales from damage that nnight be inflicted by the improper use of the cleaning
process or equipment.
9. Any damages done to a sevver main and/or structure by the Contractor shall be
repaired by the Contractor at no additional cost and to the satisfaction oithe City.
10. Cleaning shall also include the manhoIe wa11 vwashing by high pressure water jet.
11. The Contractor may be required to demonstrate the performance capabilities of the
cleaning equipment proposed %r use an the project.
a. If the results obtained by the proposed sanitary sewer cleaning equipment are
not safisfactory, the Contractor shall use different equipment and/or
attachments, as required, to mee# City satisfaction.
b. More than I type of equipment/attachments may be req�.ired at a location.
12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap,
weir, dam, or sL�ciion shail be construcied in the downstream manhole in such a
mannei• that all tl�e solids and debris are trapped #'or removal.
i 3. Whenever hydraulically-propelIed cleaning tools which depend upon water
pressure to provide their cleaning farce, or any tool which retard the f[or�+ of water
in the sanitary sewer lines are used, precautions shall be ta�en to insure that the
water pressure created does not cause any damage or flooding to pub�ic or private
property being served by the manl�ole section involved.
14. Any dainage of property, as a result of flooding, shall be the liability and
responsibility of the Contractor.
15. The flow of vvastewater present in the sanitary sewer Enain shall be utilized to
provide necessary fluid for hydraulic cleaning devices whenevar possible.
lb. When additiona] quantities of water from fire hydrants are necessary to avoid delay
in normal working procedures, the water shall be consezved and not used
ur�necessarily.
a. No fire Y�ydrant shall be obstructed or used when there is a�re in the area.
b. It is the responsibi�ity of the Contractor io obtain the fire hydrant, water meter
and al� related charges far the set-up, including tY►e water usage bills from
respective water purveyox agency.
c. All expenses sha11 be considered incidental ta the cleaning of the existing
sanitary sewer mains.
B. Methods
1. Hydraulic Cleaning
a. Hydraulic-prppelled devices which require a head of water to operate must
utilize a collapsible dam.
b. The daan must be easily colIapsible to prevent damage to tY�e sewer main,
property, etc.
CITY OP FOIiT WORTH [Insert Project I�ame] '
STAi�IDARD CONSTRUCTION SP�CIFTCATION DOCUMENTS [Insert Praject Nainber]
Revised December 20, 2012
330450-4
CLEANING OF SEWER MA[1+13
Page 4 of 5
c. When using hydra�rIically-prope]led devices, precautions shall be taken to
insure that the water pressure createci does nat cause damage or flood public or
private property.
d. Do not increase the hydraulic gradient of the sanitary sewers beyond the
elevatian that could cause overflow of sewage into area waterways ox laterals.
e. The flow of wastewater present in the sanitary sewer main shall be utilized to
provide necessary fluid for hydraulic cleaning devices whene�er possible.
High-Velocity Cleaning
a. Cleaning equipment that uses a high velociiy water jet for removing debris sha11
be capable of producing a minim�m voIua�e of 50 gpm, with a pressure of
1,500 psi, for fhe sanitary sewer line and 3,500 psi far the (manhoIe} structure
at the pump.
1) Any variations to this pumping rate must be approved, in advance, by the
City.
2) To prevent damage to older sewer mains and property, a pressure less tha�n
1500 psi can be used.
3} A working pressure gauge shall be used on the discharge of all high
pressure water pumps.
4) Fpr sewers 18 inches and larger in diameter, in addition to conventional
nozzles, use a nazzle which directs the cleaning force to the bottom of the
pipe.
5) Operate the equipment sa that the pressurized nozzle cantinues to move at
a9] times.
b) The pressurized nazzle shall be turned off or reduced anytime the hose is
on haId or delayed in order to pre�ent damage Co the line.
Mechanical Cleaning
a. Mechanical cieaning, in addition to normal cleaning when required, sha11 be
with approved equipment and accessories driven by power winching devices.
b. Submi# t�e equipment manufacturer's operational manuaI and g�idelines to the
City, which shall be fallawed strictly unless modified by the City.
c. All equipment and devices shall be operated by experienced operators so that
they do not damage the pipe in the process of cleaning.
d. Buckets, scrapers, scaoters, parcupines, kiies, heavy duty brushes, and other
debris-remaving equipment/accessories shall be used as appropriate and
necessary in the field, in conjunction with t�e approved power machines.
e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws,
snakes, scooters, sewer balls, kites, and other appro�ed equipment, in
conjunction with hand winching device, and/or gas, electric rod propelled
devices, shall b� considered normal cleaning equipment.
3.11 CLO�EOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
313 MAINTENANCE [NOT USED]
314 ATTACHMENTS [N4T USED]
END OF SECTION
CITY OF FORT WORTI [ [Inscrl Project Name]
5'PANDARD CONSTRUCTION SPECIFICA�'ION DOCUMENTS [Tnsert Yroject Number]
Rcvised December 20, 2012
33 04 50 5
CLFA�f IAIG OP SEWEK MAITIS
Pa�e 5 of 5
Revision Log
DATE NAME Sl}MMARY OF CHANGE
CITY OF FORT WORTH j�nsert Project Alame]
$TANDARI] CONS'1'RLICTION SPECI�ICATION C?OCUMENTS [Tnsert Project Number]
Revised Decem6er 20, 2012
33as�o-i
UTiLl`1'Y TR�NCH EXCAVATION, EMBEDIv1ENT', ANI] BACKFILL
Page 1 af20
1
2
3
SECT�ON 33 05 10
UTILITY TRENCH EXCAVATiON, EMBEDMENT AND BACKE'ILL
PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
l5
16
17
18
19
20
21
22
23
24
25
A. Section Includes:
1. Excavation, �,xnbedment and Bacicfill for:
a. Pressure Applications
1) Water Disfribution or Transmission Main
2) Wasfewater Force Main
3) Reclaimed Watcr Main
b. Gravity Applications
1) Wastewatez- Gravity Mains
2) Storm Sewer Pipe and Cul�erts
3} Stoz� Sewer Precast Box and Culverts
2. Including:
a. Excavation of all material encountered, including rock and unsuitable materials
b. Disposal of excess unsuitable material
c. Site spcci�c trench safety
d. Pumping and dewaterzng
e. Embedment
f. Concrete encasement far utility lines
g. Bacicfll
h. Compaction
B. Deviations from fhis City af Fort Worika Standard Spccification
1. None.
26 C. Related Specification Sections i�clude, but are not necessarily lfmited to:
27 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
28 Contract
29 2. Division i— General Requirements
30 3. Section 02 41 13 — Selective Site Demolition
3 I 4. Section 02 41 15 — Paving Removal
32 5. Section 02 41 14 — Utility Removal/Abandonment
33 6. Section 03 30 00 — Cast-in-place Concrete
3A 7. Section 03 34 13 — Contralled Lovv Strength Material (CLSM)
35 S. Section 31 i0 00 — Site Clearing
36 9. Section 31 25 00 — Erosion and Sediment Control
37 10. Section 33 OS 26 — Utility Marlcers/Locators
38 11. Section 34 71 13 — Traffic Cantrol
39 1.2 PRICE AND PAYMENT PROCEDURES
40 A. Measurement and Payment
CITY OF FQR'P WORTH Comrnandaa� Rd - Midfield Stage 2
STANDARD CONSTRUCTION SP�CIFICATiON DOCi3ML�N`CS City Project Na. 1U1644
Revised December 12, 2016
s3os io-z
UTILITY TRENCH EXCAVATION, EMBEDMLNT, AND BACKFILL
Page 2 of 2�
I
2
3
4
5
6
7
S
9
10
11
�2
I3
1�
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
2
3
�
Trench Excavation, Embedment and Backfill associated with the installation of an
underground uCzl�ty or excavation
a. Measurement
1) This Item is considered sub,s�diary to the installation of the utility pipe Iine
as d.esignated in the Drawings.
b. 1'ayment
1) The worlc perfarn�ed and the materials furnished in accordance wi� this
Item are considered subsidiary to the installation of the utility pipe far the
type of embedment and baek�ll as indicated on the plans. No otl�er
compensation will be allowed.
Imported Embedment or Bacicfill
a. Measurement
1) Measured by the cubic yard as deIzvered to the site a.nd recorded by truck
ticket provided to the City
b. Payment
1) lmported fill shall only be paid when using materials for embednnent and
backfill other than t%ose identified in t�e Drawings. The worlc perfqr�ned
and materials furnished in accordance with pre-bzd item and measurcd as
provided under "Measuremcnt" will be paid for at the unit price bid per
cubic yard of "Imported EmbedmentlBackfill" delivered to fhe Site for:
a) Various embedmentlbackfIl materials
c. The price bid shall include:
1) Furnishing backfill or e�nbedment as specified by this Specification
2) Hauling to ihe site
3) Placez�neni and compacfion of hackfill or embedment
Concrete Encasement for Utility Lines
a. Measurement
1) Measured by the cubic yarc� per plan quantity.
b. Pay�nent
1} The worlc performed and inaterials f�rnished in accordance with ihis 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 accardance with
Section 03 30 00
2) Clean-up
Ground Water Control
a. Measurement
I} Meas�rement shall be lump sum when a ground water control plan is
specifically required by the Contract Documents.
b. Paymcnf
1) Payment shall be per the lump sum price bid for "Ground Water Control"
including:
a} �ubmittals
b) Additional Tesiing
c) Ground water control system installation
d) Ground vvater control system operations and maintenance
e) Disposal of water
C1TY OP FOR'i WORTH
STANDARD CONS"1'1ZYJCTION SPECIFICAI'ION DOCUM�NTS
Revised Decemher 12, 20] 6
Commander Rd - lbiidfield Stage 2
City Project �io. 101644
33051Q-3
LJTILITY TREIVCH EXCAVATIOIV, SMI3EDMFNT, AND BACKPILL
Page 3 of 20
I
2
3
4
5
6
7
$
9
�0
1l
12
fl Removal of ground water control system
� mw�r��
� n��
]\TiT .a �� � f i+F.�. n4.i.r. � n�� 4« i.f..c�n t�.uii ..v 4iv.xv�'
z f .',tl:: . ,..
7 �7ti c„t,...,,-+ n c.,� ,-.. „�a u�„Trt, ,- „�„f:,..,� €.. r�,. ��."u�«:,,.,�
.��.,��
� �1��
� rrti i� ,..,.-� ,-.,,o.� .,,�,a * i � '��.,`� :.. w.,.,�.,�.,,-.,,o ..:?+�. �t,:., T�,,.,,
«
� s.;a � ,- i:.,on,. � , � ,-• +,. ,. ..r<. . .;��, nc� n „ ,.,f,,..,
,.�v... �� .,.,: :r�J ..�4., uN��__ .,.�.,.....�_.,..
.,..F f�. Rf.,.,.1.,«A.. M(1 !''�A 7].,,-t i n�� ticn e„L„�ort Al .inn_l.,.a:.,.Y l,,,f ,,.,+
. , f, E��.,�u..u��, ��.� ...,�
�:.v.;+...a +.. nli ..,.L.m:f4n�n �nl-.r.r n�� a nr�fi_
� � „ 1L4i114.
�3 1.3 REFERENCES
14
15
lfi
17
18
19
20
A. Dcfinitions
1. General — Defnitions used in this section are in accordance with `Ferminologies
ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwisc
noted.
2. Definitions for txench width, bacic�ll, ernbedment, initial backfll, pipe zone,
haunching bedding, springline, pipe zone and foundation are de�ned as shown in
the following schematic:
J \
Y \i
Q �
m
J �
Q
Li \
�
IiJITIAL ':%
� BACKFiLL �
z '
w \
� �.
� SPRINGLINE �
\
� \,
� HAUNCNING �
BEDQING �
FOl1N0ATI0N —�
��
�
�
11EVPAVED RR�AS
:'
�
�
L�
Y
U
Q
m
J
Q
Z
�
�
L
Q
w
�
�
OD CLEARRNC�
21
EXCAVATE� TRENCH INIDTH
CITY OF FORT WOltTH Commander Rd - Midfield Stage 2
STANDARD COI�iSTRUCTiON 51'LCIFICATION DOCUMENTS Cily Praject No. ]03644
Revised Dece�nber 12, 2U16
330510-�
[J'1'1L1TY TRENCH EXCA VATIOAT, EtvIBEDML�?�1T, AND BACKFII,T,
Page 4 of 20
1 3. Deleterious materials — Hannful materials such as clay iumps, silts and organic
2 material
3 4. Excavated Trench Depth — Distance from the s��rface to the bottom of the bedding
4 or the trench foundation
5 S. k'inal Backfili Depth
6 a. Unpaved Areas -- The deptki of the fnal backfill ineasured fron i the top of the
7 initial backfill to ihe surface
8 b. Paved Areas — The depth of the final backfill measured from the top of the
9 initial back�ll to bottom of permanent or temporary paveinent rcpair
10 B. Refercnce Standards
li
12
I3
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
I. Reference sfandards cited in this Specification refcr to the current reference
standard pubiished at the time of tk�e latest revision date logged at the end of this
Specification, unless a date is specifically cifed.
2. ASTM Standards:
a. ASTM C33-08 Standard Specifications for Concrete Aggregates
b. ASTM CS8-OS Soundness of Aggregate by Use of Sodium Sulfate or
Magnesiurri Sulfate
c. ASTM C136-01 Test Method for Sicve Analysis of Fine and Coarse Aggregate
d. ASTM D448-08 Sfandard Classification for Sizes of Aggregate for Road and
Bridge Construction.
e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large-
Size Coarse Aggregate by Abrasion and Impact in the �,os Angeles Machine
f. ASTM DS88 — Standard 'Test method for Moisture-Density Relaiions of Soil-
Cement Mixture
g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of
Soil Using Stant� Efforts (I2,4a0 �t�lb/ft3 600 Kn-1n/M3)}.
h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in
Place by Sand Cone Method.
r. ASTM 2487 -- I O Standard Classification of Soils for �ngineering Purposes
{Unified Soil Classi�cation System)
j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe �or Sewers
and Other Gravity-Flow Applica�ions
k. ASTM D2922 — Standard Test Mcthods for Density of Soils and Soil
Aggregate in Place by Nuclear Methods (Shallow Depth)
1. ASTM 3017 - Standard Test Method for Watcr Content of Soil and Rock in
place by Nuclear Meihods {Shallovv Depth)
m. ASTM D4254 � Standard Test Method for Minimum Index Density ar�d Unit
Weight of Soils and Calculafions of Relative Density
39 3. OSHA
40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety
41 Regulations for Construction, Subpart P- Excavaiions
42 1.4 ADMINISTRATIVE REQUIREM�NTS
43
4�4
45
46
A. Coordination
1. UEility Company Notification
a. Notify area utility cornpanies at least 48 hours in advance, excluding weekends
and holiciays, before starting exca�ation.
CTT4` OP FORT WORTH Commander Rd - Midfield Sta};e 2
STA�IDARD CONSTRUCTION SPECIRICATION DOCUMENTS Ciry Project No. ] 0164A
Revised Decamber 12, 2016
330510-5
UTILII'Y TR�NCH EXCAVATiON, SMSEDMENT, AIVT] BACKFILL
Page 5 of 20
1
2
3
b. Request the location of buried lines and cables in the vicinity of the proposed
work.
B. Sequencing
4 1. Sequence work for each section of the pipe installed to complete the embedment
5 and bacl��ll placement on the day the pipe foundation is connplete.
6 2. Sequence wark such that proctors are complete in accordance with ASTM Db98
7 przor to commencement of construction activities.
S 1.5 SUBMITTALS
9 A. Submittals shall be in accordance with Section O 1 33 00.
10 B. AII submittals shall be approved by the City prior to construction.
I 1 L6 ACTION SUBMITTALS/lNFORMATIONAL SUBMYTTALS
12 A. Shop Drawings
13 1. Provide detailed drawings and explanation for ground water and surface water
14 control, if required.
15
16
]7
18
19
20
21
2. Trench Safety Plan in accordance with Occupational Safety and Health
Administration CFR 29, Part 1926-Safety Regulations for Construction, 5ubpart P-
Excavations
3. Stoc��iled excavation and/or backfill material
a. Pravide a description of tl�e storage of tk�e excavated materia� only if the
Contract Documents do not allow starage of materials in the right-of way of the
easement.
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 I.S MA�NTENANCE MATERIAL SUBMITTALS [NOT USED�
24 1.9 QiTALITY ASSURANCE [NOT USED]
25 1.10 DELYVERY, STORAGE, AND HANDLING
2b
27
2$
29
30
3i
32
33
34
35
36
37
38
39
4Q
41
42
A. Sforage
1. Within Existing Rights-of-Way (ROW)
a. Spoil, imparted embedinent and bac���Il materials may be stored within
existing ROW, easements or temporary construction easements, unless
specif cally disallowed in the Contract Documents.
b. Do not blocic d��ainage ways, inlets or clriveways.
c. Provide erosion control in accordance with Section 31 25 00.
d. 5tore rnaterials only in areas barricaded as provided in the traff'ic control plans.
e. In non�paved areas, da not store rnaterial on the root zone of any trees or in
landscaped areas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage of spoils, eznbedment or
bacicfill materials within the ROW, easement or tempoz�ary construction
easement, then secure and maintain an adequate storage location.
b. Provide an affidavit t.�at rights have been secured to store the materials on
private prpperty.
c. �'rovide erosion control in accardance with Scetion 31 25 00.
C11'Y OP FORT WOTZTH Commander Rd - dvlidfield Stage 2
STANDARI] CONSTRUCTiON SPECirTCAT10N llOCUMGNTS Ciry Prajcot No. ] 0 i 644
Revised l7ece»nber 12, 2016
33OS 10-6
�]TILITY TI2ENCH EXCAVAT10�1, EMBEAMEIVT, AI�lD BACKT'ILL
Page 6 of 20
i
2
3
d. Do noi block drainage ways.
e. Only materials used far 1 worl�ing day will be allowed to be stored in the worl�
zone.
4 B. Deliveries and haul-off - CoQrdinate all deliveries and haul-off.
5 1.1� F�IELD [SITE] CONDITIONS
6
7
S
9
10
A. Existing Conditions
1. Any data which has been or may be provided on subsiErface conditions is not
intended as a representation or warranty of accuracy or continuity between soils. It
is expressly understood that neikher the City nor the Engineer will be responsible
for interpretaiions or conclusions drawn there from by the Contracfor.
1I 2. Data is xnade availahle for the convenience o�the Coniractor.
I2 1.12 WARRANTY [NOT USED]
13 PART 2 - PRODUCTS
1�4 2.1 OWNER-FURNISHED [on] OWNEA-SUPPLTED PRODUCTS
� s z.z mAT�c�aLs
16
]'7
�8
I9
20
21
22
23
24
25
26
A. Materials
1. Utility Sand
a. Granular and free flovc+ing
b. Generally meets or exceeds the limiis on deleteripus substances per Tab1e I for
fine aggregate according to ASTM C 33
c. Reasonably free of organic maierzal
d. Gradation: sand material consisting of durable parEicles, free of thin or
elongated pieces, lumps of clay, loa�n or vegetable mattcr and meet,s the
following gradation may be used for utility sand ernbedment/backfill, and
graded with follawing limits when tested in accardance with ASTM C136.
Sieve Size Percent Retained
,� „ �
z
'/a" 0-5
#4 0-10
#16 0-20
#SO 20-70
#100 60-90
#200 90-100
27
28
29
30
31
32
33
34
2. Crushcd Rocic
a. Durable crushed rocic or xecycled conerete
b. Meets the gradation af ASTM D448 size numbers 56, 57 or C7
c. May be unwashed
d. Free from significant silt clay or unsuitable materials
e. Percentage of wear not more than 40 percent per AS`I'M C131 or C535
f. Not more than a 12 percent maximum loss when subjective to 5 cycles of
sodium sulfate sou�dness per ASTM C88
CITY OF F012T WORTH Commander Rd - Midfield Stage 2
STATIDARD CONSTRUCI'ION SPECIFICATION DOCUM�NTS Cily Project No. 101 G44
Revised December 12, 2016
33 05 10 - 7
UTILITY T12ENCH EXCAVATION, EMBEDMLNT, AND BACKI�ILL
Page 7 of20
1
2
3
4
5
6
7
S
4
�0
11
12
13
14
15
16
17
18
i9
20
2I
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A3
44
45
46
47
48
5
6.
7
3. Fi�e Crushed Rocic
a. Durable crushed rock
b. Meets the gradation of ASTM D448 size numbers 8 or 89
c. May be unwashed
d. Free from significant silt clay or unsuitable materials.
e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535
f Not more than a 12 percent maximum Ioss when subjective ta 5 cycles of
sodium sulfate soundness per ASTM C88
4. Ballast Stone
a. Stone ranging frnm 3 inches to 6 inches in greatest dimension.
b. May be unwashed
c. Free from signiiicant silt clay or unsuitable materials
d. Percentage of wear not more fhan �}0 percent per ASTM C131 or C535
e. Not more than a 12 percent maximum loss when subjected to S cycles of
sodium sulfate soundness per ASTM C88
Acceptable BacIciill Material
a. In-situ or imported soils classified as CL, CH, SC or GC in accordance wiih
ASTM D2A�87
b. Free froin deleterious materials, boulders over 6 inches in size and organics
c. Can be placed free fronr� voids
d. Must have 20 pez-cent passing khe nuinber 200 sieve
Blended Bac1c�I1 Material
a. In-situ soiis classi�ed as SP, SM, GP or GM i� accardance with ASTM D2487
b. Blended with in-situ or imported acceptable backfill material to meet the
requirements of an Acceptable Backfill Material
c. Free fro� deleterious �naterials, boulders over b inches in size and orga�ics
d. Must have 20 percent passing the number 200 sieve
Unacceptabie Backiill Material
a. In-situ soils classiiied as ML, MH, PT, OL or OH in accordanee wiih ASTM
D2487
8. Select Fill
a. Classified as SC or CL in accordance with ASTM D2Q-87
b. Liquid li�nit less than 35
c. Plasticity index between 8 and 2p
9. Cement Stabilized Sand (CSS}
a. Sand
1) Sha11 be clean, durable sand meeting grading requireinents for fine
aggregates of ASTM C33 and the fallowing requirements:
a) Classrfied as SW, SP, ar SM by the United Soil Classification System
of ASTM D2487
b) Deleteri�us materials
(1) C1ay lumps, ASTM C142, lcss than 0.5 percent
(2) Lightweight pieces, ASTM C123, less than 5.0 �ercent
(3} Organic impurities, ASTM C40, color no darlcer than standard
color
(4} Plasficity index of 4 or Iess when iested in accordance wiYh ASTM
D�F318.
b. Minimum of A percent cement content of Type UII portland cement
CITY OF PORT WORTH
STANDA[tD CONSTRUCTION SPECIFICATIOiV DOCUMENTS
Revised December 12, 2016
Commander IZd - Midfield Stage 2
City Project No. 101G44
33 05 10 - 8
C1TILITY TREt�lC�l EXCAVATION, EMB�,1]M�NT, AND BACKFILL
1'age 8 oF20
1
2
3
4
5
6
7
8
9
10
I1
I2
13
14
15
16
17
18
19
20
21
22
23
2A
25
26
27
2$
29
30
31
32
33
34
35
c. Water
1} Potable water, free of soils, acids, allcalis, organic matter ar other
deletcrious substances, meeting requirements of ASTM C94
d. Mix in a statianary pug mill, weigh-batck� or cantinuous mixing plant.
e. Strength
1) 50 to 150 psi compressive strength ai 2 days in accordance wit.h ASTM
D 1633, Method A
2) 20Q to 250 psi compressive strengt� at 28 days in accordance with ASTM
D 1633, Method A
3) The maximum compressive strength in 7 days shall be 400 psi. Backfili
that exceeds the maximum compressive sErength shall be removed by the
Contractor for no additional coinpensation.
f. Randorn sarnples of delivered product will be taken in the field at point of
delivery for each day of placement in the wark area. Specimens will be
prepared in accordance wiih ASTM D1G32.
10. Controlled Low Strength Material (CLSM)
a. Confarm to Section 03 34 13
11. Trench Geotextile Fabric
a. Soi1s other tlaan MT, or OH in accordance with ASTM D2487
1) Needle punch, nonvvoven geatextile composed of polypropylene fibers
2) Fibers shall retai� their relative position
3) Tnert to biological degradation
4) Resist naturally accurring chemicals
5) UV Resistant
6) Mirafi 14QN by Tencate, or approved equal
b. Soils Classified as ML or OH in accordance with ASTM D24$7
1) High-tenacity monofilament polypropylene woven yarn
2} Percent op�n area of 8 percent to10 perceni
3) Fibers shall retain their relative positzon
4) ine� to biological degradation
5) Resist naturally occurring cheinicals
6) UV Resistant
7) Miraii FW402 by Tencate, or approved equal
12. Concrete Encasement
a. Conform to Section 03 30 00.
36 2.3 ACCESSORIES [NOT USEDj
37 2.4 SOURCE QUALITY CONTROL jNOT USED]
38 PART 3 - �XECUTlON
39 3.l YNSTALLERS [NOT USED]
40 3.2 EXAMINATION
41 A. Verification of Conditions
42 1. Review all l�nown, identified or marlced utilities, whether p�zblic or private, prior to
43 excavation,
CITY OF FORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTION SPL�CThICATION DOGUMENTS Ciry Project 1Vo. ]0E644
Revised Decemher 12, 2016
33Q51U-9
UT3LITY TT2ENCH �XCAVATfON, EMBEDMTNT, AND SACTCFiLL
Page 4 of 20
1
2
3
4
5
6
7
8
9
IO
11
12
13
2. Locate and protect all known, identi�ed and marlced utilities or underground
�acilities as excavation progresses.
3. Notify all utility owners within the project limits 48 hours prior to beginning
excavation.
4. The information and data shown in the Drawings with respect to utilities is
approximate and based on record information or on physical appurtenances
observed within the project Iimits.
5. Caordinaee with the Owner{s) of unde�ground faciliYies.
6. 1n�mediately notify any utility ownez� of damages to underground facilities resulting
from construction activities.
7. Repair any damages resulting from the constt-uction activities.
B. Notify the City immediately of any changed condition that impacts excavatioz� and
installation of the propased utility.
14 3.3 PREPARATION
15 A. Protection of In-1'laee Conditions
16
17
I8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
36
37
38
39
40
41
J. Pave�nent
a. Conduct activities in such a way that does not damage existing pavement that is
designated to remain,
1) Where desirec� to �nove equip�nent not ticensed for apera�ion on public
roads or across pavement, provide means to protect the pavement frozn all
damage.
b. Repaar or replace any pavement damagec� due to the negligence of the
contractor outside the liinits designated foz- pavement removal at no additional
cost to the City.
2. Drainage
a. Maintain positive drainage during construction and re-establish drainage for all
swales and culverts affected by construc�ion.
3. Trees
a. When operating outside of existing ROW, stalce permanent and temporary
construction easements.
b. Reskrict all construction activities to the designated easements and ROW.
c. Flag and protect all trees designated to remain in accordance with Section 3 i i 0
ao.
d. Conduct excavation, embedment and bacic�ll in a manner such that there is no
damage to the tree canopy.
e. �'rune or trim kree limbs as specifically allowed by the Drawings ar as
specificaliy allowed by the City.
1) Pruning or trimmin� may only be accomplished with equipments
specifica�ly designed far tree pr�ning ar trim�ning.
f. Remove trees speci%caIIy designated to be removed in the Drawings in
accordance with Section 31 10 00.
42 4. Above grouz�d Structures
43 a. Frotect all above ground structures adjacent to the construction.
44 b. Remove above ground structures designated for removal in the Drawings in
45 accordance with Section 02 41 13
46 5. Traffic
C1TY OP FORT WORTH Commander Rd - Mid6eld Stage 2
STANDARD CONSTRUCTIOi�! SPEC1FiCATT0IV I]OCiJMCNTS City Project No. 161644
Revised llecembcr i2, 2Q16
33osio-ia
UTILITY TREhICH �JCCAVAI'ION, �MBEDM�NT, A�l� BACIGFILL
Page 10 of 20
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
a. Maix�tain existing traffic, except as modified by the traffic control plan, and in
accordance vvith Section 34 71 I3.
b. Do not bloc�c access to driveways or alleys for extended periods of time unless:
1) Alternative access has been provided
2) Proper notification has been provided to the property owner or resident
3) lt is speciiically allovwed in the traffic control plan
c. Use traffic rated plates to maintain access until access is restored.
6. Trafiic Signal — Polcs, Mast Arms, Pull boxes, Detector loops
a. Notify the City's Traffc Services Division a minimum of 48 hours prior to any
excavation that could impact the operations of an existing traf�c signal.
b. Protect all traffc signal poles, mast arms, pull boxes, traf�c cabinets, conduit
and detcctor loops.
c. Immediately notify the City's T'raf�c Services Division zf any datnagc occurs to
any component of the iraffic signal due to the coz�t�ractors activities.
d. Repair any damage to fhe traffic signal poles, inast arms, pull boxes, traffic
cabinets, conduit and dcfectar loops as a resuli of the consfruction activities.
7. Fences
a. �'rotect all fences designated to remain.
b. T�eave fence in the equal or better condition as prior to const�ction.
20 3.4 INSTALLATION
21 A. Excavation
22 1. Excavate to a depih indicated on the Drawings.
23 2. Trench excavations are defined as unclassified. '`T� �a-';`;^�^' �^�.^^^�" ^�^"'��
24 ,..,,a .� ..,.�,.,_ ,. „Eti,,,.; �;.,, .,.,.,+o,-;.,�� � „�+���,��� ��� �.r� ���.12ock
4V V�3
2S excavaiion will be measured and paid for as �eguared under Item S� 152-4.2 Rocic
26 Excavation ".
27
28
29
30
31
32
33
34
35
3b
3. Excavate to a width sufiicient for laying the pipe in accordance with the Drawings
and bracing in accardance with the Excavation Safety Plan.
4. The bottom of the excavation shall be firm and free froan stand.ing water.
a. Notify the City immediately if the water andlor the in�situ soils do not provide
for a firm trench bottoin.
b. The City vvill determine if any changes are required in the pipe founda#ion or
bedding.
5. Unless otherwise pernlitted by the Drawings or by the City, the limits of tf�e
excavafion shall not advance beyond the pipe ptacement so that the trench xnay be
backfilled in the same day.
37 6. Over Excavation
38 a. �ill over excavated areas �with the specified bedding material as specified for
39 the specific pipe to be installed.
40 b. No additional payinent will be made for over �xcavation or additional bedding
41 material.
42 7. Unacceptable Bacltfiil Mate�ials
43 a. In-situ soils classi�'ied as unacceptable backfill material shall be separated from
qq acceptable backfill materials.
45 b. If the unacceptable back�Il material is to be blended in accordance with this
46 Specification, then store material in a suitable location �ntil the material is
47 blended.
CITY OF FORT WQRTH Commander Rd - Midfeld 5tage 2
STAIV�ARD CO3+iSi'TiUC'I'JON SPECIFICATION DOCUMEIVTS City Projecl No. 101644
Rcvised Decemher 12, 201G
33asia-ii
UTTLITY TRENCH EXCAVATION, EMBEllMENT, AND BACKFILL
Page 11 of 20
1 c. Remove all unacceptablc material frorri the project site that is not intended to be
2 blended or modified.
3 8. Rock — No additional compensation wi1l be paid for rocic excavation or other
4 changed field conditions.
5 B. Shoring, Sheeting and Bracing
6 1. Engage a Licensed Professional Engineer in t�e State of Texas to design a site
7 specific excavaiion safeiy systean in accordance vvith Federal and State
8 requirements.
9 2. Excavation protection systems shall be designed according to the space limitations
10 as indicated in the Drawings.
11 3. Furnish, put in place and maintain a trench safety system in accardance with fhe
I2 Excavation Safety Plan and required by Federal, State or local safety requirements.
13 4. If soil or water conditions are encountered that are not addresscd by the current
1� �xcavation Safety Plan, engagc a Licensed Prqfessional Engineer in the State of
15 Texas fo modify the Excavation Safety Plan and provide a revised submittal to the
16 Ciry.
17
1$
19
20
2I
22
23
24
25
26
27
2S
29
30
3I
32
33
34
35
36
37
38
39
40
41
42
43
44
�45
46
5. Do not allow soil, or water containing soil, to inigrate through the Excavation
Safety System in sufficient quantities to adversely affect the suitabzlity of the
Excavation Pz-otection System. Movable bracing, shoring plates or tz-ench boxes
used to support the sides of the trenc� excavation skaaIl not:
a. Disturb the embedment located in the pipe zane or lower
b. Alter the pipe's line and grade after the E�cavation Protection System is
removed
c. Compromise the compaction of the embedment located below the sprin� Iine of
the pipe and in the haunching
C. Water Control
1. Surface Water
a. Furnish all materials and equipment and perfonnn alI incidental work required to
direct surface water away from the excavation.
2. Ground Water
a. Furnish all maierials and equipment to devvater ground water by a method
which prese�rves the undisturbcd state of the subgrade soils.
b. Do not allow the pipe to be submerged witi�in 24 hours after placcmeni.
c. Do not a11ow water to flow over concrete until it has suf�ciently cured.
d. Engage a Licensed Engineer in the State oiTexas io prepare a Ground Water
Control Plan if any of the following canditions are encountered:
1} A Ground Water Control Plan is specifically rec�u�red by the Contracf
Documents
2) If in the sole judgment of the Cit�, ground water is so severe that an
Engineered Ground Water Control Plan is required to protect the trench or
the installation of t�e pipe which may include:
a} Ground water leveis in the trench are unable to be mair�tained below
the top of t�e bedding
b) A firm trench bottom cannot be maintained due to ground water
c) Ground water enterzng the excavation undermines the stability of the
excavation.
CITY OF F012T WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTTON ,SPECIPICATIOIV DOCUMENTS City Project Na. l O1644
Revised Aecember 12, 2016
33OS10-12
UTILITY TI2LNCH T'XCAVAT101V, LMI3�AMENT, AND BACKrILL
Page 12 of 2p
1 d) Crround water entering the excavation is transporting unacceptable
2 quantities of soils throug� the Excavaiion Safety System.
3 c. In the event that there is no bid item foz- a Grround Water Controi and the City
4 requires an Engineered Ground Water Control Plan due to conditians
5 discovered at the site, the contractor will be eligible to submit a changc order.
6 f. Controi of ground water shall be considered subsidiary to the excavation when:
7 1} No Ground Water Contral Plan is specifically identified and required in the
8 Contract Documents
9 g. Ground Water Control P1an installation, operation and maintenance
10 1) Furnish all materials and equipment necessary to implement, operatc and
i 1 maintain the Grounci Water Control Plan.
12 2) Once the excavation is complete, rert�ove all ground water control
13 ec�uipment not called to be incoz-porated into thc vvorlc.
I4 h. Water Disposal
15 1) Dispose of grou�d waier in accordance with City policy or Ordinaz�ce.
16 2) Do �ot discharge ground water onto ar across private property without
17 written permission.
18 3} Permission from the City is required prior to disposal into the Sanitary
19 Sewer.
20 4) Disposal shall not violate any �cderal, State or local regulations.
21 D. Embedment and Pipe Placement
22 1. Water Lines less than, or equal to, 12 inches in diameter:
23 a. The entire embedment zone shall be of uniform materiai.
24 b. Utility sand shall be generally uscd for embedment.
25 c. If gz�ound water is in sufficient quantity to cause sand to pump, then use
26 crushed rock as ernbedment.
27 1) Tf crushed rock is not specifically ideniified in the Cantract Documents,
28 then crushed rock shall be paid by ihe pre-bid unit price.
29 d. Place evenly spread beddir�g material on a firm trench bottom.
30 e. Provide firm, uniform bedding.
31 f. Place pipe on the bedding in accordance with the alignment of the Drawings.
32 g. In no case shall the top of the pipe be less than 42 inches from the suriace of the
33 proposed grade, unless specif cally called for in the Drawings.
34 h. �'lace embedment, including initial backfill, to a minim�uzn of 6 inches, but not
35 more than 12 inches, above the pipe.
36 i. Where gate valves are present, the initial backfill shal� e�tend to 6 inches above
37 the elevation of the vaIve nut.
38 j. Farrn all blockiz�g against undisturbed trench wall to the dimensions in the
39 Drawings.
4� k. Compact embedment and initial backfill.
41 1. Place marker tape on top of the initial trench bacl�fiil in accordance with
42 Section 33 OS 2b.
43
44
45
46
47
48
49
2. Water Lines 16-inches through 24-inches in diameter:
a. The entire embedment zone shall be of unifo�7n material.
b. Utility sand may be used for embedment when the excavated trench depth is
less than I S feet deep.
c. Crushed rock or fine crushed rock shall be used for embedment for excavated
�rench depths 15 feet, or greater.
d. Cr��shed rocl� shall be used for embedment for steel pipe.
C11'�C OP PORT WQRTH Gommander Rd - Midfield Stage 2
STANDARD COI�STRUCTiON SPECIFICATION BOCUMENTS City Praject No. i01644
Revised December 12, 2016
33 05 10- 13
UT1I,TTSC TRT;'NCH EXCAVATION, EiVIBEDMENT, AND I3ACKRILL
Page 13 of 20
1
2
3
4
5
6
7
8
9
10
11
32
13
14
15
16
I7
I8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
�!2
43
44
45
46
47
48
49
e. Provide trench geotextile fabric at any location where crushed rocic or fine
crushed rock come into contact with utility sand
£ Place evenly spread bedding material an a firm trench bottom.
g. Provide fz-m, unifarm bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2} If additional crushed rocic is required not specifically identiiied in the
Contract Documents, then crushed rock shall be paid by the pre-bid unit
price.
h. Place pipe on the bedding according to the alignment showx� on the Drawings.
i. The pipe Iine shall be within:
1) �3 inches of the elevation on the Drawings for 16-inch and 24-inch water
lines
j. Place and compact embedment matcrial to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
1�. Place remaining embedmeni inc�uding initial backfill to a ininimum of 6 inches,
but not more than 12 inches, above the pipe.
1. Where gate valves are present, thc initial bacicfill shall extend to up to the valve
nut.
m. Coinpact the embedment and initial backfill to 95 perceni Standard Proefor
A�TM D 698.
n. De�asity test may be performed by City to verify that the co�npaction of
embedment meets requirements.
o. Place trench geotextile fabric on top of the initial bacicf ll.
p. Place marlcer tape on top of the trench geotextile fabric in accordance with
Section 33 OS 26.
3. Water Lines 30-inches and greater in diameter
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
c. �'ravide trench geotextile fabric at any location where crushed rocic or fine
crushed rock come into contact with utility sand.
d. 1'lace evenly spread bedding maierial on a firm trench bottom.
e. Provide firm, unifo� bedding.
1} Additional bedding may be required if ground water is present in the
trench.
2) If additipnal crushed rock is rec�uired which zs not specifically identified in
ihe Contract Documents, then crushed z�ocic shall be paid by the pre-bid unit
pxice.
f. Place pipe on the bedding according to the alignment s�own on the Drawings.
g. Thc pipe line shall be within:
1) tl inch af the elevation on the Dravvings for 30-inch and larger water lines
h. Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
i. For steel pipe greafer than 30 inches in diameter, the initial embedmenf lift shall
not exceed the spring line prior to compactian.
j. �'lace rcmaining embedment, inclnding initial backfll, to a minimum of 6
inches, but not more than 12 inches, above the pipe.
lc. Where gate valves are present, the inifial backfill shall extend to up to the valve
nut.
CITY OF FORT WOR'FH
STANDAT� CONSTRUCTION SPECI�ICATIOIV DOCUMENTS
Revised December 12, 2016
Commander Rd - Midfield Stage 2
Ciry Project No. l O1644
33 OS ld - 14
UTILITY 1'12ENCH L�XCAVtlT10N, B1VdB�1]ivIENT, AND BACKF7LL
Page 14 of 20
1
2
3
4
5
6
7
8
9
10
lI
I2
13
1 �4
15
16
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
3b
37
3$
39
40
41
42
43
��
45
46
47
48
49
1. Compact the embedment and initial backfill to 95 percent Standard Froctor
ASTM D 69$.
m. Density test may be perforn�ed by City to verify that the compaction of
embedment meets requirements.
n. Place trenc� geotextile fabric on top of the initial backfiIi.
q. 1'lace marlcer tape on top of the trench geotextile fabric in accordance wit�
Section 33 OS 26.
4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE)
a. The entire embedment zone shall be of unifar�n materiai.
b. Crushed rocic shall be used for embedment.
c. Place evenly spread bedding maierial on a firm trench bottom. ,
d. Spz-ead bedding so that lines and grades are znaintained and that there are no
sags in the sanitary sewer pipe line.
e. Provide firm, uniform bedding.
I) Additional bedding may be required if ground water is present in the
trench.
2} If additional crushed rock is required which is not speciiically identiiied in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
f
�-
h.
i.
��
k.
1.
m.
n.
price.
P1ace pipe on the bedding according to ti�e alignment shown in the Drawings.
The pipe line shall be within �0.1 inches of the elevation, and be consistent
with the grade shown on the Drawings.
Place and compact ennbedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendaiions.
For sewer lines greater than 30 inches in diameter, the eznbedment lift shall not
exceed the spring line prior to compaction.
Place remaining embedrnent including initiai bacicfill to a minimum of 6 inches,
but not more than 12 inches, above t1�e pipe.
Compact the embedment and initial backfill ta 95 percent Standard Froctor
ASTM D 698.
Density test may be performed by City to verify that the compaction of
embedment meets requirements.
Place trench geotextile fabric on top of the initial bacicfill.
�'lace inarker tape on top of the trench geotextile �abric in accordance with
Section 33 d5 26.
S. Sform Sewer (RCP}
a. The bedding and the pipe zone up to t1�e spring line s�all be of �u�iform
material.
b. Crushed rocic shall be used for embedment up ta the spring line.
c. The specified backf�ill material may be used abo�e the spring liz�e.
d. Place evenly spread bedding material on a firm trench bottom.
e. Spread bedding so that lines and grades are maintained a�d that there are no
sags in the storm sewer pipe line.
f. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) I�additional crushed rock is required which is not specifically identifed in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
price.
CITY OF FOR'I' WORTH
S1'ANDARD CONSTRUCTIDN ,SPECIFIGATIpN DOCUMENTS
Revised December I2, 201 G
Commander Rd - Midfield Stage 2
City Yroject No. 1U1644
33 05 10- 1 5
LJTILITY TItENCH EXCAVAT101V, EMBLaDMENT, A3�FD BACKFILL
Page 15 of 20
1
2
3
4
5
6
7
S
9
10
11
12
13
14
i5
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3Q
3I
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
7
f:�
g. �'tace pipe on ihe bedding according to the alignment of the Drawings.
h. The pipe line shall be within t0. l inches of the eleva�ion, and he consistent
with the grade, shown on the Drawings.
i. Placc embedment maferial up to the spring line.
1) Place embedment to ensure that adequate support is obtained in the haunch.
�. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
Ic, Density test inay be performed by City to verify t�at the compaction of
embcdment meets req�irements.
l. Place trench geotexiile fabric on top of pipe and crushed rock.
6. Storm Sewer Reznforced Concrete Box
a. Crushcd roc� shall be used for bedding.
b. The pipe zone and the initial backfill shall be:
1) Crushed rock, or
2) Acceptable bacicfill material compacted to 95 percent Standard Proctar
density
c. Place evenly spread compacted bedding material on a firm trench battom.
d. Spread bedding so that lines and grades are maintained and that t�ere arc no
sags in the storm sewer pipe line.
e. Provide fiz-�, uniform bedding.
1) Additional bedding may be required if grour�d water is present in the
trench.
2} If additional crushed rock is required which is not specifically ideniified in
the Contract Documents, then crushed rock shall be paid by the pre�bid unit
price.
f. Fill thc annular space between multiple boxes with crushed rock, CLSM
according to 03 34 13.
g. Place pipe on the bedding according to the alignment of the Drawings.
h. `I'he pipe shall be within �0.1 inc�es of the elevation, and be consistent with the
grade, shown on the Drawings.
i. Compact the embedment initial bacic�ll to 95 percent Standard Proctor ASTM
Db98.
Water Services (Less than 2 Inches in Diameter}
a. The entire embedment zone shall be of uniform material.
b. Utiiiry sand shall be generally used for cmbednnent.
c. Place evenly spread bedding material on a iirm trench bottom.
d. Provide firm, uniform bedding.
e. 1'lace pipe on the bedding according to the alignment of the Plans.
f. Coinpact the initial bacicfill to 95 percent Standard Proctor ASTM D698.
Sanitary Scwer Sezvices
a. The enEire exnbedrnent zone shal� be of uniform material.
b. Crushed rocic shall be used for embedment.
c. Place evenly spread bedding material on. a frm 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 �rm, uniform bedding.
I) Additional bedding may be required if graund water is present in ihe
trench.
Cl'1'Y O�' FORT WOR1'�T
STANDARD CONSTRUCTION SPLCTFICATION DpCUMENI'S
Revised December E2, Z016
Commander Rd - Ivlidfield Stage 2
City Praject No. 101644
33 45 10 - 16
UTILfTY TRENCFI SXCAVATION, EIViBEDMENT, AND BACKFILL
Page 16 of 2D
1 2} If additional cr�xshed rock is rcquired which is not specifically identified in
2 the Contract Documents, then crushed rocl� shall be paid by the pre-bid unit
3 price.
4 £ Place pipe on the bedding according to the alignment of the Drawings.
5 g. Place remaining embedment, including initial backiill, to a zx�inimum of 6
6 inches, but not more than 12 inches, above the pipe.
7 h. Compact the initial bacicfill to 95 percent Standard Procior ASTM D698.
8 i. Density test may be required to verify that the compaction meets the density
9 requirements.
10 E. Trench Baclifill
1 I 1. At a miniinum, place bacicfill in such a rz�anner that the required in-place denszty
T2 and moisture content is obtained, and so that there vrill be no damage to the surface,
13 pavement or sf�-uch�res due to any trench settlement or trench movement.
14 a. Meeting the req�irement herein does not relieve the responsibility to damages
15 associated with the Worlc.
15
17
18
19
20
21
22
23
2�4
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
�17
A8
49
2. Backfill Material
a. Final bacicfill depth less than 15 feet
1} Baciciill witi�:
a) Acceptable bactcfill material
b} Blended backfill material, or
c} Select bacicfill material, CSS, or CLSM when specif�ically rec�uired
b. Final hacicfill depth 15 feet ar greater: (under pavement or future pavement)
1) Bacicfill depth frorn 0 to1S feet deep
a) Backfill with:
(1) Acceptable backfill material
(2) Blended bacicfill material, or
(3) Select bxci�Il material, CSS, or CLSM w�en specif cally required
2} Bael�fill depth from 15 feet and greater
a) Backfill with:
(1) Select Fill
(2) CSS, or
(3) CLSM when specifically required
c. Final back�ll depth 15 %et or greaEer:" not under p�.vement or future pavement)
1) Bacicfill with:
a} Acceptable backfill material, or
b) Blended bacicfili maierial
d. Baeic�ll for service lines:
1) Bacicfili for water oz- sewer service lines shall be the same as the
requirement of the main that the service is connected to.
3. Required Compaction and Density
a. Final bacicfill (d.cpths less than 15 fcet)
1) Compact acceptable backfill material, blended back�ll material or select
bacicfill ta a minimum of 95 percent Standard Proctor per ASTM D648 at
moisture content within -2 to +5 percent of the aptimum moisture.
2} CSS or CLSM requires na compaction.
b. Fina1 backfill(depths 15 feet and greater/under existi�g or future paveznent}
1) Compact select backfill to a minimum of 98 perceni Standard Prqctor per
ASTM D b98 at moisture content within -2 to +5 percent of the optimum
m oisture.
CITY OF FORT'WORT�1 Commander Rd - Midfield Stage 2
STANDA.RD CONSTRUCTION SPECIFTCATIpN DOCLTMBNTS Gity Project Na. 101644
Revised December 12, 2016
33OS ]0- 17
U`I'ILITY TRENCH EXCAVATION, EMSEDMSNT, AND BACTCFILL
Page 17 of 20
1 2) CSS or C�.SM requires na compaction.
2 c. Final baciciill (dep�s 15 feet and greater/not under existing or future pavement)
3 I} Cornpact acceptable backfill material blended bacicfill material, or select
4 bacl�fill to a minimum af 95 percent Standard Fractor per ASTM D 698 at
5 moisture content within -2 tp +5 percent of the optimum nn.oisture.
6 4. Saturated Soils
7 a. If in-situ soils consistently demonstrate that they az-e greater than 5 percent over
& optimum rnoi,sture content, the sails are considered saturated.
9 b. Flooding the trench or water jetting is strictly prohibited.
10 c. If satuz�ated soils are identified in the Drawings or Geotechnical Report in the
1 I Appendix, Confractor shall proceed with Work following all baciciill
�2 procedures outlined in the Drawings �or areas of soi� saturation greater ihan 5
I3 percent.
14 d. If saturated soils are encountered during Work but not identified in Dxawings or
15 Geotechnical Report in the Appcndix:
16 1) The Contractor shall:
17 a) Ixnmediateiy notify the City.
18 b) Submit a Contract Claim for Exiz-a Work associated with direction from
19 City.
20 2) T�e City shall:
21 a) Investigate soils and determine if Worlc can proceed in the identi�ed
22 lacation.
23 b} Direct the Contractor of changed backf'i11 procedures associated with
24 the saturated soils that may include:
25 (1) Imported bacic�ll
25 (2) A site specific bacicfill design
27 5. Placement of Bacl�fill
28 a. L1se only compaction equipment speci%cally designed for compaction of a
29 particular soil type and within the space and depth limitation experienced in the
30 trench.
31 b. Plooding ihe trench ar water setting is strictly prohibited.
32 c. Place in Ioose lifts not to exceed 12 inches.
33 d. Compact to specified densities.
34 e. Compact only on top of initial bacicfill, undisturbed trench or previously
35 compacted bac�cfill.
36 f. Remove any Ioose materials due to the movement of any trench box or shoring
37 or due to sloughing o� the trench vvall.
38 g. Fnstall appropriate tracking balls for ovater and sanitary sewer trenches in
39 accordance with Section 33 OS 2b.
40 6. Bacicfill Means and Methods Demonstration
41 a. Noti�y the City in writing with sufficient time for the City to obtain samples
42 and perform standard proctor test in accordance with ASTM D698.
43 b. The results of the standard proctor test must be received prior to beginning
44 excavatian.
45 c. Upon commenciz�g of backfill placement for the project the Contractor shali
46 demonstrate means and methods to obtain the required densities.
47 d. Demonstrate Means and Methods for compaction including:
4g 1) Depth of li�s for backfill which shall not exceed 12 inches
49 2) Method of moisture control for excessively dry or wet backfill
CITY dF FORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTiO1V SYECIPiGATION DOCUMENTS City Project No. ] 01644
Revised Dccember 12, 2616
33fl5 ]0- 1$
i1TiLITY TR�NCH EXCAVATION, I'MBEDMETVi', ANI? 13ACKFILL
Page l8 of 2U
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
3) Placement and moviz�g trench box, if used
4) Compaction techniques in an open trench
5} Compaction techniques around structure
e. Provide a testing trench box to provide access to the recently bacl�filled
material.
f. The City will provide a qualified testing lab full titne during this period to
randomly test density and moisture continent.
1) The testing tab will provide zesults as available on the job site.
7. Varying Gro�nd Conditions
a. Notify the City of varying ground conditions and the need for additiana�
proctors.
b. Req�est additional proctors when soiI conditions change.
c. The City may acquire addifional proctors at its discretion.
d. Signi�cani changes in soil conditians will require ati adclitional Means and
Methods demonstration.
16 3.5 REPAIR [NOT USED]
l7 3.6 RE-INSTALLATION [NOT US�D]
I8 3.'� �'IELD QUALITY CONTROL
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. F'ield Tests and Inspections
1. Proctors
a. The City will perform Proetors in accordance with ASTM D698.
b. TesC results will generally be available to within 4 calendar days and dis�ributed
to:
1) Contractor
2} Cify Project Manager
3) City Inspector
A) Engineer
c. Notify the City if the characteristic of the soil changes.
d. City will perform ncw proctors for varying soils:
1) When indicated in the geotechnical investigation in the Appendix
2) If notified by the Contractor
3) At the convenience of the City
e. Trenches where different sozI types are present at different depths, the proctors
shaIl be based on t�e inixture of those soils.
2. Density Testing of Bacicfill
a. Density Tests shall be in conformance with ASTM D2922.
b. Provzde a testing trench protection for trench dept�s in excess of 5 feet.
c. �'lace, move and remove testing irench protection as necessary to facilitate all
test conducted by the City.
d. For �nal baciciill depths less than 15 feet and trenches of any depth not under
existing or future paveanent:
1) The City will perform density festing twice per working day when
backfiilling operations are being conducted.
2) The iesting lab shail talce a ininiinum of 3 density iests of the curireni Iift in
the availabie trench.
e. Far final bacicfill depths 15 feet and greater deep and �nder existing ar fitture
pavement:
CITY OF FORT WORTH Commander Rd - Midfie[d Stage 2
STANDARD CONSTRUCTIOI�i SP�CIFICAT101V DdCL1MBNTS City Project Na. 1 D 1644
Revised December 12, 2D16
33 O5 ] 0 - 19
UTILITY TRENCH �XCAVATION, LMQEDMENT, AND BACKFILL
Page 19of20
I
2
3
4
5
b
7
S
9
1�
11
12
13
14
15
I6
17
18
19
20
21
22
23
24
25
26
f
��
h.
i.
l•
1) The City will perform density testing twice per working day when
back€'illing operations are being conducted.
2) `I'he testing lab shall take a minimum of 3 density tests of the cu�rirent lift in
the available trench.
3) The testing lab will remain onsite suff�icient tiine to test 2 adciitional lifts.
Make the excavation available for testing.
The City will determine the location of the test.
T�e City testing lab will provide results to Contractor and the City's Inspector
upon completion of the testing.
A formal report will be posted to ihe City's Buzzsaw site within A 8 hours.
1'est reports shall include:
1} Location of test by station number
2) Time and date of test
3) Depth of testing
4) Field moisture
5) Dry density
6) Proctor identiixer
7) Percent Pzoctor Density
3. Density of Embedment
a. Storm sewer boxes that are embedded with acceptable bacl��ll material,
blended back�fl material, cement rz-�odified backfill material or select material
wi�l follor� the same testing procedure as bacicfill.
b. The City may test fine crushed rock or crushed rocic embedment in accozdance
with ASTM D2922 oz- ASTM 1556.
B. Non-Confarming Woz�Ic
1. All non-conforming work shall be removed and replaced.
27 3.8 SYSTEM STARTUP jNOT USED]
28 3.9 ADJUSTING [NOT USED]
29 31U CLEANING jNOT USED]
30 3.11 CLOSEOUT ACTIVITIES [NOT USED]
31 3.12 PROTECTION [NOT USED]
32 3.13 MAINTENANC� [NOT USED]
33
34
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2 — Added Item for Concrete �ncasement for i7fility Lines
Various Sections — Revised Depths to Include 15' and greater
12/20/2012 D. Johnson 3.3.A — Addrtional notes for pavement pratectipn and positive drainage.
3.4.E2 — Added requirements for backfill of service lines.
3.4.�.5 — Added language prohibiti�g flooding of trench
CITY Or FORT WORT'H Commander Rd - A�fidfield Stage 2
STANDAItD CONSTRUCTION SP�CTP[CATiON DpCUMENTS Cily Projcc[ No. i 01644
Revised T]ecembcr l2, 2016
33 OS 1 D- 20
UTILITY TRENCF3 EXCAVATION, EMBBDMi t�ST, AND BACKP'�LL
Pdge 20 af2Q
6/18/2013 D.Johnson
72/12/16 Z. Are�a
I.2.A.3 — Clarified measureinent and paymcnt for concrete encasement as per plan
quantity
2.2.A — Added la��guage for concrete encasement
2.2.A, l.d Modify gradatian for sand tnaterial
Ci"PI' OP 1^ORT WQR'PH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 101644
Revised December 12, 201b
330513-1
I'RAME, COVER, A71D CrRADE RINGS-CAST IRON
Page 1 of 5
sECT�oN �3 as ��
FRAME, COVER, AND GRADE RINGS — CAST IRON
PART 1- G�NERA.L
1.1 SUMMARY
A. Section Includes:
1. Cas# iron fr•ame, cover and grade rings used as access ports into water, sanitary
sewer and storin drain structures such manho]es or vaults
B. Deviations from this City of rart Worth Standard Specification
1. None.
C. ReIated Specification Sections include, bu� are not rzecessarily Iimited to:
1, Division 0— Bidding Requirements, Contract �'orms, and Conditions of the
Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measuremant and Payment
1. Measuxement
a. This Item is considered subsidiary to the strLicture containing the frame, cover
and grade rings.
2. Payment
a. The work perforrned and the materials furnished in accardance with this Item
are subsidiary io the un�t price bid per each structure complete in place, and no
other comper�sation will be allowed.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specifcation refer to the current reference
standard pub�ished at the tame of the latest revision date logged at the end af this
Specification, unless a date is specifical�y cited.
2. ASTM Internatio�al {ASTM)
a. ASTM A48 — Standard Specifcation for Gray Iron Castings
b. ASTM A535 - Standard Specification for Ductile Iror� Castings
c. ASTM C478 - Specification for Precast Reinforced Conerete Manhole Sections
3. American Association of �tate H�ghway,s and Transpor�ation Officials (AASHTO)
a. AASHTO M306 — Standard Specification for Drainage, Sevver, Utility and
ReIated Castings
1.4 ADNIINISTRATNE REQUIREMENTS [NOT USED]
l..S SUBMITTAL�
A. Submittals shall be in accordance with Sectian O1 33 00.
CITY OE FO1tT WORTH [Insert Project Name]
S'I'ANDARD CONSTRUCTION Sl'ECIFICATION AOCiJMEN'I'S [Insert ProjecE Number]
RevisecE 7anuary 22, 2016
3305 [3-2
PRAMB, COVER, A1VD G1tADE RINCxS-CAST IRON
Page 2 of 5
B. All subfnittals shall be approved by the Engineer or the City priar to delivery and/or
fabrication for specials.
1.6 ACTION SUBMTTTALS/INFORMATIONAL SUBMITTALS
A. Product Data
1. All castings shall be cast with:
a. �ppro�ed foundry's name
b. Part number
a Co�Eniry of origin
2, Provide manufacturer's:
a. Specifcations
b. �,oad tables
c. Dimension diagrams
d. Anchor details
e. Installation insfructions
B. Certiiicates
1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO
designations.
1.7 CLOSE�UT SUBMITTALS [NOT USEDI
1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALYTY ASSURANCE [NOT USED]
1.�0 DELI'VERY, STORAGE, AND HANDLING �NOT USED]
111 FIELD [SITE] CONDYTYONS �NOT USED�
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-FUItNYSHED [ou] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, MAT�RiALS
A. Manufacturers
I. Only the rnanufacturers as listed on �he City's Standard Products List wiil be
considered as shown in Section O1 6Q 00.
a. The manufacturer must coniply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
B. Casfings
1. Use castings for frames that conform to ASTM A48, Class 35B or better.
2. Use castings for covers that conform to A,STM A536, Grade 65-45�12 or better.
3. Use clean casting capable of withstanding applicat�on of AASHTO HS-20 vehicle
]oading with permanent de%rmation.
4. Covers
CITY OF FORT W�RTH [Tnsert Project Name]
STANDARI7 CONSTRUCTlON SPECIFICATION DOCC3MEhITS [Insert Project Numherj
Revised January 22, 2016
330513-3
C'RAIVfE, COVER, AND GRA�E RINGS-CAST IRON
Page 3 of 5
a. Size to set flush with the frame with no larger than a 1/8 inch gap between the
frame and cover
b. Provide wifh 2 inch wide pick slots in lieu of pick holes.
c. Provide gasket in frame and cover.
d. Standard Dimensions
1) Sanitary Sewer
a} Provide a clear opening of 30 inches for all sanitary sewer frames and
cover assemblies unless otherwise specifi�d in the Contract Documents.
2) Storm Drain
a) Provide a clear opening of 22 1/2 inches for all storrn drain frames,
inlets and cover assernblies unless otherwise specified in tl�e Contract
Documents.
b) Provide a mznimum clear opening of 30 inches for all storm sewer
manhoies and juncfion structures.
e. Standard Labels
1) Water
a) Cast Iid with the word "WATER" in 2-inch letters across the lid.
2) Sanitary Sewer
a} Cast lEd with the word "SANITARY SEWER" in 2-inch letters across
the lid.
3) Storm Drain
a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the
lid.
f. Hinge Covers
1} Provide water tight gasket on a�I hinged covers.
2} Water
a) Pro�ide hinged covers for all water structures.
3) Sar�itary Sewer
a} Provide hinged covers for all �nanhotes or structures constructed over
24-inch sevver lines and larger and for manholes where ri�� elevations
are greater than 12 inches above the surface.
C. Grade Rings
1. Provide grade rings in sizes from 2-inch up to S-inch.
2. Use concrete in traffic laading areas.
3. Tn non-iraffic areas concrete or HDPE can be used.
D. .Toint Sealant
1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape
form.
2. Provide seaIant that is not dependant on a chernical action for its adhesive
praperties or cohesive strength.
CTTY OF PORT WpR'fH [Insert Yroject Name]
STANDAlill CONSTRUCTIQN SPEGIFICATION DOCUM�NTS [Inseri Project Number]
I2evised January 22, 2016
330513-4
FR.AME, COVER, AND GRAI]� RIAlGS-CASTIRON
Page � of 5
2.3 ACC�SSORIES (NOT USED]
2.�i SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.� INSTALLERS [NOT USEDj
3.2 �XAMINATION [NOT USED]
3.3 PRCPARATION [NOT USED]
3.4 INSTALLATION
A. Grade Rings
1. Place as shown in the water and sanifary sewer City Standard DetaiIs.
2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant.
3. Seal each grade ring with sealant specified in this Specificatian and as shown on the
City Standard Details.
B. Frame and Cover
1. Water
a. For water structures ins#all irame, cover and grade rings in accordance with
applicable City Standard Detail.
2. Sanitary Sewer
a. For sanitary sewer siructures install frame, cover and grade rings in accordance
with applicable City Standard Detail.
3. Storm Drain
a. For storn� drain structures inst�lI frame, cover and grade rings in accordance
witl� applicable City Standard Detail.
4. Hinge Cover
a. 1'rovide hinge cover on elevated manholes, junction boxes, in the flood plain
and where specified on the Drawings.
C. Joint Sealing
1. Seal frame, grade rings and structure with specified s�alant.
D. Concrete Collar
1. Provide concrete coilar around all frame and covar assernblies.
CITY OF FQRT WORTH [Insert Project Na�ne]
STAhIT]t1ItD CONSTRUGTION SPECII'ICAT[ON T70CUMENTS jlnscrC Projcct tVumber]
Reviscd 1ani�a�y 22, 2016
330513-5
FRAME, COVER, AND GR.ADE RINGS-CAST IRON
Pagc 5 of 5
3.5 REPAIR / RESTORATION [NOT USED]
3.G RE-YIVSTALLATION [NOT USED]
3.7 FYELD (oa� SITE QUAL�TY CONTROL [NOT USED]
3.8 SYSTEM STARTUP �NOT US�D]
3.9 AD.T[JSTING [NOT US�D]
3.I0 CLEANING [NOT USEDI
3.11 CLOSE�UT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANC� [NOT USED]
3.1�F ATTACHMENT� [NOT USED]
END 4F S�CTION
Revision Log
DA`I'E NAME SUMMARY Oi' CHANGE
6/25/2014 F. Griffin �orrected erro�• in Parf 2-2.2-B-4-d-2-a. Cover size shouid be 22 '/z inches ratiier
tE�an 19 3/a fnches.
1/22/201G F. Grif#in p�rt 2-2.2-B-4-d-2-a., Cover size updated to 30 inches to match Decai133 05 16-
D�4f7.
8/30/2017 W. Narwood Ch�nge specification name to add Cast I�•on
CITY OF FORT WOR'3'H [lnsert Project Name]
STANDARD CONSTRUCTTON SPECTFTCATION �OCUMENTS [Insert Project N�mber]
Revised Jahuary 22, 201G
33OS1313.10-1
COMPOSITL; FRAME, COVER, AAID GRADE RINGSGRADG RlNG5
Page 1 of 5
SECTYON 33 OS 13.10
COMPOSITE FRAME, COVER, AND GRADE RINGS
PART1- G�NERAL
I.1 SUMMARY
A. Section Includes:
1. Compression Molded Composite Frarnes and Covers used as access ports into
sanitary sewer stz�uctures such as manhoies and junction boxes.
B. Deviations frarn this City of Fart Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessaraly limited fo:
1. Division 0— Bidding Requirements, Coniract Forms, and Conditions of the
Contract
2. Division 1— Genera� Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
J.. Measurement
a. This Item is considered subsidiary to tha structure containing the frame, cover
and grade rings.
2. Payment
a. The work performed and the materials furnished in accordance with this Item
are s�zbsidiary to the unit price bid per each structure complete in place, and no
other compensation will be allowed.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer fo the current reference
standard published at ihe time of the latest revision date logged at the end of this
Specification, unIess a date is specifically cited.
2. American Association of State Highways and Transportation Oi�icials (AASHTO)
a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to
meet or exceed 21,280 pounds/wheel Ioad
b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and
Related Castings
1.4 ADMIN�STRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMYTTALS
A. Submittals shall be in accordance with Section 01 33 00.
B. All submitials shall be approved by the Engineer or the City prior to delivery and/or
fabrication for specials.
CITY OF F01tT WORTH [Insert Project Name]
STANDAKD CONSTTtLJCTION 3PECIFICATIOA! DpCUMENTS (Insert Project tVumber]
33OS 1313.10-2
CUMPOSl'1'�, FIt.AME, COVrR, AIYi7 GTZA➢E RINGSCxRAllE RINGS
Pagc 2 of 5
1..6 ACTTON SUBMI'TTALS/INT�RMATYONAL SUBMITTALS
A. Product Data
1. All maldings sha11 display:
a. Approved Molder
b. Molding date
c. Wording ihat material is non-metallic
d. Country of origin
2. Provide manufacturer's:
a. Specifications
b. Load tables
c. Dimension diagrams
d. Anchor details
e. Ins#a]lation instructions
B. Certificates
1. Manufacturer shall certify that all moldings conform to the ASTM and AASHTO
designations.
7.7 CLOS�OUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATER�AL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.�1 FIELD �SITE] CONDITIONS jNOT US�D]
7..12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [on] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 �QUIPMENT, PRODUCT TYPES, MATERIALS
A. Manufact��rers
1. Only the manufacturers as list�d on the City's Sfandard P�•oducts List will be
considered as shown in Section Ol 60 00 unless otherwise specifed on the plans.
a. The manufacturer must comply with this Speeification and related Sections.
2. Any product that is noi listed on the Standard Froducts List is considered a
substitution and shall be submitted in accordance with Section Oi 25 00.
B. Moldings
1. All composite moldings sha11 consist of a thermosetting resira znatrix blended and/or
combined with reinforcing fiber rovings, shori fiber �laments, or equivalent
nor�metallic reinforcing structure(s). The thermosetting resin matri� shall be a
polymer, vinylester, or a blend of thes�. The rnoldings shall be true to pattern in
]ocations aifecting their strength and value for the service intended. Before the
moldings are removed from the molding operation, they sha1I be thorough�y
deflashed and cleaned at the parting iines, hales, notches and aIl exposed edges.
CITY pF FORT WORTI�I [Insert Project Name]
STANDARD CONSTRUCTI03�i SPGCIFICATIO]V DOCUMENTS [Insert Project Namber]
33051313,10-3
COMi70S1TE FRAMk�, COVEE�, AND GRADE R[NGSGTtADE R[NGS
Page 3 af 5
2. Use clean mo]ding capable of withstanding applicatiQn of AASHTO HS-25 vehicle
loading with permanent defprmation. Composi#e frames shall have a minim�am wal]
thickness of 0.75 inches in sections exposed to traffic and potential traffic whee]
impact.
3. Metal reinfarcements or meta] hinges molded within ihe composite shall not be
permitted.
4. Al] composite maldings shall have UV siabilizers (concentratians from OAS% to
5%) added prior to shaping the prod�Ect by injection molding.
5. Covers
a. Composite covers shall be compression mo]ded under high pressures {>0.5
tons/sq inch oix-y surface area) and high temperatures (>204 degrees F}.
Components for locking systems below the cover exposed to sewer
environment shall be made of noncorrosive materials such as nonmagnetic 316
stainless steel (Ausienite) or a polymer.
b. Size to set flush with the frame with no larger than a ll8 inch gap between the
fratne and cover
c. Pro�ide with 2 inch wide pick slofs in lieu of pick holes.
d. Provide gasket in frame and caver.
e. Standard Dimensians
1) Sanitary Sewer
a) Pz-ovide a clear openrng of 30 inches for all sanitary ser�ver frames and
cover assemblies uniess otherwise specifed in the Contract Documents.
f. Standard T�abels
1) Sanitary Sewer
a) Cast Iid wiih the word "SANITARY SEWER" in I-1/2-inch
(minimunn) or 2-ir�ch (maximum) letters across the lid.
g. Hinge Covers
1} Hinged cavers shaI� be double-hinged allowing a minima] 180° full
opening.
2) Provide water tigh# gasket on all hinged covers.
3) Sanitary Sewer
a) Provide hinged covers far all ma.nholes or structures construcCecE over
all sewei• fines.
C. Grade Rings
1. Provide grade rings in sizes from 2-inch up to 8-inch.
2. Use concreie in traffic loading areas.
D. Joint Sealant
1. Provide a pre-formed or trowe�able bit�mastic sealant in an extrudable or fiat tape
form.
2. Provide sealant thai is not d.ependent upon a chernical action for its adhesive
properties or cohesive strength.
CITY OF FORT WORT�I [3nsert Project Name]
STANDAIZl7 CONSTRUCTIQt�I SPECIFICATib1� �OCUMENTS [Insert Project Number]
33US 1313.10-4
COMPOSITE PRAME, COVER, AND GRAD� RINGSGRAD� R[%fGS
l°age 4 of 5
2.3 ACCESSaR�ES [NOT USED]
2.4 S�URCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS jNOT US�D]
3.2 EXAMINATION [NOT USED]
3.3 PR�PARATION [NOT USED]
3.4 iNSTALLATION
A. Grade Rings
1. Place as shown in the water and sanitary sewer City Standard Details.
2. Clean surfaces of dirt, sand, mud or other fareign matter before placing sealant.
3. Seal each grade ring with s�alant specified in this Specifcation and as shown on the
City Standard Details.
B. Frame and Cover
I. Sanitary Sewer
a. For sanitary sewer siructures instalI frame, caver and grade rings in accordance
vwith applicable City Standard Detail.
2. Hinge Cover
a. Provide hinge cover on all manhole covers.
C. Joint Sea]ing
1. Seal frame, grade rings and structure with specified sealant.
D. Concrete Collar
1. Provide concrete collar around ail frame and cover assemblies.
CITY OF FORT WORTH [lnsert Project Name]
STANDA1217 CONSTRUCTION SYECIFICATION DOCUMCNTS [Inseft Project Number]
33OS 1313.10-5
COMPOSIT"E FRAME, COVER, AND GRA]�E RINGSGR.ADB RINGS
Page 5 of 5
3.5 REPAIR / RESTORAT�ON [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALYTY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CL�SEOUT ACTNITIES [NOT USEDI
3.12 PROTECTION �1VOT USED]
3.13 MAYNTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Re�ision L,og
DATE NAME SUMMARY OP CHANGE
C1TY OF FORT WORTI I jlnsert Project Name]
STANDARD CONSTRUCTiOAi SPECIFTCATION DOCUMrNTS [fnsert Praject Number]
33051�4-1
ADrLJSTING MANI-[OLES, INLETS, VALVB BOXES, AAlD OTHHR STRUCTURES TO GRILDE
Page I of 7
SECTION 33 OS 14
ADJUSTING MANI�O�,ES, INLETS, VALVE BOXGS, AND OTHER STRUCTURES TO
GRADB
PART1- GENERAL
L1 SUMMARY
A. Section Includes:
L Vertical adjustmezats to manholes, drop inlets, valve boxes, cathodic protection test
stations and other misceIlaneous structures to a n�w grade
B. Deviations from this City af Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, bui are not necessarily ] imited to:
I. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requiremenfs
3. Section 32 Q 1 17 — Permanent Asphalt pa�ing Repair
4. 5ection 32 p I 29 — Concrete Pa�ing Repair
5. Section 33 OS 10 — Utility Trench Excavation, Embedmenf and Backfill
6. Section 33 OS I3 — Frame, Cover and Grade Rings
7. Section 33 39 10 — Cast-in-Place Concrete Manhales
8. Section 33 39 20 -- Precast Conerete Manholes
9. Section 33 12 20 — Resilient Seated {Wedge) Gate Valve
10. Section 33 12 2I —AWWA Rubber-Seated Buiterfly Vaive
11. Section 33 04 11 — Corrosion Contro] Test Station
12. Sectian 33 04 12—Magnesium Anode Cathodic Pratectian System
1.2 PRICE AND PAYMENT PROCEDURES
A. Measuremenf and Payment
Manhote — 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 wark 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 sl�all include:
I) Pavement remova�
2) Excavation
3) Hauling
4} Disposal of excess material
CITY OF FOltT WORTH [Insert Project Name]
S7'ANDARD CONST[2UCTION SPECIFICATION DOCUMENTS [Insert Praject Number]
Revised December 2D, 20I2
33 05 l4 - 2
ADNSTINCr Iv1ANHOLES, INLETS, VALVE BO�ES, AND OTHER STRUC7'[lRES TO GRADE
Page 2 of 7
5} Grade rings or other adjustment device
6) Reuse af the existing manhoIe frame and cover
7} Furnishing, placing and compaction of embedment and backtiIl
8) Concrete base rr�aterial
9) Permanent aspllalt �atch ar concrete paving repair, as required
14} Clean-up
2. Mani�ole - Major Adjustment
a. Measurement
1) Measurement far this Item shall be per each adjustment reqL�iring str«ctural
modifications to raise or lower a manhole to a grade as specified on the
Drawings.
b. Fayment
1} The work perfortned and the rr►aterials furnished in accorda�ce with this
Itenn will be paid for at the unit price bid per each "Manhole AdjusLment,
Major" compieted.
c. The price bid shall include:
1) Pa�ement rerr�aval
2) Excavation
3) Hauling
4) Dzsposal of excess material
5) Structural modi�cations, grade rings or other adjustment device
6) Reuse of the existing �nanhole frame and cover
7} Furnishing, placing and compaciian of ernbedment and back�ill
S) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10} Clean-up
Manhole - Major Adj�stment with Frame and Cover
a. Measurement
1) Measurement for this [tem shall 6e per each adjustment requiring structural
modifications to raise or lower a manhole to a grade specified on the
Drawings or structural modifications for a manhoIe requiring a new frame
and cover, often for changes ta cover diameter.
b. Payment
1) The work performed and the materia]s furnished in accordance with this
Item wi11 be paid for at #he unit price bid per each "Manhole Adjustment,
Major w/ Cover" completed.
c. The price bid shalt include:
�) Paveinent removal
2) Excavation
3) Hauling
4} Disposai of excess material
S} Siructural modifications, grade rings or other adjustment device
6) Frame and cover
7) Furnishing, placing and compaction of err�bedment and backfill
8) Concrete base rr�aterial
9) Perman�nt aspha�t patch or concrete pa�ing repair, as required
10) Ciean-up
4. Inlet
a. Measurernent
C1TY OF FORT WORTH [Insert Projcc[ Name]
STAN]7ARD CONSTRUCT[ON SPECIFICATION DOCUiVIENT5 [Insert Project hIumber]
Reviscd December 20, 2012
33 05 1 A- 3
ADN5T1NCr MANHOLES, INL�TS, VAY,VE $OXES, AiJp O'1'HER STRUCTUKCS TO GRADE
Pagc 3 of 7
1} Measurement for this Item shall be per each adjustment requiring sLructural
modifications to inlet to a grade specified on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item wi11 be paid for at ihe unit price bid per each "Iniet Adjustment"
completed.
c. The price bid shall include:
1) Paveinent removal
2) �xcavation
3) Hauling
4) Disposal of excess �naterial
5) Structural �nodi�cations
6} Furnishing, placing and compaction of embedment and bacic�Il
7} Concrete base material, as reqt�ired
8) Surface restoration, permanent asphalt patch or concrete pa�ving repair, as
required
9) Clean-up
Valve Box
a. Measurerrtent
1) Measurement for this Ttem shall be per each adjustment to a grade specified
on the Drawings.
Pay►nent
1) The work performed and the materials furnisl�ed in accordance with this
Item will be paid for at the unit price bid per each "VaIve Box Adjustment"
completed.
The price bid shall include:
1) Pavement z'emoval
2) Excavation
3) Hauling
4) Disposal of excess �r►aterial
5) Adjustment device
6) Furnishing, placing and compaction of e�nbedment and backfill
7) Concrete base material, as required
8} Suriace restoration, permanent asphalt patch or concrete paving repair, as
required
9) CIean-up
6. Cathodic Protection Test Statian
a. Measurement
1) Measurement for this Item s�all be per each adjusrinent to a grade specified
on the Drawings.
b. Pay�nent
1) The work performed and the materials furnished in accordance with this
Item wiIl be paid far at the unit price bid per each "Caihodic Protectio�n
Test Station AdjL�stment" completed.
e. The price bid shall include:
1) Favement removal
2) Excavation
3) Hauling
4) Dispasal of excess material
CIT'Y OF FORT WORTH [Insert Project Name]
STANDARD COt�CSTTtUCTION SPECIPICATION DQCUMENTS [Insert Project Num6er]
Rcvised DecemUer 20, 2012
33OS 14-4
ADNSTIF�lG MANC�OLES, 1NLETS, VALVE SOXI:S, AIVT] OTI�ER STRUG'1'URES TO GKADE
Yage 4 of 7
5) Adjustment device
6) Furnishing;, placing and compaction of embedrnent and backfill
7) Concrete base material, as requir�d
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
requirecf
9) Clean-up
7. Fire Hydrant
a. Measurement
1} Measurement for this Ttem shali be per each adjustment requiring stem
extensions to �neet a grade specified by the Drawings.
b. Paynrzent
l) The work performed and the materials furnished in accordance wiih tl�is
Itein wi]] be paid for at the unit price bid per each "Fire Hydrant Stem
Extension" completed.
c. `I'he price bid shaIl zncl��de:
1) Pavement rernoval
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment materials
6) Furnishing, piacing and compaction of embedment and backf'ill
7) Concrete base material, as required
S) S�,�rface res�oration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
8. Miscellaneous Structure Tl�is Itein is intencled,f'a� a iu2igzdc structure. Bid Itern
slaoulcl inclxr�fe c�etails la rr.Zentifj� llze specific st�-aret2rr^e (i.e. Nliscellarreous ,Strucftrre
Adjir����rrenl, �ta. 1 f00)
a. Measurement
l) Measurement for this Ttem shall be per each adjustment requiring struci�ual
modiiications to said structure to a grade specified on the Drawings.
b. Payment
1} The work performed and the materials furnished in accordance with this
ltem �vill be paid for at the unit price bid per each "Miscellaneous Structure
Adjustment" completed.
c. The price hid shall include:
1) Pavement remo'val
2) Excavation
3) Hauling
4) Disposal of excess material
5) StructuraI modifications
6) �'urnishing, placing and compaciion of embedment and backfill
7) Concrete hase material
S} Permanent asphalt patch or concrete paving repair, as req�tired
9} Clean-up
1.3 REFER�NCES
A. Definitions
1. Minor Adjustment
CITY OF F012T WORTH [Insert Project Name]
STAl+i3JAR3J CONSTRUG"ITON SPECIPICAT[ON 170CUMENTS �Insert Project Number]
Revised December 20, 2012
330514-5
ADJUS"I'CNG MANHOI.GS, INLSTS, VALVT I30X�.S, AND OTHER STRUC'I'iJRES TO GRADE
Yage 5 of 7
a. Refers to a small elevation change perfortned on an existing manhole where the
existing frame a�d cover are reused.
2. Major Adjustment
a. Refers to a significant elevation change perfarmed on an existing manhole
which requires structural modification or when a 24-inch ring; is changed to a
30-inch ring.
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard pub] ished at the time of the latest revisaon date logged at the er�d af this
Specif�cation, unless a date is speci%cally cited.
2. Texas Commission or� Environmental Quality (TCEQ):
a. Title 30, Part I, Chapter 2i7, Subchapter C, Rule 217.55 — ManhoIes and
Related Structures.
1.4 ADMINISTRATIVE REQUIREMENTS INOT USED]
1.5 SUBMTTTALS [NOT USED]
x.G ACTION SUBMITTALS/INFOHMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NQT USED]
�.8 MAINTENANCE MATERYAL SUBMITTALS �NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, ST4RAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITION� �NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1. OWNER-TURNISHED [oR] OWN�R�SUPPLIED PRODUCTS INOT USED]
�.2 MATERIALS
A. CasC-in-Place Concrete
1. See Section 03 30 04.
B. Modificatians to Existi�g Conerete Structures
l. See Section 03 $0 00.
C. Grade Rings
1. See Sectian 33 OS 13.
D. Frame and Cover
1. See Seetion 33 05 13.
E. BackfiIl material
1. See Section 33 OS 10.
CI"I'Y OF FO1tT WORTI-1 [Insert Project Name]
STAIVDARD COIVST[21UCTION SP�CIP[CATIQN DOCUMENTS jlnsert Project Number]
Revised December 2a, 2012
330514-6
ADJUSTING MANHOI.�S, r1�ILBTS, VALVE BOXES, AND OTHER STRUCTURES TO GRADC
Page b of 7
F. Water valve box extension
1. See Section 33 12 20.
G. Cor•rosion Aratection Test Station
1. See Section 33 44 11.
H. Cast-in-Place Concreie Manholes
1. See Section 33 39 10.
I. Frecast Concrete Manholes
1. See Section 33 39 20.
2.3 ACCE�SORI�S [NOT USED]
2.4 SOIIRC� QUALITY CONTROL [NOT USED]
PART 3 - EX�CUTT�N
3.1 INSTALLER� [NOT USED]
3.Z EXAMINATION
A. Verification of Conditions
l. Examine existing structure to be adjusted, for damage ar defects that may affect
grade adjustinent.
a. Report issue to City for consideraiion before beginning adjustment.
3.3 PREPARAT�ON
A. Grade Verification
1. On major adjustments confrm any grade cliange noted on Drawings is consistent
with f eld measurem�ents.
a. If not, coordinate with City to verify iinal grade before beginning adjus�nent.
3.4 ADJUSTMENT
A. Manholes, Inlets, and Miscellaneous Structures
1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with
30-inch frame and cover asseinbly per TCEQ requirement.
2. On manhole major adjustments, inlets and miscellaneous structures protect the
bottom using wood forms shaped to fit sa that no debris blocks the invert or the
inlet or outlet piping in during adjustments.
a. Do not use any more than a 2-piece bottom.
3. Use the least number of grade rings necessary to meet required grade.
a. �'or exa�np�e, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch
rings.
b. The maxirr�um height of adjustment shall be no mare than 12 inches for any
combination of grade rings. If 12 inches is required, Use 3�- 4 incka rings.
B. Valve Boxes
3. Utilize typical 3 piece adjustable valve box for adjusiing ta fnal grade as shown on
#he Drawings.
CITY OF FORT WORTH [Insert Projecf Name]
STANDARD CONS'I'Ri7CTION SPECIFICATION DbCUMEIQ"E'S [Insert Project Number]
Revised December 20, 20I2
330514-7
ADNSTING MANHOLrS, lNL8T5, VALVE 80XES, AND OTFTBTZ STRUCTURES TQ GRAD�
Page 7 oi 7
C. Backfill and Grading
1. Backf'ill area of excavation surraunding each adjustment in accordance to Section
33 05 10.
D. �'avement Repair
I. If required pavement repair is to be performed in accordance with Section 32 01 17
or Section 32 Oi 29.
3.5 REPAiIt 1 RE�TORATION [NOT US�D]
3.6 RC�INSTALLATION [NOT USED]
3.7 �'r�LD [ou] SITE QUALITY CONTROL �NOT USED�
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT U�ED]
3.10 CLEANING [NOT IISED]
3.11 CLOSEOUT ACTYVITIES �NOT USED]
3.12 PR�TECTION [NOT USED]
3.13 MAYNTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NA1V� STTMMARY OF CHANGE
1.2.A — Pay item added for a major manhote adjustment wl�ich reuses the existin�
fi-ame and cover and a majar adjustmcnt requiring a new frame and cover; Added
12/20/20] 2 D. Johnson items to be incIuded in price bids; Blue texi added for clarification for miscellaneous
structure adjustmen[s
3.4 — Pavement repair requiremcnts were added
9/20/2017 W. Norwood 3.43 Eliminate 24 ia�ch reguiremeni for maximum chimney height adjustment.
3.4.4.b Add rec�uirement for maximum height of grade rings to be 12 inches
ar 3-4 inch rings
C1TY OP FOR'f WORTH [Insert Project Name]
STAi�fDARD CONSTRUCT[�N SPECIPICAT[ON DOCUME�ITS [InsertProjectNumber]
Ttevised Aecember 2U, 2012
330517-1
COttfCItETE COLLARS
Page 1 af 3
SECTION 33 U5 17
CONCRET� GOLLARS
PART1- GENERAL
1.1 SUMMARY
A. Section Incl�des:
] . Concrete ColIars for Manholes
2. This Item is intended for use in asphalt streets and ��nimproved areas — not for use
in cor�crete streets.
B. Deviations from this City of Fort Vi�orth Standard Specification
1. None.
C. Related Specification Sections ir�clude 6ut are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract �'orms, and Conditions of the
Contract
2. Divisian 1— General Requirements
3. Section 03 30 DO — Cast-In-Place Concrete
4. Section 03 80 00 — Modifications to Existing Concrete Structures
5. Section 33 05 13 — Frame, Cover, and Grade Rings
1.2 PRICE AND PAYMENT PROC�DURE�
A. Measurement and Payment
I. Manhole
a. MeasLirement
l) Measurement far this Item sha11 b� per eac�.
b. Payment
i) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per eac� "Concrete Co11ar"
installed.
c. The price bid wiII include:
I ) Cancrete Collar
2) Excavation
3} �`orms
4) Reinfarcing steel (if required)
5) Concrete
6) Backiill
7) Pauement removal
8) Hauling
9) Disposal of excess material
1 p) Placement and compaction of backfl]
11) Ciean-up
T2) Additional pa�ern�nt around perimeter of concrete collar as required for
rim adjustment on existing manhole.
CITY O� FORT WORTH [Cnsert Project Name]
STANDARD CONSTRUC7'[ON SPECIFICATION DOCC1MEhITS [Insert Project Numher]
Revised December 20, 2012
33QS 17-2
CONCRET� GOLE.ARS
Page 2 of 3
1.3 RE�'ERENCES
A. Reference Standards
1. Re%rence standards cited in this S�ecifcation refer to the current reference
standard published at the time of the latest revrsian date logged at the end af this
Specification, unIess a date is specifically ciied.
2. ASTM International (ASTM):
a. D4258, Standard Practice for Surface Cleat�ing Concrete fflr Coating.
b. D4259, Standard Practice for Abrading Concrete.
1.4 ADMTNISTRATIVE REQUIREMENTS [NOT T7SED]
1.5 SUBM�TTALS [NOT USED]
�.G ACTION SUBMITTALS/�NFORMATIONAL SUBMITTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT USED]
19 QUALITY ASSURANCE [NOT USED]
1.10 DEL�VERY, STORAGE, AND HANDLING [NOT U�ED]
1.11 FIELD [SYT�] CONDITIONS [NOT USED]
1.12 WARI2.ANTY [NOT USED]
PART2- PRODUCTS
21 OWNER-FURNISHED �ou] OWNER-SUPPLIEDPRODUCTS �NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Materials
1. Concrete — Conform to Section 03 30 00.
2. Reinforcing S#eel — Conform ta Section 03 21 00.
3. Frame and Cover �- Confarm to Sectifln 33 OS ] 3.
4. Grade Ring -- Conform ta Section 33 OS 13.
�.3 ACCES50RIES jN�T USEDI
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUT�ON
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION
A. Evaluation and Assessmeni
1. Verify Iines and grades are in accordance to the Drawings.
CITY OF FORT WORTIi [Insert Praject Name]
STANDARD CONS'i'RUCTION SP]:CIFICA7'ION DOCUMEAITS [Insert Project iVumber]
Revised Becember 20, 2D l2
33QS 17-3
CONCRETE COLLAlt5
Page 3 oF3
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Final Rim Elevation
1. Install concreYe grade rings for height adj ustment.
a. Construct g�•ade ring on load bearing shaulder of manhole.
b. Use sealant between rings as shown on Drawings.
2. Set frame on top of manhole or grade rings using continuous water sealant.
3. Remove debris, stones and dirt to ensure a watertight seal.
4. Do not use steel shims, wood, stones or other unspeciiied material to obtain the
fnal surface elevation of the manhole frame.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-TNSTALLATION �NOT USED]
3.7 FIELD QUALITY C�NTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJOSTING [NOT USED]
3.10 CLEAN�NG [NOT USED]
3.11 CLOSEQUT ACTNITIES [NOT USED]
3.12 PROTECTYON [NOT USED]
3.13 MAYNTENANCE �NOT USED]
3.14 ATTACHMENTS [NOT U�ED]
END OF SECTION
Revisian Log
DATE NAME SZJMMARY OF' CHANGE
12/20/2012 �. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed.
CITY OF FORT WORTH [Inscrl Projecf Nainc]
S`I'ANDARD CONSIRUCTION SPECI� ICATI03+1 DOCUFVIE]VTS [Insert Project 3+ium6er]
Revised DecemUer 20, 20I2
33 OS 24 1
INSTALLAT101V OF CARKI�R PiPE 1N CAS1N{'x aR TUNNBL LINER PLATE
Page 1 of l6
1
2
SECTION 33 05 24
INSTALLATION O� CARRTER PIPE IN CA,SING OR TUNNEL LINER PLATE
3 PART1- GENERAL
4 11 SUMMARY
5 A. Section Includes:
6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner
7 plate at locations shown on the Drawings
S B. Deviations from this City of k'ort Worth Standard Specification
9 1. None.
10
11
12
13
14
15
C. Related Spccification Sections inciude, but are not necessarily lsmited to:
1. Division 0— Badding Requirements, Contract Forms, and Conditions of the
Contract
2. Divzsion 1— General Requirements
3. Section 33 01 30 — Sewer and Manho�e Test�ng
4. Section 33 11 13 - Concrete �'ressure Pipe, Bar-Wrapped, Steel Cylinder Type
lb 1.2 1'RICE AND PAYMENT PROCEDURES
17
18
19
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Installation of Sanitary Sewer Canier Pipe in Casing/Tunnel Liner Plate
a. Measurement
1} Measured horizontally along tI�e surface from centcrline to centerline of the
beginning of the casing/Iiner to the end pf the casing/liner
b. 1'ayment
1) The worlc perforrned and materials furnished in accordance with this Item
and measured as provided under "Measurement" sha11 be paid for at the
unit price bid per linear fooY for "Sewer Carrier Pipe" complete in place for:
�} �s
b) 3305.1004 Install Carricr Pipe in steel Casing Per Linear Faot
c. The price bid shalI include:
1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel
Liner Plate as speciiied by the Drawings
2} Mobilization
3} Grout
4) Casing Spacers
S) End seals
6) Excavatian
7) Hauling
8) Disposal of excess matez�iat
9) Clean-up
2. InstaIlation of Water Carrier Pipe in Casing/Tunnel Liner Flate
a. Measurerrzent
CI'I'Y OF FORT WORTH Commander Kd - Midfie[d Stage 2
STAIVDAAD CONSTRUCI'TON SPECIPTCATIp1V DOCUMEN'iS Ciry Project No. 101644
Revised June 19, 2013
33 OS 24 - 2
1NSTALLATTON OF CARRISR P1PS iN CASING OR TUMVEL I.iNER PLATL�
Page 2 of 10
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
16
l7
I8
I9
A. Definitions
20 l.3 REFERENCE,S
21
22
23
24
25
26
27
2$
29
30
31
3z
33
34
35
36
37
38
39
40
1) Measured horizo�tally along the surface from centerline to centerline of the
beginning of the casing/liner fo the end of th� casing/liner 1'ayment
b. Payinent
i) The woric performed and materials fu��ished in accordance wi�li this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per linear foot for "Water Carrier Pipe" complete in place for;
a) Various Sizes
c. The price bid shall include:
I) �'urnishing and instailing Water Main {Pipe} in Casing/Tunnel Linea� Plate
as speci�ed by thc Drawings
2) Mobilization
3} Grout
4} 7ointrestraint
5} Casing Spacers
6) End seals
7) Excavation
8) Hauling
9) Disposal of excess material
1 Q} Clean-up
1. Carricr Pipe: Permanent pipe for operational use that is used to convey flows
2. Casing: A steel pipe or tunnel liner installed by trenchless mekhods that supports the
ground and provides a stable underground excavation for installatian of the carrier
pipe
B. Reference Standards
1
2
a
4.
Reference standards cited in this Specification refer to the curirent reference
standard published at the time of the latest rcvision date logged at the end of this
Speci�fication, unless a date is specifically ciied.
American Society of Testing and Materials (ASTM)
a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens.
b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement
Mortars (Using 2-in or [50 mm] Cube Specimens}.
c. D638, Standard Test Method for Tensiie Propertics of Plastics.
Internatianal Organization for Standardization (ISO):
a. 9001, Quality Management Systems - Requirements.
Occupational Safety and Health Administration (OSHA}
a, OSHA Regulations and Standards for Underground Constxuction, 29 CFR Part
i926, Subpart S, Underground Construction and Subpart P, Excavation.
41 1.4 ADMTNISTRATIVE REQUIREMENTS [NOT USEDj
42 1.� SUBMITTALS
�+3 A. Submittals shall be in accordance v�rifh Section O1 33 00.
44 B. All submittals shall be appro�ed by the City prior to delivery.
CiTY OF FOR1' WORTH Commander Iid - Midfield Stagc 2
STANDARD CONSTRUCTION SPECIFICAT101� T?OCUMENi'$ City Project No. 101644
Revised June 19, 2013
33 05 2�F - 3
Ii�lSTALT,ATidN OF CA.RRIER PIPE IN CABING OR TUNNEL LINER PLA`T�.
Page 3 of 10
2
3
4
5
6
1.6 ACTION SUBMITTALS/INFORMATIONAL SIIBMiTTALS
A. Praduct Data
1. Casing Isolators/Spacers
a. Material Data
2. Grout Mix
a. Material Da�a
7 B. Shop Drawings
8 l. Required far 24-ineh and larger pipe installations
9 2. Submit Woric PIan describing the carrier pipe installation equipment, materials and
10 construction methods to be employed.
lI
I2
I3
14
15
lb
17
1$
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3$
39
40
4I
42
43
�44
45
46
47
�3
4.
5.
Casing Spacers/Isolaiors
a. Detail drawings and manufacturer's information for the casing isolators/spacers
that will be used.
1) Include dimension and component materials and documentation of
znanufacturer's ISO 9001:2000 certification.
b. Alternatives to casing spacers/tsolators may be allowed by the Ciry an a case-
by-case basis.
c. For consideration of alternate method, submit a detailed description of inethod
including details.
End seal or bulkhead designs and locations for casing/liners.
Annular Space [betwecn casing pipe and casing/tunnel liner plate} Grouting Worlc
Plan and Methods inclt�ding:
a. Grouting methods
b. Details of equipment
c. Grouting procedures and sequences including:
1) Injection meihods
2) injection pressures
3) Monztoring and recording equipment
4) Pressure gauge calibration data
5) Materials
d. Grout mix details including:
1) Proportians
2) Admixtures includin.g:
a) Manufacturer's literature
b) Laboratory test data verifying the strength o F the proposed grout mix
c) Proposed grouf densities
CI� VISCOS1iy
e) rnitial set time of grout
(I) Data for these requirements shall be derived from trial batches frozn
an approved testing laboratory.
e. Submit a minimurn of 3 ot�er similar projects where the proposed grout mix
design was used.
f. Sub�nii aniicipated volumes of grout to be puznped for each application and
reach grouted.
g. For pipe instalfations greater than 36-inches, without ho�d down jacics or a
restrained spacer, provide buoyax�t force calculations during grouting and
ineasures to prevent flotation.
C1TY O�' PORT WOKTH Co�nmander Rd - Midfield Stage 2
STANDAILD CONS'I'RUGTION Sl'ECII'ICATION DOCIEIMENTS City 1'eoject No. ] 01644
Revised 7une 19, 2013
330524-4
INSTAC,T,ATION aF CARRiLR PIPL ]N CASII�G OI2 TUNNEL LI]VER PLATE
Page 4 of 10
1 1} Calc�lations sealed by a licensed Engineer in the State of Texas.
2 h. Description of inethods and devices to pre�ent bucl�ling of catrier pipe during
3 grouting of annular space, if required
4 1.7 CLO�EOUT SUBMITTALS [NOT USEDJ
5 I.S MAINTENANCE MATERTAL �UBMITTALS [NOT USED]
6 1.9 QUALITY ASSURANCE
7
8
9
10
A. Certi�'icaiions
1. Casing isolator/spacer rr�anufacturer shall be c�rtified against the provisions of
iS0900I :2400.
1.10 DELYV�RY, STORAGE, AND HANDLING [NOT US�D]
11 1.11 FIELD [SITE] CONDITIONS [NOT U��D]
12 1.12 WARRANTY [NOT USED]
13 PART 2 - PRODUCTS
14 21 OWNER-FURNISHED [oR] OWNER-SUYPLIED�RODLICTS [NOT USED]
15
16
17
18
14
20
21
22
23
24
25
26
27
2.2 MATERIALS
A. Manufacturers
l. On1y the fnanufacturers as listed on the City's Standard Products List wilZ be
considered as shown in Section 01 60 00.
a. The manufacturer must comply with this Speciiicataon and related Sections.
2. Any product that is not listed on the Standard Products Lisi is considered a
substitution and shall be submitted in accordance with Sectzon Ol 25 00.
3. The Casing Spacers/IsoIators shall be new and the product of a manufacturer
regularly engaged in the manu�facturing of casing spacers/isolators.
B. Design Criteria and Materials
1. Carrier pipe sha11 be instaIled within the horizontal and vertical tolerances as
indicated in �ART 3 of this Specification, incarporating ail supportlinsulator
dimensioz�s re uired.
Diameter Specification
inches Material Reference
Water Line 6-I2 DIP Restrained 33 11 id
DIP (Restrained) 33 11 10
16-20 AWWA C303 Restrained 33 11 13
DIP (Restrained) 33 11 10
AWWA C3Q3 (Restrained} 33 11 13
24 and reater AWWA C301 Restrained 33 i 1 15
Sanetary DIP {with Ceramic Epoxy} 33 11 10
�ewer L'sne 8-16 PVC C900 DR14 33 31 20
DIP (with Ceramic Epo�y) 33 I 1 10
1$ and reaier �'iber iass 33 31 i 3
CITY OF PORT WORTFT Commander Rd - l+�idfield Stagc 2
S`1 AN]aARD CONS'TRUCTION SPECIFICAI'ION DOCUIvIENTS Ciry Project No. 101644
Revised lune 19, 2U13
33fl524-5
1NSTALLATION Or CARRIER P1PE 1N CASING OR TUNNEL L1NER PLATE
Page S of 10
1 2. Grout of anntxlar space
2 a. F'ar gravity sewer carrfer pipe installation:
3 1} �ill atl voids betwecn the can-ier pipe and the casing or liner with grout.
4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces
5 shall be in contact with the grout.
6 b. For water line installation:
7 1) No annular space fill will be used.
10
11
12
13
14
IS
I6
17
18
19
20
21
22
23
24
25
25
27
28
29
30
31
32
33
34
35
36
37
3. Grout Mixes
a. Low Density Cellular Grout (LDCC)
1) Annular space (between sewer carrier pipe and casing/liner) grout shall be
LDCC.
2} The LDCC sha1l be portland cement based grout mix with the addition of a
foaining agent designed for this applieation.
3) Develop 1 or more grout mixes designed to completely fill the annular
space based on the following requirements:
a} Provide adequate retardation to completely fill the annular space in 1
monolithic pour.
b) Provide less than 1 percent shrinkage by volume.
c) Compressive Strength
(1) Minimum strength of IO psi in 24 ho�rs, 300 psi in 28 days
d) Design �rout mix with the proper density and use proper methods to
prevent �oating of the carrier pipe.
e) Proportion grout to flow and to completely fill all voids between the
carrier pipe and the casing or liner.
4. End_Seals
a. Provide end seals at each end of ihe casing or liner to contain t�e grout backfill
or to close the casing/liner ends to prevent the inflow of water or soil.
I) For water piping less than 24-inch diarneter, use hard rubber seats, ModeI
PL Link Seal as manufactured by the ThunderIine Corporation or approved
equal.
2} For water piping 24-incf� diameter and greater, use pull-on, 1/8 inch thick,
synthetic rubher end seals, Model C, as manufactured by Pipeline Seal a�d
Tnsulator, Inc. or approved equal.
3) For sevver piping, no end seals are reqnired since the annular spaee between
the carrier pipe and the casing will be grauted.
b. Design end scals to withstand the anticipated soi� or grouting pressure and be
watertight to prevent groundvcrater from entering the casing.
38 5. Casing Spacers/Insulators
39 a. Provide casing spacers/insulators to support the carrier pipe during installation
4p and groufing {where grout is used}.
41 1} For concrete pressure pipe, mortar bands may be allowed in lieu of casing
42 spacers/isolators.
43 2) Mortar bands shall be an accordance with Section 33 11 13.
44 b. Casing Spacers/Isolaiors maierial and properties:
45 1) Shall be minimuxr► 14 gage
46 2) For water pipe, utilize Stainlcss Steel.
47 3) For sewer pipe, ufilize Coated Steel.
48 4) Suitable far snpporting weight of carrier pipe without de�ormation or
49 collapse du�•ing installation
CITY OF FQRT WORTH Commander Rd - Midfield Stage 2
STANDA1tD CONSTRUCTTpN SPBCIFICATIOAI DOCiIM ENTS City YinjecY No. ID1644
Revised 7une 19, 2Q13
33 OS 2A - 6
1N5TALLATION OF CARRIER P1P� 1N CASING OR TUNNEL LINER PLATE
Page 6 of 10
I
2
3
4
5
b
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
c. Provide restrained-style casing spacers io hold all pipes stable during grouting
opez-ations and prevent flaating or m.ovement.
d. Provide dieleciric strength suf�cient to electrically isolate each component
from one another and from the casing.
e. Design risers for appropniate loads, and, as a rr�inirr�um:
1) Provide I O gage steel risers
a) Provide stainless steel bands and risers for water installations.
f. Band material and eriteria
1) Provide polyvinyl chloride inner �iner with:
a) Minimum thicicness of 0.09 inches
b) Durometer "A" of 85-90 hardness
c) Minimum dielectric strength of 58,000 volts
g. Runner material and criteria
1} Provide pressure-�no�ded glass reinforced polymer or UHMW with:
a) Minimuzx� of 2�nc�es in width and a minimum of 11 inches in length.
2} Attach to the band or riscr with 3/8 inch minimum welded steel or stainless
steel studs.
3) Runner studs and nuts shall be recessed well below fhe wearing surface of
the runner
�) Fili recess with a corrosion inhibiting filler.
h. Riser height
1) Provicie sufficient height with aftached runner a11ow a minimum cIearance
of 2 inches between the outside of carrier pipe bells or couplings and ihe
inside oi the casing liner surface.
25 2.3 ACCESSORIES [NOT USED]
26 2.4 SOURCE QUALiTY CONTROL jNOT USED]
27 PART 3 - EXECUTYON
28 3.1 INSTALL�RS [NOT USED]
29 3.2 EXAMINATION [NOT USED]
30 3.3 PREPARATION [NOT USED�
31 3.4
32
33
34
35
36
37
38
39
40
41
42
TNSTALLATION
A. General
Carrier pipe installation shall not begin until the foIlowing tasks ha�e been
connpleted:
a. All required submittals have been prpvided, reviewed and accepted.
b. All casing/liner joints are watertight and no water is entering casing or liner
from any sources.
c. Al1 contact grouting is complete.
d. Casing/liner aIzgnment record drawings have been submitted and accepted by
City to docuinent deviations due to casing/liner installation.
e. Site safety representative has prepared a code of safe practices an�. an
emergency plan in accQrdance with applicable rec�uirements.
CITY OF FORT WORTH Com�nander Rd - Midfield Stage 2
STANDARD CONSTRUCTTdN SPECi�IGATIOIV DOCLTMENTS City Project 3�n. [ D 164a
Ttwiscd June 19, 2fl13
33OS24-7
1NSTALLATIOIV ON CARRIER PIPE II�! CASItVG 0121'UNNEI, LTNER PLATE
Page 7 of l0
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
�}3
�}4
45
46
47
2. The carrier pipe shall be installed within the casings or liners between the limits
indicated on the Drawings, to the specified lincs and grades and utilizing methods
which include due regard for safety of workers, adjacent structures and
improvements, utilities and the public.
B. Control of Line and Grade
1
2.
3.
4.
Install Carrier pipe inside the steel casing within the following tolerances:
a. Horizontal
1) t 2 inches from design line
b. Vertical
1) �J inch from design grade
Checic line and. grade set up prior to beginning canriez- pipe installation.
Perform survey chccks of line-and-grade of carrier pipe during installation
operatians.
The Conhactor is fully responsible for the acc�racy of the insta�Iation and the
correction of it, as required.
a. Where the camie�� pipe installation does not satisfy the specified tolerances,
cQrrect the installatFon, including if necessary, redesign of the pipe ar structures
at no additional cost to City.
C. Installation of Carrier Pipe
1. Pipe Installation
a. Remove all loose soil frozn casing or liner.
b. Grind smooth all rough welds at casing joints.
2. Installation of Casing Spacers
a. Pro�ide casing spacers, insulators or other approvec� devices to preWent
flotation, movement or damage to the pipe during installation and grout back�ll
placement.
b. Assemble and securely fasten casing spacers to the pipeline to be installed in
casings or tunnels.
c. Correctly assemble, evenly tighten and prevent damage during tightening af the
insulators and pipe insertion.
d. Install spacers in accordance vvith manufacturer's recommendations.
e. InstaIl carrier pipc so that there is na metallic cont�ct between the caaixier pipe
and t�e casing.
f Carrier pipe shall be installed without sliding or dragging it on the ground or in
the casing/liner in a manner that could darnage ihe pipe or coatings.
i) If guide rails are allowed, place cement mortar on both sides of the rails.
g. Coat the casing spacer ruz�ners with a non-corrosive/environmen�ally safe
lubricant to minimize friction when installing the ca�-rier pipe.
h. The car�er pipe s�all be elcctrically isolated from the carrier pipe and from the
casing.
z. Grade the bottom of the trench adjacent to each end of tk�e casing to provide a
fii�n, uniform and continuous support for the pipe. If the trench requires some
backfill to establish the �nal trench bottom grade, place the bacl�fill material in
6-inch lifts and compact each layer.
j. After the casin�g or tunnel liner has been placed, pump dry and maintain dry
until the casing spacers and end seaIs are installed.
3. Insulator Spacing
CITY dF FORT WORTH
STAItiDARD COIVSTRtJC1'ION SPHCIFICATION DOCUNfENTS
Revised lune 19, 2DI3
Commander Rd - Midfield Stage 2
CityProjectNo. ]0[644
33052�1-5
1NSTALLATION OP CARRIER P1PE TN CASING OR TI.INN�i L1NER PLA`t'L
Page 8 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
1�
15
16
�7
18
l9
a. Maximum distance between spacers is to be 6 feet.
b. For 18 and 2d foot long joints, install a minimurn of 4 spacers.
1) Install2 spacers within 1 foot on each side of the beIl or flange.
2) Remaining 2 spacers shall be spaced equally.
c. If t1�e casing or pipe is angled or bent, reduce the spacing.
d. The end spacer m�st be within 6 inches of t�e end of the casing pipe, regardless
of size of casing and pipe or type of spacer used.
e. Instali spacers on �'VC pipe af the insertion line to pz-event over-insertion of the
spigot into the bell.
A. After installation of the carrier pipe:
a. Mortar inside and outside of the joints, as applicable
b. Verify electrical discontinuity between the water carrier pipe and tunnel liner.
1} If continuity exisis, remedy the short, by al1 means necessary including
removing and reinstalling the carrier pipe, prior to applying celIular grout.
c. If hold down jacks or casing spacers are used, seal or plug the ends af the
casing.
d. If steei pipe is used and not welded prior to installation in casing/liner, vvelding
of pipe will only be allo�wed after grouting o�f annular space is complete.
D. Installation of End Seals
20 1. �'or Water Pipes
21 a. Grout end of casing/liner a miniznum of 6 inehes and a maxim�m of 12 inches.
22 b. Ylace pull-on synthetic rubber end seals on the pipe and pull over the end of the
23 casing. Securely fasten with stainless steel bands.
24 2. For Sewer Pipes
25 a. Grout annular space between carrier pipe and casing as indicated in this
26 �pecif cation.
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4I
42
43
44
45
46
A�7
E. Annular Space Grouting (For Sewer Only)
1. Prepaz�e pipe as necessary to prevent the pipe from floating during grouting
operation as necessary.
�. Mixing of Grout
a. Mix material in equipment of sufficient size to provide the desired az�.ount of
grout maierial for each stage in a single operation.
1) The equipment shall be capable of mixing the grout at the required dcnsities
for ihe approved procedure and shall be capable of changi�g the densities
as required by field conditions.
3. Bacicfill Annular Space with Grout
a. Prior fo fi�ling af the annular space, test the carrier pipe in accordance with
Section 33 O1 30.
b. Verify the maximum allowable press�re with the carrier pipe rrzanu�acturer and
do not exceed this pressure.
c. After the installation of the carrier pipe, the remaining space (all voids) between
the casing/liner and the carrier shall be filled witla LDCC grout.
1) All surfaces of the exterior carrier pipe wall and casing/liner interior shaIl
be in contact with the grout.
2) Grout shall be pumped tbrough a pipe or hose.
3} Use grout pipes, or oiher appropriate materials, to avoid damage to carrier
pipe during grouting.
CITY OP FORT W Ol2TH Commander Rd - Midfield Stage 2
STANDAKD CONSTRUCTION Sl'LCIPICATipN DOCUMENTS Ci[y Prajcct No. 101644
Revised 7une 19, 2013
330524-9
1NSTALLATION OF CARRIi'R PTPE IN CASING OR TUN]VEI, T.l]VER PLATE
Page 9 of 10
1
2
3
4
5
6
7
8
9
10
11
4
5.
6.
Injection of LDCC Grout
a. Grout injection pressure shall not e�ceed the carrier pipe �anufactur�r's
approved recommez�dations or 5 psi (whichever is lower).
b. Pumping equipment shall be of a size sufficient to iz�ject grout at a volume,
velocity and pressure compaYible with the sizc/volume of the annular space.
c. Once groutix�g operations begin, grouting shall proceed uninferrupted, unless
grouting procedures rec�uire xnultiple stages.
d. Gz-out placements shall not bc termznated until the estimated annular volurr�e of
grout has been injected.
Blocic the carrier pipe dt�ring grouCing to prevent flofation during grout installation.
1'rotect and preserve the iz�terior surfaces of the casing from damage.
12 3.5 REPAIR / RESTORATION [NOT USED]
13 3.6 TtC-INSTALLATION [NOT USED]
I4 3.7 FIELD [oxJ SITE QUALITY CONTROL
l5 A. Reports and Records required for pipe installations greater than 48�inches and longer
16 than 350 feet
17 1. Maintain and submit daily logs of grouting operations.
18 a. 7nclude:
19 I} Grouting locations
20 2} Pressures
21 3} Volurnes
22 4) Grout mix pumped
23 5) Tzrae ofpumping
24 2. Note any problems or unusual observations on logs.
25 B. Grout Strength Tests
26 1. City will perform testing for 24-hour and 28-day compressive strength tests for the
27 cylinder molds ar grout cubes abtained during grouting operations.
28 2. City will perform field sampling during annular space grouting.
29 a. City will collect at least 1 set of 4 cylinder inolds or grout cubes for eac�a 1 QO
30 cubic yards of grout injected but �oi less than 1 set for each grouting shift.
31 3�. City wiIt perform 24-hour and 28-day compresszve strength tests per ASTM
32 C39 (cylindrical specimens) or ASTM Cld9 (cube specimens}.
33 c. Remaining samples shall be tested as directed by City.
34
35
3b
37
38
39
4p
41
42
43
C. S afety
1. The Contractor is responsible for safety on the job site.
a. Perform all Work in accordance vvith the current applicable regulations of the
Fec€eral, Staie and local agencies.
b. In the event of conflict, comply with the more restrictive applicable
requirement.
2. No gasoIine powered equipment sha116e pez-�x�itted in jacking shafts and receiving
sha�ts/pits.
a. Diescl, electrical, hydraulic and air powered equipment is acceptable, subject to
applicable local, State and Federal regulations.
CiTY OP FORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTi27JCTION SPECLFICATIOAI DOCUtvIEt�lTS City Project No. 161644
Revised June 19, 2013
33D524-10
1NSTALLATION OF CARRIFR PIPE 1N CASiNG OR TUNI�l�.L T.IN�R PLATE
Page ] 0 of 10
1
2
3
4
5
b
7
S
9
10
11
12
13
14
IS
I6
17
4
�
6.
3. Meihods af construction shall be such as to ensure the safeiy oi the Worlc,
Contractor's and other employees on site and the public.
�'urnish and operate a texnporary ventilation system in accordance with applicable
safety requirements when personnel are underground.
a. Ferform all required air and gas monitoring.
b. Ventalation system shall provide a sufficient supply of fresh air and maintain an
atmosphere frec of toxic or fl�innable gasses in a11 underground work areas.
Perfoz� all Work in accordance with all current applicable regulations and ,sa£ety
requi�ements of the federal, state and local agencies.
a. Comply with all applicable provisions of OSHA 29 CFR Part 192b, Subpart S,
Underground Constructzon and Subpart P, Excavations.
b. �n the event of conflict, comply with the more stringent requirennents.
If personnel will enter the pipe during construction, the Contractor shall devclop an
e�nergency response plan for rescuing personnei trapped underground in a shaft
excavation or pipe.
a. Keep on�site all equipment required for emergency response in accordancc with
the agency having jurisdiction
1 S 3.8 SYSTEM STARTUP [NOT USED]
19 3.9 ADJUSTYNG [NOT USED]
20 3.10 CLEANING [NOT USEDj
21 3.11 CLOSEOUT ACTIVIT�ES [NOT USED]
22 3.12 PROTECTION [NOT USED]
23 3.13 MAINTENANCE [NOT USED]
24 3.1.4 ATTACHMENTS �NOT USED]
25
26
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. 7ohnson 2.2.B.1 — ModiFed minimum water line diameter fi•om &-inchcs to b-Enches
Added Blue Tcxt for c3arification
1.1.0 — Added Concrete Pressure Pipe Specification re%rence.
b/19/2013 17. 7ohnsan 2.2.5.5 — Added pravisions for moriar bands on concrete pressure pipe.
3.4.C3 -- Revisetf ianguage related to spacing of casing spacers to correspond to the
City's Sta�dard Detaii.
27
CLTY OI' FORT WORTH Commander ltd - Midfield Stage 2
STANDARD CON�'I'RUCTION SI'L�CI�ICATION DOCUMEhIT,S Ciry �roject No. I Ol G44
Revised Junc 19, 2013
s3os2s-i
UTILITY MARKERSILOCATOTt5
Page 1 of 4
�ECTION 33 OS 26
UTILITY M�i2KERS/LOCATOR�
PART1� GENERAL
1.1 SUNIIVIARY
A. �ection Incfudes:
1. Buried and su�face utility markers for utiiity construction
B. Deviations fiom this City af Fort Wortn 5tandard Specificatia�
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Di�zsion 0— Bidding Requirements, Contract �'orms, and Canditions of the
Contract
2. Division 1— Gcneral Requirements
].2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measurement for tYus Item wili be by lump sutn.
2. Payinent
a. The work performed and materials f�trnished i� accordance with this Item will
be paid f.or at the Iump sum pzice bid for "Utility Markers".
3. The price bid shall incIude: Pay Item: Utility MArkerslLocaters Per
a. Furnishing and instalIing Utility Markers as spccitied hy the Drawings �ump Sum
b. Mobilzzation
c. Pavemen# removal
d. Excavation
e. Hauling
£ Disposal oi excess materlal
g. Furnishing, placement and compaction of backiill
h. Clean-up
1.3 RETERENCES
A. Re�erence Standards
I. Reference standards cited in ihis Speci£'icatian refer to fhe current reference
sfandard published at the time of t.�e latest revision date logged at the end of this
Speci�catioii, unless a date is specifically cited.
2. American Public Works Association (AWPA):
a. Uniform Color Code.
l .4 ADMINISTRATIVE REQUTREMENTS [NOT USED]
l.5 SUBMITTALS
A. Sub�r�titals shall be in accordance with Section p] 33 00.
CiTY OF FORT WDRTH Commander 12d — Midfield Stage 2
STANDARD CONSTkC7CTION SPEC1FfCATiON DOCUMENTS City ProjectNo. 101b44
Revised December 20, 2012
33 �5 2G - 2
UTiLITY IVfARKERSlLOCATORS
Page 2 of 4
B. All submitlals shall be approved by the Ciiy priar to delivery.
1.6 ACTION SUSMITTALS/INFO1tMATIONAL SUB11uTTALS
A. Product Data
1. B�ried Macker
2. Surface Marker
1.7 CLOSEOUT SUgMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTAL,S (NOT USED]
1.9 QUALYTY ASSURANCE [NOT L]SED]
110 DEL�VERY, STORAGE, AND HANDLING [NOT USED]
X.l 1 FYELD [SITE] CONDITIONS [NOT USED]
� 12 WARRANTY [NOT USED]
PART 2 - FRODUCTS
2.1 OWNER-FiIRNISHED [ox] OWNER�SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Manufact��rers
1. OnIy the manu�actLuers as listed on the City's Standard Products List will be
considered as shown in Seckion 01 60 04.
a. The 3rzaanufacturer must comply with this Speci�caiic�n and related Sections.
2. Any product that is not listed on the Standard �'roducts List is considered a
substitution and shall be suhmitted in accordance vwith Section O l 25 00.
3. Prpvide new Utility Markers/Locators from a manufacturer regularly engaged in the
manufacturing of Utility Markers/Locators.
B. Materials
Buried Markers (Detectab�e Warning Tape)
a. Provide detectable warning tape as follows:
1) S.0 mil o�erall thic�Cness
2) Width — 3 inch minimum
3) Weight — 27.5 pounds per inch pez 1,000 square feet
4) Triple Layer with:
a} Minimum thickness 0.35 mi3s solid a�tuninum foil cncased zn a
protective inertplastic jacket
{1} IDO percent virgin low density polyethyl�ne
(2} Iinpervious to all knoum aIkalis, acids, cheinzcal reagents and
solvents within soil
(3) Aluminum foil visible to both sides
S} Lacatable by conductive and znduct�ve methods
6) Printing encased to avozd ink rub-off
7) Color and Leg�nds
a) Potable water iines
C1TY OP PORT WORTT� Commander Rd — Midtield Stage 2
STANDARD CONS1itUCTION SPECTFICATION DOCUMENTS Cily Project No. 301644
Revised Dacember 20, 2012
330526-3
CJTILITY MARKERS/LOCATORS
Page 3 of A
{ 1) Color — Blue (in accordance with APWA Uniforrn Color Code)
{2} Legend — Caution Patable Water Line Below (repeated every 24
inches)
b) Reclaimed water Iines
(1} Color --- Purple (in accordance with APWA Uni%rm Color Code}
(2) Legend -- Caution Reclaimed Water Line Be1ow {repeated evexy 24
inches)
c) Sewer �,ine
(1) Color— Green (in accordance with APWA Uniform Color Code)
(2) Legend — Caution Sewer Line Below (xepeated every 24 inches}
2. Surface Markers
a. Provide as follows:
1) 4-inch diameter, 6�feet rninimum length, polyethylene posts, or equal
2) White posts with colored, ultr'aviolet resistant domes as follows:
a) Water Lines
{ 1} Color — Blue (in accordance with APWA Uniform Colar Code)
(2} Legend — Caution Potable Water Line Below
b) Reclaimed water lines
(1) Color — Purple (in accordance with APWA Uniform Color Code}
(2) Legend -- Cauiion Reclaimed Water Line Below
c) Sewer lines
(1) Color--Gzeen {in accordanc� with E1PWA Unifar� Color Code)
(2) Legend --- Caution Sevvcr Line Below
2.3 ACC�SSORIES �NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT U�ED]
PART 3 � EXECUTI�N
3.1 INSTALLERS �NOT USED]
3.2 EXAMINATXON [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Buried Markers {Detectable Warning Tape)
Install in accordance with manufacturer's recommendations below natural ground
surface and direcfly above the utility for which it is marking.
a. A1Zovv 18 inches minimum between utility and marker.
b. Bu�y to a depth oi 3 feet or as close to the g-rade as is practical for optiinuin
protectio�i and detectabiliry.
B. Surface Markers
T. Bury a minimuin of 2 feet deep, with a�ninunum of 4 feet above gr�und
2. The warning s�gn for all surFace markers sha11 be 21 inches (not including post cap}.
3. Whera possible, place surface markers near fixed objects.
4. Place Suxface Markers at the following locations:
CI�'Y OF NORT WORTH Commander Rd — Mid�eld Stage 2
STANDARI] CONSTRUCTTOTI SP�CiFiCATION DOCUMENTS CiEy Praject No. ]01644
Revised December 20, 2012
33 �5 26 - 4
UTILTTY MARKERSlLOCATORS
Pagc A of A
a. Buried Features
1) Place directly a6ove a buried feature.
b. AUove�Ground Features
1) 1'lace a maximum of 2 feet away from an above-ground feature.
c. Water lines 16-inches and larger
1) Each right-of-way line (or end of casing pipe} for:
a) Highway c�ossings
b) Railraad crossings
2) Uiility crossings such as:
a) High pressure or large diameter �as lines
b) Fiber opiic lines
c) Underground electric transmission lines
d} Or other Iocations show�a on the Drawings, or directed by the City
d. Surface markers not required for I 2-inch and smaller water lines
e. For sanitary sewe�� lines:
1) In undcveloped areas, place marker maximiim of 2 feet away from an
above�graund feature such as a manhole or combinatian air valve r�auIf.
2) Place at 500-foot intervals along the pipeline.
3.5 REPAIR / RESTORAT�ON [NOT USED]
3.6 RE-INSTALLAT�ON [NOT USED]
3.7 FIELD [oa] SITE QUALITY CONTROL �NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.1Q CLEANING [NOT USED]
3.1.1 CLOSEOUT ACTIVITIES [NOT USED�
3.12 PROTECTION [NOT USED]
313 MAINTENANCE [NOT US�D]
314 ATTACHM�NTS [NOT USED]
END OF SECT�ON
Revision Log
DATE NAME SUMMARY Dr CHANGE
12/20/2Q12 D. Johnson Removed references to Utility Marker Balls thz�oughout.
CITY OF FORT WORTH Commander �2d — Midfield Stage 2
S"CAIVT�ARD CONSTRUCTiON SPECIFICATION DOCUME3�ITS City Project No. 101644
Revised T7ecember 20, 2D12
33D530-]
LOCATEON OF EXISTiNG UTiI��T1E5
Page 1 of 4
,SECTION 33 QS 30
LOCATION OF EXISTING UTILITIES
PART1- GEN�RAL
1.1 SUMMAI2Y
A. Section IncIudes:
1. Locating and verifying the location and elevation of the existing underground
uiilities that may conflict vtrith a faciIity proposed for constr�ction by use of:
a. Exploratory Excavation
b. Vacuut�a �xcavation
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections anclude, but are noY necessarily limited to:
1. Division 0— Bidding Requirements, Contract rorins, and Conditions of the
Contract
2. Division 1— General Requireinents
3. Section 33 05 10 — Utility Trench Excavatio�, Embedment and Backiill
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Exploratory Excavation of Existing U�ilities
a. Measurement
1) Measurc�aaent for this Item shall be per each cxcavation performed as
identz�ed in the Dra�vings, or as directed.
b. Payment
1) The work performed and materials fiimished in accordance with this Item
and measured as provided under "Measurernent" will be paid for at ihe unit
price bid per each "Exploz-atory Excavation for Existing Utilities" specified.
c. The price bid shall include: pPy ltem: 3305.0103 �xploratory ExcaWation for Existing
l) Grad� survey Utiiitics Per Each
2) Pavement re�noval
3} Excavation
4} Utility Location
5) Haulin�
b) Disposal of excess matez-ial
7) F�,�rnishing, placing and compaction of embedment
8) Furnishing, plaeing and carnpaction of backfill
9) CTean-up
10} Surface resYoration
2. Vacuu�xa Excavation of Existing Utilities
a. Measurement
1) Measurement for this Tte�n shall be per each excavation performed as
identified in the Drawings, or as directed.
b. Payment
CITY OP T'ORT WORTH Commaader Rd — Midfield Stage 2
STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. ] 01644
Revised Aecember 20, 2072
330530-2
LOCATION OF EXISTiA]G UTILTTIES
Pagc 2 of 4
1} The work perfonr►ed and materials furnished in accordance with this Item
and measuz-ed as provided under "Measureinent" will be paid for at the unit
price bid per eacl� "Vacut�m Excavation" specified.
c. The p�-ice bid shall include:
1) Grade si�rvey
2) Pavement remaval
3) Vacuu�n Excavation
4) Utility Location
5) Hauling
6) Disposal of excess rnateria�
7) Furnishing, placing and compaction of embednient
8) Furnishing, placing and compaction of backfill
9} Clean-up
10) Surface restoration
1.3 REFERENCES
A. Definitions
1. Exploratary Excavation: Previously called "D-Hole" wifhin the City, a method
used to locate existing underground utiIity as shown on the plans through t�ae use of
standard excavation equip�nenf.
2. Vacuuzn� Excavation: Method used to Iocate existing undergxound utility as shown
on the plans thraugh the use of geophysical prospecting equipment such as vacuum
excavation.
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at thc time af the Iatest revision datc logged at the end of this
Specification, unless a date is specifically cited.
2. Annerican Snciety of CiviI Engineers (ASCE)
a. ASC� Pub�ieation CUASCE 38 {Standard Guideline Eor the Collection and
Depiction oi Existing Subsurface Utility Daia)
1.A� ADMIN�STRATIVE REQUIREMENTS
A. Coardination
1. Coordinate with City Inspector at least 48 hours prior to corrunencing on siie for
Exploratoz-y Excavation of Existing LJtilities.
2. Coorclir�ate Iocation of a12 other existing utiliiies withzn vicinity of excavaiion prior
to cornmencing Exploratory Excavation.
3. Coordinate staking of Exploratory Excavaiions with City at least 1 week prior to
comrnencement.
B. Sequencing
1. Exploratory Excavations shall be conducted prior to the construction oi the entire
proj ect.
C. Schedu�ing
1. For critical utrlity locations, the City may choose io be �resent during excavation.
2. AIter schedule for Exploratoiy Excavation of E�isting Uiilities to accainmodate
City personneI.
CITY OF FORT WORTH Commander Rd— Midfeld 5tage 2
STANT3ART� CO�'3TRUCTIQN SPL�CII<ICATION DOCEIM�,NTS City Project No. ]0]644
Reviscd December 20, 2012
33053D-3
T,OCATION OF EXISTING UTILITFES
Page 3 of 4
I.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMiTTAL�/�NFOI2MATIONAL SUBMITTAL,S �NOT USED]
1.7 CLOSEOUT SUBMITI'ALS
A. Report of Utility Location
1. Horizontal IocatiQn of utiiity as surveyed
2. Vertical elevation of utility as surveyed
a. Top of utility
b. Spring line of litility
c. Existing ground
3. Material type, diameter and description of tl�e condition of existing utility
1.8 MAINT�NANCE MATER�AL SUBMITTALS �NOT USED]
L9 QUALITY ASSUR.ANCE [NOT USEDj
1.10 DELXVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARR.ANTY [NOT U�ED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION
A. Verification of Conditions
1. Verify location of existing utilities in accordance with the General Requirements,
the General Notes arad ihe Dravvings.
3.3 PREP�RATION
A. Coordinate with City Survey, if applicable.
3.4 IN�TALLATION
A. Exploratory �xcavation
1. Verify location of existing utiIity at location denoted on the Drawings, or as
directed by the City.
a. Expose utility to sprin� line, as necessary.
b. Excavate and Backfill Trench for the �xploratory Excavation in accorda�ce
with Section 33 OS 10.
B. Vacuum Excavatiot�
1. Verify location of existing utility at �ocation denoted on the Drawings, or as
directed by the City.
CITY OF FORT WOT2TH Commandcr Rd— Midficld Stagc 2
STANDAKD COI��STRUCTION SPECCFICATTON DpCilMENTS City Yraject No. ] 016a4
l2evised Deccmher 20, 2012
33053D-4
LOCATIQN OT EXISTING UTILITIES
Page A of 4
2. Designate the horizontal position of the existin� underground utilities that are to be
located using geophysical prospecting equipment.
a. Acquire recard docLunentation from and coordinate with utility companies, as
necessary to locate uiility.
3. Perf�rm excavation in general accordance 'with the recornmended pracCices and
px•ocedures described in ASCE Publication CIIASCE 38.
C. Upan completion of the utility locatzng, submit a report of the findings.
D. If location of utility is in conflict with the Drawings, notify the City Pz'oject Manager
for appropriate design modifications.
E. Place embedment and backf'ill in accordance with Section 33 OS 10.
F. Once necessary da�a is obtained, iirunediateIy restare surface to existing conditions to:
1. Obtain a sa�e and proper driving si�rface, if applicable
2. Ensure the safety of the general public
3. The satisfaction af the City
3.5 REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED�
3.'� 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 CLO�EOUT ACTIVIT�ES [NOT US�D]
3.12 PROTECTION [NOT USED]
3.13 MAiNTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY QF CHANGE
Title- Exploratory Excavation of Utilities changed to Locatfo� of Exisfing Utilities
I,2 — Added Measurement of Payment for Vacuum Excavation
i 2/20/2012 D. lohnson
I .3 — Added Definitions
3.4 —Addcd requirements for Vacuum Excavttfion
CiTY OF FORT WORTH Commander Rd — Midfield 5tage 2
STANI7ARD CQNSTRUCTION SPECIFICATIQN 170CCIMENTS City i'raject No. 1D1544
Revised T]eceinber 20, 2012
331105-1
BOLTS, NUTS, AND GASK�TS
Page 1 of 7
SECTION 33 11 OS
BOLTS, NUTS, AND GASKETS
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. All nuts, bolts and gaskets associated with pressurized water uiility lin�s including:
a. T-Bolis and Nuts
b. Flange Bo�ts and Nuts
c. Threaded Rods
d. Push-on Gaskets
e. Mechanical Joint Gaskets
f. Flange Gaskets
g. Flange Isolation Kits
h. Petrolatum Tape Sysieans
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. ReIated Specification Sectians include, but are not necessarily limited to:
I. Division 0— Bidding Requirements, Contract Fprms, and Conditions of the
Contract
2. Division T— General Requirements
3. Section 33 04 l0 — Joint Bonding and Electrica.l Isolation
4. Section 33 11 10 -- Ductile Tron Pipe
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Hydrocarbon Resistant Gaskets
a. Measurement
1) Measurement for this Item shall be by lu�np sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Ite�n shall be paid for at the lump sum price bid for ali "Hydrocarbo�
Resista�nt Gaskets".
2. All Other Items
a. Measurement
1} The Items in this Section are considered subsidiary to the Item being
installed.
b. Payment
l) The work perforrned and materials furnished in accordance with �his Item
are subsidiary to the unit price bid for the Item being installed and no othez-
compensation will be alIowed.
C1TY OF �ORT 1�Oi2TH [Insert Project Name]
STANAAIZD CONSTRUCTION SPECIPiCATION [aOCUMEN'fS [Insert Yroject IVumber]
k2evised Deccm6er 20, 2012
33 11 05 - 2
SOLTS, N[I"I'S, AND GASICE"E'S
Pege 2 of 7
Z.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the curreni reference standard
published ai the time of'the latest revision date logged at tha et�d of this
specification, unless a date is specifical�y cited.
2. American Tron and Steel Institute {AISI).
3. Amer�can Society of Mechanical Engineers (ASME):
a. PCC-1-2012 Guidelines for Pressure Boundary Bolted FIange Joint Assembly.
4. American Saciety of Testing and Materials (ASTM):
a. A193, Standard Specification for Alloy-Steel and Stainless Steel BoIting for
High Temperature or High Pressure Service and Other Special Purpose
Applications.
b. A194, Standard Specification for Carbon and Al�oy Steel Nuts for Bolts for
High Press�are or High Temperature Service, or Both.
c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural
S#ee�
d. B 117, Salt Spray Testing
e. F436, Standard Speci�cation for IIarc�ened Steel VVashers
5. American Water Works Association (AWWA):
a. C111/A21.11, Rubber-Gasket Joints for Ducti�e-Iron Pressure Pipe and
Fittings.
b. C207, SteeI Pipe Flanges for Waterworks Service — Sizes 4 In. Through ]�4 In.
(100 mm Thro«gh 3,600 mm).
c. C600, InstaIlation of Ductile-Irqn Mains and Their Appurtenances.
d. Ml 1, Steel Pipe.
e. M41, Ductile-Iran Pipe and Fittings.
6. Fastener Quality Act (FQA)
a. Public La�w 106-3� (P.L. 106-34}
7. NS�' International {NSF}:
a. 61, Drinking Water System Components - Health Effects.
S. Society for Protective Coating (SSPC) Surface Preparation 5tandards (SP):
a. SP2, Hand Tool Cleanang
b. SP3, Power Tooi Cleaning
1.4 ADMINISTRATIV� REQU�REMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals sha11 be in accordance with Section O 1 33 �0.
B. All submittals shall be approved by the City prior to delivery and/or fabrication for
specials.
1.6 ACT�ON SUBMITTALS / INFORMATIONAL SUBMITTALS
A. Product Data
1. Bolts and nuts for mechanical and or flange joints
2. Gaskets
B. Certificates
CITY OF FORT WORTH [�nserf Project Name]
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMEN"�'S [Insert Project Number]
Revised December 20, 2012
331105-3
BOLT3, NUTS, AND GASKETS
. Page 3 of 7
L Furnish an affidauit certifying that alI fasteners, excluding T-Bolts, shall conform to
the Fastener Qual�iy Act (FQA) (�'.L. i06-34).
2. Furnish an af�idavit certifying that the XyIan Coating is manufact«red by Whitford
Corporation, or a Whitford Corporation certified Applicator.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTAL,S [NOT US�D]
1.9 QUALITY A�SURANCE
A. Qualifications
1. Manufacturers
a. Fastener manuiacturing operations (bolts, nuts, gaskets and coatings) shall be
perfarrr�ed �mder the contro] af the manufacturer,
b. All gas�eis shall meet or exceed the latest revisions NS�' 61 and shall meet or
exceed the require�nents of this Specif cation.
B. Preconstruction Testing
1. The City may, at its own cost, subject random fi�ings for destructive testing by an
independent laboratory for cpmpliance with this Specification.
a. The compliance test shall be perfarrr�ed in the United States.
b. Any visible defects or failure to meet the quality standards herein will be
grounds for rejecting the entire order.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Secure and maintain a location to stare the material in accordance with Section O 1
66 d0.
1.11 FIELD [SITE] CONDITIONS [N�T USED]
1.12 WAHRANTY jNOT USED]
PART 2 - PRODT7CTS
2.1 OWNER-FURNISHED [o�] OWNER-SUPPLIED PRODUCT� �NOT USED]
2.2 EQUIPMENT, PR�DUCT TYP�S AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City's Sta.ndard Products List will be
considered as shown in Section O1 b0 00.
a. The manufacturer znust comply with this Specification and related Sections.
2. Any product that is not listed on the Standard ProducCs List is conszder�d a
substitution and shall be submitted in accordance with Seciion O1 25 00.
B. Regulatory Requirements
1. All fasteners, excluding T-Boits, shali conform to the Fastener Quality Act {FQA)
(P.L. 106-34). All fasteners shall meet the marking requirements set forth by this
Act.
CITY OF FpRT WORTH [Cnsert Project Name]
STAIJllAI2D CONSTRUC'CION SPECIFICATIOt�I DOCLIMENTS [Insert Project Num6er�
Revised December 2D, 2a12
33 11 05-4
BOLTS, NUTS, AND GA5KET5
Page 4 of 7
C. T-Bolts and Nu#s
1. Standaxd Xylan Coated 'T'-bolt and Nut
a. High strengtl�, corrosion-resistant, low-carhon weathering steel in accordance
with AWWA/ANSI Cl 11/A21, i 1 and ASTM A242
b. Xylan Caating in accordance with this Section
2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut
a. Stainless Steel T-bolt and Nut in accordance with AISI 304.
b. Coat nut with XyIan in accordance vvith this Section.
D. �'lange Bolts and Nuts
Stainless SteeI Bolt and Xylan Coated Nut
a. Meet req��irements of AW WA C207
b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide
solutron treated)
c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 3DA Stainless Steel
Washers
1) Coat nut wiih Xylan in accordance with this Section.
E. Threaded RQds
1. Meet requirements of AWWA C207
2. Rods: ASTM A193, Grade B8, C�ass 1{AISI 304 Stainless Steel, carbide soIution
treated)
3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel
Washers
a. Coat nut with Xylan in accordance with this Section.
F. Push-on Gaskets
I. Conforming to the physical and mar�Cing requirements specifi�d in ANSI/AWWA
C1111A21.11.
2. AIl gaskets shall meet or exceed the latest revisions NSk' 61.
3. Rubber gaskefs shall be made of vulcanized styrene butadiene rubber SBR, unless
otherwise specified in Drawings.
4. Gaskets shall be free from porous areas, fareign material and other de%cts that
make Chem unfit for intended use.
5. Gaskets shall be the size and shape required to provide an adequaie compressive
force against the plain end and socket after assembly to affect a positive seal under
all cambinations of joint and gasket tolerances.
G. Mechanical Joint Gasicets
1. Conforming to the physical and marking requirements specified in ANSI/AWWA
C1il/A2L11.
2. Alt gaskets shall meet or exceed the latest revisions NSF 61.
3. Rubber gaskeis shall be made of vulcanized styrene butadiene rubber SBR, unless
otherwise spacified in Drawings.
4. Gaskets shall be free from parous areas, foreign material and ather defects that
make them unfit for intended use.
H. Flange Gaskets
1. Class E Flanges
CITY OF FORT WORTI I [Tnsert Project Name]
STAhIDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS [Insert Project Number]
Revised December 20, 2612
33 11 DS - 5
BO1�TS, NUTS, AND GASKETS
Page 5 of 7
a. Full face
b. Manufactured true to shape from minimum 80 d�arometez' SBR rubber stock of a
thickness not ]ess than 1/8 inch
c. Virgin stock
d. Conforming to the physical and test requiraments specified in AW WA/ANSI
C11llA21.11
e. All gaskets shall meet or exceed the latest revisians NSF 61.
f. �'inished gaskets shall have holes punched hy the manufacturer and shall match
the flange pattern in every respect.
g. Frayed cui edges are not acceptable.
h. Field cut sheet gaskets are not acceptable.
I. Hydrocarbon Resistant Gaskets
1. Furnish Viton� (Fluorocarbon) Rubber, hydrocarbqn resista.nt gaskets, when
required.
J. Flange Tsolation Kits
1. Flanges vwhich are required by the Drawings to be Isolation Flanges shalI conform
to Section 33 OA 10.
2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to
bolt head with no grip to ensure sleeves ft properly.
K. Petrolatum Tape System
1. Feirolatui�► Tape 1'rimer: Denso Paste, or approved ec�ual
2. Mo]dmg and Filler mastic: Densyl Mastic, or approved equal
3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal
L. Xylan Coating
a. Coat nuts and bolts with a ceramic-filled, baked on fluorocarbon resin, when
required.
b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to
the coating rnanufacturer's recommended thickness by a certified applicator.
c. Coating shalI be of Xylan as manufactured by Whitford Carppratian and
applied by Whitford Corporation or Whitford Corporation Recommended
Coater.
d. Coating shall be free from holidays and defects.
e. Coating thickness shaU beiween 0.0007-inches and 0.00 i 2-inches and sha11 be
such that the nut iurns freely on the bolt.
f. Coating shall conform to the performance requirements of ASTM B 117, "Salt
Spray Test" and shall include, if required, a certificate of conformance.
2.3 ACCESSORI�S [NOT USEDj
2.4 SOURCE QUALITY C�NTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMYNATION [NOT USED]
CITY OF FORT WORTII [Insert �roject Name]
5i'AIdDAIiD CONSTRUCTION SPECIFICATION DOC�[JMENTS [Insert Project Num6er]
Revised December 2Q 2012
331105-6
BOLT'S, NUTS, AND GASKETS
Page 6 of 7
3.3 PREPARATiON [NOT USED]
3.4 INSTALLATION
A. Mechanical Joints
1. Asseinbla mechanical joints in accordance with ANSI/AWWA Cl 11/A21.11
Appendix A, AWWA C600 and AWWA Manual M41.
2. Use Standard XyIan Coated'f-bolts and Nuts.
a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be
used when specif�cally reqE�ired in the Drawings.
B. �'langed Joints
1. Install in accordance witl� ASME PCC-1-2012.
2. Use Stainless Steel Bolts and Xylan Coated Nuts.
3. Wrap all bu��ied steel flanges for A W WA C200, C30I or C3Q3 pipe with
Petrolatum Tape System.
a. Tf only 1 flange in a joint is steel {AWWA C200, C30i, or C303), petrolatum
tape wrapping will be required.
b. If a joint is made between two ductile iron flanges, the joint should be
polyethytene encased m accordance with Section 33 11 1Q.
4. Flange bolts are nornnally spaced evenly around the flanga.
5. During assembly, tighten nuts gradually and equally u,sing a tl�ree-pass method in
accordance with ASME PCC-1-2012.
a. For the frst pass, tighten the nuts to 50 percent at diametrically opposite sides
to prevent misalignment and to ez�sure that all bolts carry eq«al loads.
b. ror the second pass, tighten the nuts to 1Q0 percent again in a diametrically
opposite pattern.
c. Allow a minimum of 1 hour to pass to provide time for settlement beiween
bolts and nuts and gasket relaxation.
d. Complete the third pass by checking each bolt in a clockwise paYYern. Each nut
should be tightened until it will no Ionger turn. This step compensates for
elastic interaction and brings all bolts into pariiy.
6. The threads of the bolts should protrude a minimum of'/�-inch from the nuts.
C. Flanged Joints with Isolation Kit
�. �'lange Isolation Kits shall be installed in accardance with Section 33 a4 1Q.
2. City wilI verify Isolation in accordance with Section 33 04 10.
D. Threaded Rod
1. Instali as part of joint harness assembly in accordance with AWWA Manual M11.
2. Space rods evenly around the pipe.
3. During assembly, tighten nuts �radually and equally using a three-pass method in
accordance with ASMB PCGI-2012.
a. For the f rst pass, tighten the nuts to 50 percent at diametrically opposite sides
to prevent misalignment and to ensure that a11 bolts carry equal loads.
b. For the second pass, tighten the nuts to 100 percent again in a diametrically
opposite pattern.
�. The threads of the bolts shouId protrude a minimum of'/2-inch from the nuts.
CiTY OF FORT WORTIi [Inseri Projecf Name]
STAhID11ILD CONSTRUCTION SPECIP[CAT[ON DOCUMENTS jlnsert Project Numberj
Revised 17ecember 20, 2�12
331105-7
BOL'1'S, NUTS, AAID GASKETS
Page 7 of 7
5. Wrap joint harness assemhly �vith Petrolatum Tape System.
E. Petrolatum Tape System
1. Surfaces shouId be free from dirt, loose rust, scale or flaking coatings.
a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3.
1) High pressure wash of 3,000 to 7,000 psi is aiso suitable.
b. Surfaces may be damp but shall not have droplets or continuo�s �lm of water.
2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by s�iff
brush, gloved hand or rag at normal ambient temperatures.
3. By hand application, apply Molding and Filler Mastic to a rounded configuration to
iill irregular shapes and reduce sharp-edged surt'aces.
4. Spirally wrap Al! Prxrpose Petrolatum Tape with a minimum overlap of 1 inch.
a. For severely corrosive en�ironments, an overlap of 55 percent is recommended.
b. �'ress air pockets out and smooth afl Iap seanr►s.
5. For additional �nechanical proteciion, overwrap may be applied to inerease impact
strength and electrical resistance.
3.5 REPAIR / RESTORATION [NOT iTSED]
3.b RE-INSTALLATION [NOT USED]
3.7 F� I�LD (oR] SITE QUALITY CONTROL [NOT US�D]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJLTSTING [NOT USED]
310 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIV�TIES [NOT USED]
3.12 PROT�CTION INOT USED]
3.13 MAINT�NANCE [NOT U�ED]
3.14 ATTACHMENTS [NOT USED]
END OP SECTYON
Revision Log
DATE NAME SUMMAAY OF CHANG�
CITY OI' PORT WOIZTH [Insert Project Name]
STAtVDARD CONSTRUCTION SPCCIFTCA"1'TON DOCUMENTS [Inscrt Projccf Number]
ltevised December 20, 2012
331] 11-1
DUCTIL� TRON FITTINGS
Page 1 af 14
I
2
3 PART I - GEN�RAi�
4 1.1 SUMMARY
SECTION 33 11 11
DUCTILE IRON FITTINGS
5 A. Section Includes:
6 I. Ductile Iron Fittings 3-inch through 64-ine� far potable water, wastewater, and
7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chlaride (PVC} �'ipe
8 2. All znechar�ical joint fittings shall be mechanically restrained usiz�g restrained
9 wedge type retainer glands.
10 B. Deviatians from this City of Fort Worth Standard Speci�cation
11 1. None.
12
13
f4
15
lb
17
18
i9
ao
2I
22 L2
23
24
25
26
27
2$
24
�a
31
32
33
34
35
36
37
38
39
40
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Farms, and Condifions of the
Contract
2. Division 1— General Requirements
3. Section 03 30 00 -- Cast-in-Place Concrete
4. Section 31 23 16 — Unclassified Excavation
5. Section 33 O�F 1 Q— Joint Bondin� and Electxical Isolation
6. Section 33 04 �40 — Cleaning and Acceptance `�'esting of Water Marns
7. Section 33 05 10 — Utility Trench Excavation, Embedment and Bacl�fill
8. Section 33 11 OS -- Bolts, Nuts, and Gaskets
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Ductzle Iron Water �'ittings wi�h Restraint
a. Measurement
1} Shall be per ton of fittings supplied
2} Fittings weights are t.he sum o�the various types of fittings multiplicd by
the weight per fitting as listed in AWWA/ANSI C 153/A21.53.
3) The fitting weights listed in AWWA/ANSI C11Q/A21.10 are only allowed
for specials where an AWWA/ANSI C�53/A21.53 is not available, or if t�e
Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings.
4) If the Contractor chooses to supply AWWA/ANSI C110/A21.1Q (full
body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53
(compact) Ductile Iron Fittings at his con�enience, then the weight shall be
measured in accordance with AWWAIANSI C153/A21.53.
b. Payment
1) The wQrk performed and materials furnished in accordance with this Item
and measured as provided �nder "Measurement" will be paid for at the unit
price bid per ton of "Ductile lron Water Fittings with Restraint".
a} 331L0001 Ductile Iron Fittings w/ Restraint — per ton
C1T1' OP rORT WpRTH Commander Rd -]v[id�cld Slagc 2
STAI�lDARD CON51'RUCTIDN SPECIFICATION llOCUMENTS City Project No. ] 01644
E2evised December 20, 2fl12
333111-2
DUCTIL� IRON FiTT1NGS
Page 2 of 14
1 c. The price bid shall include:
2 1} �'urnishing and installing Ductile Iron Water Fittings as speci�ed by the
3 Drawings
4 2} Polyethylene encasexnent
5 3} Lining
6 4} Pavement removal
7 5) Excavation
8 6) Rocic Excavaiion
9 7) Hauling
I O 8) Disposal of excess material
11 9) Furnishing and installing bolis, nuts, and restrainfs
12 1 d) Furnishing, placement and campaction of embedment
13 11) Furnishing, placemenC and compaction of backfill
14 I2) Trench watcr stops
15 I3) Clean-up
16 14) Cleaning
17 15) Disinfection
1 S 16) Testing
19
20
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
■ _
,., _
_ .. �
. .. � . .
_ . .. . - -
„ _ � . .
� _ � , �
a �
■ - -
�. .
� �
�
a�t��a�e�-a., .;,�oa . ,,,�� «n,r,,.,�,,,-o.,.,orf» , .;u_�,a �.,.:,a � � „� �H� , .,.+
.�1 f�sTl„ f'1 T,-., C F.:��1n�S��
�Ff68��spC�' �Bti-v�vcr^ccixC--srvrrrr�Pw`Tr'v'"rF s .
E .
�� � t,- ,t :H�+�ii;,,.. n,,..+.r�,... �cxr„a,,,-�,tt;.,n„ µ� o,.;f;oa y-...,-t,�
,^,t..,t..��.,....y .y...
�13�5
� �.. , r,,.,.��
31 U..1, otl,t.ia �, ��
�7
� �
� b„ .,+ .. .,,
6} �
� �
41 r�•� .,� „�,. .,ro �t
a7
Ol G ..L,: „� , o+.�ll� .+ 1...1�„ „+n �u ivo�iu. i��
�� a � � �
„� �,.,.�;�,�:.,,� �.i.,,,�,M,,..� .,...� „ ,.+;,,,, ,.Fow,►.oaw,o,,,-
�
� �
� ��
� ��
CITY OF FORT 140RTH Commander Rd - Midfield Stage 2
STANDAI2D CONSTRUCTiON Sl'ECIT�ICATION DOCUMENTS City Praject No. 10 i 644
Revised Dccember 20, 2012
331111-3
DUCTII,�. TRON FIT'I'11VCrS
Page 3 of 14
1
2
� �G�161�
��
3 1.3 REFERENCES
4
5
G
7
8
9
10
11
I2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
40
41
42
43
�44
�5
A. Definitions
1. Gland or Follower Gland
a. Non-restrained, mechanical joint fitting
2. Retainer G1and
a. Mechanically restrained mechanical j oint fitting, consisting of multiple
grippin� wedges incorporated into a foIlower gland meeting the applicable
requirezxAents ofAN�I/AWWA C1101A21.10.
B. Re£erence Standards
1. Reference standards cited in this Specifcation refer to the current reference
standard published at the time of the latest revision date iogged at thc end of this
Specification, unless a date is specifically cited.
2. American Society of Mechanical Engineers {ASME):
a. B16.1, Gray Irorz Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250).
3. ASTM �nteznational {ASTM):
a. A193, Standard Specification for Alloy-�teel and Stainless Steel Bolting for
High Temperature or High Pressure Service and Other Special Purpose
Applications
b. A194, Specifcation for Carbon and AIloy Steel Nuts fdr Bolts for High
Pressure or High Temperature Service, or Both
c. A242, �tandard Specification far High-Strengfh Low-Ailoy Structural Steel.
d. A67�, Standard Practice for Polyefhylene Encasement for Ductile Iron Pipe for
Water or Other Liquids.
e. B 117, Standard Practice for Operating Salt Spray {Fog} Apparatus.
4. American Water Works Association (AWWA}:
a. C203, Coal-Tar Protectivc Coatings and Linings fpr Steel Water 1'ipelines -
Enamel and Tape - Hot Applied.
b. C600, Installatzon of Ductile-Tron Water Mains and tY�eir Appurtenances.
c. M41, Ductile-Iron �'ipe and Fittings.
5. American Water WorZ�s Association/American National Standards Institute
(AW WA/ANS7):
a. C1d4/A21.4, Ce�nent—Mortar Lining for Ductile-Iron Pipc and Fittings.
b. C1d5/A21.5, Polyethylene Encaserrient for Ductile-Iron Pipe Systezns.
c. CI 10/A21.10, Ductile-Iron and Gray-Iron Fittings.
d. C111/A21.11, Rubbez�-Gaslcet Joints for Ductile-Iron Pressure Pipe and Fittings.
e. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron
Threaded Flanges.
f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water.
g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service.
6. NS� Tnternational (NSF):
a. 61, Drinking Water System Components - Healih Ef£ects.
7. Society for Protective Coatings (SSPC}:
a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages.
CITY OF FORT WORTH Coinmander Rd - Midfield 5tage 2
STANDARD CONSTRUCT10A7 SYLCIPICAT�QiV DpCU�rIBNTS City Project No. 1D1644
Revised December 20, 2012
3311 ll-4
DUCTILE IROI+1 FLT"F1NGS
Page 4 of 94
1 1.�F ADMINISTRATIVE REQLIIREMENTS [NOT US�D]
2 1.5 SUBMITTALS
3 A. Submittals shall be in accordance with Section O1 33 00.
4 B. All submittals shall be approved by thc City prior to delivery ancl/or fabrication for
5 specials.
6 1.6 ACTION SUBMITTALS I INTORMATIONAL �UBMITTALS
7
8
9
10
11
12
13
14
15
I6
17
1S
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4i
�}2
43
44
A. Produci Data
1. Ductile Iron �ittings
a, Pressure class
b. Interior lining
c. .ioint types
2. Polyethylene encasement and tape
a. Planned method of installation
b. Whethcr ihe �Im is linear lor�v density or high density cross linlced polyeihylene
c. The ikaicIcness of the film provided
3. The i�teriar lining, if if is other than cement mortar Iiz�ing in accordance with
AWWA/ANSI C104/A21.4
a. Material
b. Application recommez�dations
c. Field touch-up procedures
4. Thrust Restraint
a. Retainex glands
b. Thrust harnesses
c. Any other rrieans
5. Gaslcets
a. Provide Gaskets in accordaz�ce with Section 33 11 05.
6. Isolation Flanges
a. Flanges required by the drawings to be Isolation Flanges sha1l conform to
Section 33 04 10.
7. Bolts and Nuts
a. Mechanical Joints
1) Provide bolts and nuts in accordance with Seciion 33 11 O5.
b. Flanged Ends
1} Meet requirements of AWWA C115.
a) Frovide bolts and nuts in accordance with Section 33 11 05.
8. Flange Coatings
a. Connections to Steel Flanges
i) Buz�ied connections with Steel Flanges shall be caated with a Petrolatum
Tape Sysfem in accordance with Seciion 33 11 a5.
B. Certi�cates
1. The manufacturer sh�ll furnish an affidavit certifying that all Ductile Iron Fittings
meet the provisions of this Section and meet the requircments of AWWA/ANSI
C110/A21.10 or AWWA/ANST C153/A21.53.
2. Furnish a certificate stating that buried bolts and nuts conform to A�TM B117.
CITY OF FORT WOR'FH Commander Rd - Midfie[d Stage 2
STANDARD CONSTRUCTTp�i SPECIFICATIOAi DOCUtvISNTS Cily Projcct No. 1 Q1644
Revised December 20, 2012
33 11 11 - 5
DUCTTI.�, IR031 PITT[NGS
Page 5 of 14
1 1..7 CLOSEOUT SUBMITTALS IN4T USED]
2 1.8 MAiNTENANCE MAT�RIAL SUBMYTTALS [NOT USED]
3 1.9 QUALITY ASSURANCE
4 A. Qualifications
5 1. Manufacturers
6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be
7 performed under the control of the �nanufacturer.
8 h. Ductile Iron Fittings shall be xnanufactured in accordance with AWWA/ANSi
9 C 110/A2110 or AWWA/ANSI C 153/A21.53.
1Q 1) Perforin quaiity contral tests and maintain the results as ouilined in these
11 standards to assure compliance.
12
13
14
15
l6
�7
IS
19
20
2i
22
23
2�
B. Preconstructio� Testing
1. The City may, at its own cost, subject random fitiings for destructive testing by an
independent laboratory for eompliance with this Speci�cation.
a. The compliance test shall be performed in the United States.
b. Any visiblc defects or failure to meet the quality standards hcrein will be
grounds for rejecting the entire order.
I.IQ DELIVERY, STORAG�, AND HANDLYNG
A. Storage and Handling Requirements
1. Store and handle in accordance with the guidelines as stated in AWWA M4i.
2. Secure and maintain a location to store the material in accordance with Section O1
66 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARR.ANTY [NOT USED]
25 PART 2 - 1'RODUCTS
2b �.I OWN�R-FURNISHED [on� OWNER-SUPPLY�D PRODUCTS [NOT USEDj
27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
2$
29
30
31
32
33
34
35
36
37
38
39
�40
A. Manufacturers
1. Only the manufacturers as iisted on the City's Standard Products List wiIl be
considered as shown in Section O1 60 00.
a. The �nanufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accardance vvith Section 01 25 OQ.
B. Ductile Iron Fittings
1. Ductilc Iron k'ztiings shall be in accordance with AWWA/ANSI C11Q/A21.10,
AWWA/ANSI C153/A21.53.
2. All �ttzngs far potable vvater service shall meet the requirerrients of NSF 6J .
3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of
the pipe which the fitting is connected, unless speci�cally indicated in the
Drawings.
C['I'Y OF FORT WORTH Commander Rd -1Vfidfield Stxge 2
STANDARD CONSTRIJCTION SP�CIF[CATION DOCUME]VTS Ciry Project Ivo. f 01644
Revised December 20, 2012
331111-6
DUCTILE IROI�! FITTINGS
Page 6 of lA
1 4. Fittings Marlungs
2 a. Meet the minimum requirements of AW WA/AN SI C 151/A21.5 i.
3 b. Minimum markings sball include:
4 1) "DI" or "Ductile" cast or metal stamped on each iitting
5 2) Applicable AWWA/ANSI standard for that the iitting
6 3) Pressurc rating
7 4) Number of degrees for all bends
8 5) Nominal diamcter of the openings
9 6) Year and country �tting was cast
10 7) Manufacturer's maxl�
11
12
13
14
l5
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
A6
47
48
5. Joints
a. Mechanical .�oints with mechanical restraint
1) Camply with AWWA/ANSI C111/A21.11 and applicable parts of
ANSUAWWA C110/A21.10.
2) The retainer gland shall have the following working pressure ratings bascd
on size and type of pipe:
a) Duciile Iron Pipe
(1} 3-inch — 16-inch, 350 psi
(2} 18-inch — 48-inch, 250 psi
b} PVC C900 and C9Q5
{1) 3-inch— 12-inch, 305psi
{2) I4-inch — 16-inch, 235psi
(3) 18-inch — 20-inch, 200psi
(4) 24-inch — 30 —inch I65psi
c) Ratings are for water pressure and must include a minimum sa�ety
factor of 2 to 1 in all sizes
3) Retainer glands shall have specific designs for Ductile Iron and PVC and ii
shpuid be easy to differentiate between the 2.
4) Gland body, wedges and wedge actuating componenis shall be casi from
grade 65-45-12 ductile iron material i� accordance with ASTM A536.
5) Mechanical joint restraint shall require conventional tools and installation
procedures per AWWA C600, while retaining fuli mechanical joint
deflection during assembly as well as allow�ng joint deflection after
assembIy.
6) Proper actuation of the gripping vvedges shall be ensured with torque
lirniting twist off nuts.
7} A minimurn of 6 wedges shall bc required for 8 inch diam.eter PVC pipe.
b. Push-On, Restrained 7oints
1) Restraining Push-on joints by zneans of a special gaslcet
a} Only tho,se products that are listed in O1 60 00
b) The working pressure rafing of the restrained gaslcet must exceed #he
test pressure of the pipe Iine to be installed.
c) Approved for use of restraining Ductile Iron Pipe in casing with a
carrier pipe of �-inches to 12-inches
d) Otherwise only approved if specially listed on the drawings
2} Push-on Restrained Joint bell and spigot
a) Only those products list in ihe staz�dard produets list wiIl be allowed �or
the size listed in the standard prpducts Iist per Section O1 60 00
CITY OF FORT WORTIT Commande�-Rd - Midfield Stage 2
STANDARI] CONS'FRUCTION SPECIFICA`i'ION DOCUM�NTS City Project No. 101644
Revised December 2�, 2012
3311I1-7
DUCTILE [ROI+I �iTT1NCrS
Page 7 of l4
1
2
3
4
S
6
7
S
9
10
11
12
b} Pressure rating shall exceed the worl�ing and test pressure of the pipe
line
c. Flanged 7oints
1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125
2) Flange bolt circles and bolt holes shall match tho,se of ASME B 16.1, Class
125.
3) I'ield fabricated flanges are prohibited.
6. Gaslcets
a. Provide Gaskets in accordance with Section 33 1 I O5.
7. Isoiation Flanges
a. Flanges required by the drawings to be Isolation Flanges shall conform to
Section 33 04 J 0.
13 8. Bolts and Nuts
14 a. Mechanical Joints
15 1) Provide bolts and nuts in accordance with Sectaon 33 1 I 05.
lb b. Flanged Ends
17 1) Meetrequirements ofAWWA Cl I5.
18 a) �'rovide bolts and nuts in accordance vrith Section 33 1 I O5.
19 9. �lange Coatings
20 a. Connections to Steel Flanges
21 1} Buried connections wikh Steel Flanges sha11 be caated with a Petrolatum
22 Tape System in accordance with Section 33 11 OS.
23 I0. Ductile Tron Fitting Exterior Coatings
24 a. AIl Ductile Iron Fittings shall have an asphaltac coating, minimum of 1 mil
25 thick, on the exterior, unless othez-wise specified in the Contract Documents.
26 11. Polyethylene Encasement
27 a. All buried Ductile lron �'ittings shall be polyethylene encased.
28 b. Only manufacturers listed in the City's Standard Products List as shown in
29 Section 01 b0 00 wil� be considered acceptahle.
30 c. Use only virgin polyethylene material.
3 i d. Encasement for buried fittings shall be 8 miI lineax low density (L�,D}
32 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high dcnsity
33 cross-laminated (HDCI,) polyethylene encasement conforming to confonning
34 to AWWA/ANSI C105/A21.5 and ASTM Ab7A�.
35 e. Marking: At a minirnum of every 2 feet along its length, the mark �he
36 polyet.�ylene £'iIm with the following infonnation:
37 1) Manufacturer's name ar trademark
38 2) Year of manufacturer
39 3) AWWA/ANSI C105/A21.5
40 4} Minimum film thacl�ness and anaterial type
41 5) Applicable range of nominal diatneter sizcs
42 6) Warning — Conrosion Protection — Repair Any Damage
43 f. Spccial Markings/Colors
44 1) Reclaimed Wafer, perform one of the following:
45 a) �.abel polyethylene encasement with "RECLAIMED WAT�R",
46 b) 1'rovide purple polyethylene in accorda�ce with the American Public
47 Worlcs Association Uniform Color Code; or
C1TY QF FORT WORTH Commander Rd - Midfield Stage 2
STANI7ARI} CO�T3TRUCTION SI'L�CIF[CATION DOCUMENTS Cily Project No. 30E644
Reviscd Decemher 20, 2d12
3311 11-8
DUCTIL� IRdN F1TTiNG5
Page 8 of 14
1 c) Attach purple reclaimed water marker tape to the polyethylene w�rap.
2 2} Wastewater, perform one of the following:
3 a) Label polyethylene encasemenf with "WASTEWATER";
4 b) Provide green polyethylene in accorda�ce with the Aznerican Public
5 Worlcs Association Unifonn Color Code; or
6 c) AtGach green sanitary sewer marker tape to the polyethylene wrap.
7 g. Minim�tn widths
8 Polycthylene Tube and Shect Sizes for Push-On .�oint Fittings
Nominal rittings Diameter Min. Width — Flat Tube Min. Width — Sheei
(inches) (inches) (inches)
3 14 2$
4 14 28
b I6 32
8 20 40
IO 24 4$
12 27 54
14 30 60
16 34 68
18 37 74
20 41 82
24 54 108
30 67 134
36 81 162
42 81 162
48 95 190
54 108 216
60 108 216
64 12� 242
9 12. Ductile Iron Fittings Interior Lining
10 a. Ceinent Mortar Lining
1 I 1) Ductile Iron Fittings far potable vvater shall have a ce�nent mortar lining in
12 accordatice wrth AWWAIANSI C104/A21.4 and be acceptable according to
I3 NSF 61.
14
15
lb
17
18
19
20
21
22
23
b. Ceramic Epoxy or Epoxy Linings
1) Ductile Iron Fittings for use in wastewater applications shall be lined with
a Ceramic Epoxy or Epoxy lining as designated in khe Standard Products
List as shown in Section O1 60 00.
2} Apply lining at a minimum of 40 �niis DFT
3} Due to t%e tolerances inr�oir�ed, the gasket area and spigot end up to b
inches bacic from the end of the spigot end must be coated with 6 mils
nominal, 10 mils maximum using a Joint Compound as supplied by the
manufacturer.
a} Apply the joint compound by brush to ensure coverage.
CITY QP FpRT WOR'PH Commander Rd - Midfield Stage 2
STA�IDARD COIVSTRUCTiON SPECIFICATION DOCUM�NTS City Project Na. 101644
Revised December 2fl, 2012
33E111-9
DUCTILE IRON F1TTINGS
1'age 9 of ] 4
1
2
3
4
S
6
7
8
9
10
11
I2
13
14
15
16
17
A)
5)
6}
'7)
8)
b) Care should be taken Ehat the joint campound is smooth without excess
buildup in the gasket seat or on the spigot ends.
c) Coat the gasket seat and spigot ends a$er the application of the lining.
Surface preparation shall be in accordance with the manufacturer's
recommendations.
Check thickx�ess using a magnetic film thickness gauge in accordance with
the method outlined in SSPC PA 2.
Test the interior lining of all fittings for pinholes with a non�destructive
2,500 volt test.
a) Repair any defects prior to shipment.
Mark each fitting with the date of application of the lining system along
with its numerical sequence of application on that date and records
maintained by the applicator of his vvork.
For all Ductile Iron Fittings in wastewater service where the iitting has
been cut, coat the exposed surface with the touch-up material as
recornmended by the manufact�u-er.
a) The touch-up material and the lining shaIl be o�the same manufacturer.
18 2.3 ACCES54RYES [NOT USEDj
19 2.4 SDURC� QUALITY CONTROL [NOT USED]
20 PART 3 - �XECUTION
2] 31 INSTALLERS [NOT USED]
22 3.2 EXAMiNATION [NOT USED]
23 3.3 PREPARATION [NOT USED]
24 3.4 INSTALLATI0IY
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4�
41
42
A. General
1. Install fittings, specials and appurtenances as speci�ed herein, as speci�ed in
AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's
recommend�tions.
2. Lay fittings to the lanes and grades as indicated in the Drawings.
3. Excavate and bacicfill trenches in accordance with 33 OS 10.
4. Embed Ductile Tron Fittings in accordance with 33 OS 10.
B. 7oint Malcing
1. Mechanical Joints with required mechanical restraint
a. All mechanical joints require mechanical restraint.
b. Bolt the retaaner gland into compression against fhe gasket, with the bolts
tightened down evenly then cross torqued in accordance with AWWA C600.
c. Overstressing of bolts to compensafe for poor installation practice will not be
permitted.
2. Push-on.loints (restrained)
a. All push-on joints shall be restrained push-on type.
b. Tnstall Push-on joints as defned in AWWAJANSI C111/A21.11.
c. Wipe clean the gasket seat inside ihe bell of all extraneous mat[er.
C1TY Or FQRT WORTH Commander Rd - Midfie[d Stage 2
STANDARf� CONSTRUCTIQN SPEC1FiCATION DOCLTMENTS City Ptoject No. 101644
Revised December 20, 2012
33 11 11- 10
3�UCTILE IRQN Rl'T'fI�TGS
1'age ]0 of 14
1 d. Place the gasket in the beIl in the position prescribed by the manufacturer.
2 e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of thc
3 gaslcet and the outside of the spigot prior to entering the spigot into the bell.
4 f. When using a fieid cut plain end piece of pipe, re�nished the field cui and scarf
5 to conform to AWWA M-41.
6 3. �'langcd Joints
7 a. Use erection bolts and drift pins to make flanged cannections.
8 1) Do not use undue fqrce or resfra�nt on the ends of ihe fittings.
9 2) Apply even and uniform pressure to the gaskct.
10 b. Thc fitting must be free to move in any direction while bolting.
11 1) Install fiangc bolfs with all bolt heads faced i� I direction.
12 4. Joint Deflection
13 a. Deflect the pipe only when necessary to avoid obstructions or to meet the Iines
14 and grades and shown in the Dz-awings.
15 b. The deflection of each joint must be in accordance with AW WA C600 Tab1e 3.
16 c. TI�e maximum deflection allowed is 50 percent of that inclicated in AWWA
17
I8
19
20
C60Q.
d. The m anufacturer's recommendation rnay be used with ilae approva� of the
Engineer.
C. Polyeihylene �neasemcnt Installation
21 J . Preparation
22 a. Remove all lumps of clay, mud, cinders, ete., on fittings surface prior to
23 installation of polyethylene encasement.
24 1} Frevent soil or embedment material from becoming trapped between
25 fiitings and polyethylene.
26 b. �it polyethyienc film to contour of fittings to affect a snug, bui npt tight encase
27 with minimum space between polyethylene and fittings.
28 1) Provide sufficient slack in contouring to prevent stretching polyethyl�ne
29 where it bridges irregular surfaces such as bell-spigot interfaces, boIted
30 joints or fittings, and to prevent damage to poIyethylene due to backfilling
31 operations.
32 2) Secure overlaps and ends vvith adhesive tape and hold.
33 c. For installations below water table ancUor in areas subject to iic�al actions, seal
34 both ends of polyethylene tube with adhesive tape at joint overlap.
35 2. Tubular Type (Method A)
36 a. Cut polyefhylene tube to length approxiznately 2 feet longer than �ttings
37 section.
38 b. Slip hxbe around fittings, centering it to provide 1 foot overlap on each adjacent
39 pipe section and bunching it accordion-fashion lengthwise until it clears fittings
40 ends.
41
42
43
��
45
46
c. Lower fittings into trench with preceding section of pipe.
d. Make shal�ovc+ bell hole at joints to facilitate installation of polyethylene iube.
e. A$er assembling fittings malce overlap of polyethylene tube, pull bunched
polyeihylene from preceding lengtka of pipe, slip it over end of the �tting and
wrap until it overlaps joint at end of preceding length of pipe.
f Secure averlap in place.
CITY OF FORT WOI2Tfi Commander Kd -1Vlidfietd Stage 2
STANDA1tD CONSTRUCTiON SPECTFICATIOId DpCUMBNTS Ciry Projcct i�Ta. 1 UI 644
Revised December 20, 2612
33I111-11
DUCTILB lliON I'1'TTINGS
Page I 1 of 14
1 g. Talce up slack width at top of fifting to malce a snug, but not tight, fit along
2 barrel of ftting, securing fold at quarter points.
3 h. Repair cuts, tears, punctures or other damage to polyethylene.
4 i. Proceed with insfallation of next fitting in sazx�e m�er.
5 3. `I'ubular Type (Mefhod B)
6 a. Cut polyefhylene tube to length approxsmately 1 foot shorter than fitting
7 section.
8 b. Slip tube around fittin.g, centering it to provide 6 inches of bare fitting at each
9 end.
14 c. Take up slack width at top of fitting to malce a snug, but not tight, �t along
11 barrel of iztiing, seeuring fold at quarter points; secure ends.
12 d. Before malcing up joint, slip 3-foot length of polyethylene tube over cnd of
13 proceeding pipe section, bunching it accordion-fashion lengthwise.
14 e. Afier completing joint, pull 3-foot lcngth ofpolyethylene over joint,
i 5 averlapping polyethylene previously installed on each adjacent section of pipe
16 by at least 1 foot; mal�e each end snug and secure.
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4. Sheet Type
a. Cut polyeihylene sheet to a length approximately 2 feeE longer than piece
section.
b. Center length to provide 1-foot overlap on each iitting, bunching it until it
ciears the fitting ends.
c. Wrap polyethylene around fitting so that it circumferentially overlaps top
quadrant of fitting.
d. Secure cut edge of polyethylene s�eet at rntervals of approximately 3 feet.
e. Lower wrapped fittang intp trench with preceding section of pipe.
f. Make shallow bell hole at j oinYs to faeilitate installation of polyethylene.
g. After completing joint, make overlap and secure ends.
h. Repair cuts, tears, punctures or other damage to polyethylene.
i. Pz-oceed with installation of fittings an same manx�er.
5. Pipe-Shaped Appurtenances
a. Cover bends, reducers, offsets, and other pipe-s�aped appurtenances with
polyethylene in same rnanner as pipe and fittings.
6. Odd-Shaped Appurtenances
a. When it is noi practical to wrap valves, tees, crosses and other odd-shaped
pieces in tube, wrap with flat sheet ar split length polyethylene tube by pa,ssing
,sheet under appurtenances and bringing it up around body.
b. Make seams by bringing edges together, folding over twice and taping down.
c. Tape polyethylene securely in place at the valve stem and at any other
penetrations.
7. Repairs
41 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape
42 ar with short length of poly�thylene sheet or cut open tube, wrapped around
43 fitting to cover damaged area, and secure in place.
44 S. �penings in Encasement
45 a. 1'rovide openings for branches, sez-vice taps, blow-offs, air valves and similar
46 appurtenances by mal�ing an X-shaped cut in polyet�ylene and tcmporarily
47 folding back fi1m.
CITY OF FORT WORTFI Commander Rd - Mid6eld Stage 2
STANT7ARD CONSTR�lC'I'iON SP�CI��CATIOIV DOCTJMLNTS City iraject No. ID1644
Revised December 20, 2012
33 11 11 - E2
BUCTILE IRON FITT]NGS
Page 12 of l4
1
2
3
4
S
6
7
8
9
10
11
b. After appurtenance is installed, tape slack securely to appurtenance and repair
cut, as weIl as other damaged area in polyethylene with tape.
c. Service faps may also be made directly through polyekhylene, with any
res�lting damaged areas being repaired as described above.
9. Junctions between Wrapped and Unwrapped Fitiings
a. Where polyethylene�wrapped fitting joins an adjacent pipe that is not wrapped,
extend polyethyle�e wrap to co�ver adjacent pipe for distance oi at least 3 feet.
b. Secuxe end with circumferential turns of tape.
c. Wrap service lines of dissimilar metals with polyethylene or suitablc dielectric
tape for minimu�n clear distance of 3 feet away from cast or Ductiie Iron
Fittings.
12 D. Blocking
13 I. Install concrete blocking in accordance with Section 03 3Q 00 for all bends, tees,
I4 crosses and plugs in the pipe lines as indicated in the Drawings.
15 2. Place the co�crete blocicing so as to rest against firm undisturbed trench walls,
16 nornnaI to the t�rust.
17
18
19
20
21
22
23
3. The supporting area for each block shall be at least as great as that i�dicated on the
Drawings and shall be sufficieni to withstand the tlarust, including water hartnrner,
which may develop.
4. Each block shali rest on a firm, undisturbed foundation or trench boftom.
S. If the Contractor cnco�ters soil that appears to be different than that which was
used to calculaie the blocicing according to the Drawings, the Contractor shall
notify the Engineer prior to the instalIation of the blocking.
24 3.5 R�PAIR/RESTORATYON
25
26
27
2$
29
30
31
32
33
34
35
A. Paiching
1. Excessive field-patching is not permitted of lining or coating.
2. 1'atching of lining or coating will be allowed where area to be repaired does not
exceed 100 square inches and has no dimensio�s greater than 12 inches.
3. In general, il�ere shall not be more than 1 patch on either khe lining o�• the coating of
any fitting.
4. Wherever necessary to patch the �tting:
a. Mal�e patch with cement mortar as previously specified for interior joints.
b. Do not install patched fitting uniil the patch has been properly and adequately
cured and appraved for layin� by the City.
c. Promptly remove rejected �ttings from the site.
36 3.b RE-INSTALLATION [NOT USEDj
37 3.7 RIELD [o�z] SITE QUALITY CONTROL
38
39
40
41
A. Potable Water Mains
1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains
a. Clean, fl�sh, pig, disinfect, hydrostatic test and bacteriological test thc water
main as specified in Section 33 04 40.
CITY OF FORT WORTH Commander Rd - Midfeld Stage 2
STANDAltTa CONS`I'RUCTiON SPEC3FICATION DOCUM�NTS City Project No. 10] 644
Revised December 20, 2U12
331111-]3
DUCTILE 1RON FITTINGS
Page 13 of l�
I 3.8 SYSTEM STARTUP [NOT USED]
2 3.9 AD.iUSTING [NOT USED]
3 310 CLEANING [NOT USED]
4 311 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROT�CTION [NOT USED�
6 3.13 MAINTENANCE [NOT US�D]
7 3.1�4 ATTACHMENTS [NOT USEDj
C1TY OF FORT WORTH Commander Rd - Midfield Stage Z
STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS Crly Project No. 101644
Revised December 2Q 2012
33 11 11 - 14
DUCTILT� IRON FITTINGS
Page 14 of 14
END OF SECTiON
Aevision Log
DA7'E NAME SUMMARY OF CHANGE
I.2.A, l.c — Rcsiraints included in price bid
1.2,A.2.c — Restraints included in price bid
1.3 — Added definitions of gland types for clarity
12/20/21?l2 D. 7ohnson 2•2•B.5 --Removed unrestrained push-on and mechanical joints
2.2.B.6, 7, 8, and 9— Added reference to Section 33 05 I D and 33 Q4 i 0; removed
material specifications for bolts, nuts and gaskets.
3.4 — Requirement for all mechanical and push-on joints to be restrained
3.4.D — Coreec[ed reference
9/20/2017 W. Norwoad 2.2.B.S.a.7 — Added requirement for b wedges on M] Reslraint for 8 inch PVC pipe
CiTY OP FORT W OR"f�T Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTION SPECFFICATION UOCUMENTS Ciry PrajecC No. ]OEG44
ftevised December 20, 2012
33E112-1
YOLYVIt�lYL CHLOKTDE (PVC) PRESSUFtE P1PE
1'age 1 of 8
1
2
SECTION 33 11 12
POLYV�NYL C�ILORIDE (PVC) PRESSURE PIPE
3 1'ART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 i. �'olyvinyl Chloride (PVC} Pressure Pipe 4-inch through 36-inch for potabie water,
7 wastewater and reuse applications
8 B. Deviations from this City of Forl Worth Standard Speci�ca�ion
9 1. None.
10
1T
12
I3
14
15
16
17
18
19
20 1.2
2I
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Cantract Forms, ax�d Canditions of fhe
Contract
2. Division 1— General Require�nents
3. 31 23 16 — Unclassified Excavation
4. 33 01 31 — Closed Circuit Television (CCTV) Inspection
5. 33 0� �}0 — Cieaning and Acceptance Testing of Water Mains
6. 33 OS 10 — Utility Trench Excavation, Embedment and Bacicfill
7. 33 OS 24 — Installation of Carrier Pipe in Casing ar T�rinel Liner Plate
$. 33 11 11— Ductile Iron Fittings
PRICE AND PAYMENT PROCEDURES
A. Measurement and 1'ayment
1. Measurement
a. Measured horizontally along the surface from center line ta cenier line of tl�e
fitting, manhole, or appurtenance
2. Payment
a. The work performed and rnaterials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per linear foot of "PVC Water Pipe" installed for:
I) 33ll.0261 8" PVC Water Pipe — per linear foof
2) 33ll.0461 12" PVC Water Pige -- per lincar foot
�
a �R�-�e�' `�4eas+�e�e�t" . ,;�� �.,e .,;� �.. „� f�,� , r.� o
xnccc�nrcccss t.... . w ......�.. t,:..,..
1.',7 1: ,- � „r ,.� «C� .. 7R„ ., AR., „°f + ��i�.:�:u � �.
� ��yo�
3. The price bid shall include:
a. Furnashing and installing PVC Pressure Pipe with joints as specified by the
Drawings
b. Mobilization
c. Pavement removal
C�TY OF FORT WORTH Commander Rd - Midfield Stage 2
STANllARD CONSTRLiCTI03V SPECIFiCATTdN lldCiJN[L�NTS City Praject No. l O1b44
Revised April 1, 2013
331t12-2
YOLYVINYL CHLORIDE {PVC) PRESSURE PIPE
Page 2 of 8
1
2
3
4
5
6
7
8
9
10
11
I2
13
d. Excavation
e. Aocl� Exca�ation
f. HauIzng
g. Disposal of excess material
h. Furnishing, placement and compaction af embedment
i. Purnishing, placement and compaciion of back�ll
j. Trench water stops
k. Thrust restraint, if required by Contract Documents
i. Gaslcets
m. Clean-up
n. Cleaning
o. Disinfection
p. Testing
14 1.3 REFERENC�S
15 A. Reference Standards
16 1. Reference standards cited in this Specification refer to the current reference
17 standard published at the time of the latest revision date logged at the end of thzs
18 Specification, unless a date is spccifically cited.
19 2. American Association of Stafe Highway and Transportation Ofiicials {AASHTO).
20 3. A�TM Intez�-�ational (ASTM):
21 a. D X 7$4, Standard Specification for Rigid Poly{Vinyl-Chloride) (PVC)
22 Co�pounds and Chlorinated Poly(Vinyl Chlqride) (CPVC) Compounds.
23 b. D3139, Standard Specification for loints for Plastic Pressure Pipes Using
2�+ Flexible Elastomeric Seals.
25
26
27
2$
29
30
31
32
33
34
4. American Water WorrIcs Asspciation (AWWA):
a. C600, Installatian af Ductile-Iron Water Mains and their Appurtenances.
b. C605, Undez-ground 7nstallation of PoIyvinyl Chloride (PVC) Pressure Pipes
and Fittings for Water.
c. C900,1'olyvinyl Chloride (PVC} Pressure Pipe, and �abricatcd Fittings, 4 IN
through 12 IN, far Water Transmission and Distribufion.
d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated �ittings, IA 1N
khrough 4$ IN, for Water Tz-ansmission and Distribution.
e. M23, PVC Pipe — Design and Installation.
f. M41, Ductile-Iron Pipe and Fittings.
35 5. NSF International (NS�'}:
36 a. 61, Drinking Water System Components -- Healtk� Effects.
37 6. Underwriters Laboratories, Inc. {LTL).
38 1.4 ADMINYSTRATIVE REQUIREMENTS [NOT USED]
39 1.5 SUSM�TTALS
40 A. Submittals sha11 be in accorda�ce with Section QI 33 00.
4I
42
43
B. All submittals sha1� be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS / INFORMATIONAL SUSMITTALS
A. Product Data
CTTY OF FORT WORTH Commander iid - Ivlidfield Stage 2
STANT�ARI� CONSTRUCTION SPTCIFICATION DOCLIMENTS City Projcct No. ]0[644
Revised April 1, 2013
33 il 12-3
POLYVIt�lYL CT�LORTDE (PVC) PR�SSURE PTPE
Page 3 of 8
1
2
3
4
5
6
7
8
9
IO
I1
12
13
lA�
15
16
17
18
19
20
2l
22
23
24
2S
26
27
28
29
30
31
32
33
34
3S
1. For PVC Pressure Pipe that is used for water distribution, wastewater farce mains
ar wastewater gravity xnains, including:
a. 1'VC Pressure Pipe
b. Manufacturer
c. Dimensioz� Ratio
d. �oint Types
2. Restraint, if required i� Contract Documents
a. Retainer glands
b. Thrust harnesses
c. Any ofher means of restraint
3. Gaskets
B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe
used in the water distribution systcm or for a wastewater fqrce main for 24-inch and
greater diameters, including:
1. WaII thicIcness design calculations sealed by a Licensed Professional Engineer in
Texas including:
a. Working pressure
b. Surge pressure
c. Def�ection
2. Provide thrust restraint calculations for a11 fittings and valves, sealed by a Licensed
Professional Engineer in Texas, to verify the restzaint Iengths shown on the
Drawings.
3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licez�sed
Professional Engincer in Texas including;
a. �'ipe class
b. Joints type
c. Fittings
d. Stationing
e. Transitions
f. 7oint deflection
C. Certificates
Furnish an affidavit certifying that all PVC Pressure Pipe meeis the pz-ovisions of
this Section, each run of pipe furnished has met Specifications, all inspections have
been made and that all tests have been performed in accordance with AWWA C900
or AWWA C905.
36 1.7 CLOSEOUT SUBMITTALS [NOT USED]
37 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED]
38 1.9 QUALITY ASSURANCE
39 A. Qualifications
40 l. Manufact�ers
4I a. Finished pipe sY�all be the product of 1 manufacturer for each size, unless
42 ptherwise approved by fihe City.
43 1) Change orders, specials, and field changes may be prqvided by a different
44 manufacturer upon City approval.
C1TY OF FORT WdRTH Comrnander Rd - Midfield Stage 2
STANDAR.D CONSTRUCTTON SPECIFICA7'IO�I DOCiIMENTS City 1'roject No. lfl 1644
Revised April E, 2013
331112-4
POLYVITIYL C]-ILOREDE (PVC) PRESSUR� PIPE
Page 4 of $
1
2
3
4
5
6
7
8
9
10
11
b. Pipe manufacturing operaiions shall be performed under the control af the
manu�acturer.
c. All pipe furnished skaalI be in conformance with AWWA C900 and AWWA
C905.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store and handle in accordance with the guidelines as stated in AWWA M23.
2. Secur� and maintain a location to store the zz�aterial in accardance with Section O1
G� ao.
1.1.� FYELD �SITE] CONDITIONS [NOT USEDj
112 W�RRANTY �NOT USED]
12 PART 2 - PRODUCTS
13 2.1 OWNER-�'URNISHED [oR] OWNER-SUPPLIED PRODUCTS �NOT USED]
14
ZS
lb
17
18
19
20
2l
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
2.2 EQUIPMENT, �RODUCT TYPES AND MATERIALS
A. Ma�ufacturers
1. Only the manufacturers as Iisted in the City's Standard Products List will be
considered as shown in Seciion OI 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Stanriard Products List is considered a
substitution and shall be ,submitted in accordance with Section O I 25 00.
:
Pipe
1. Pipe shalt be ir� accordarice with AWWA C900 or AWWA C945.
2. PVC Pressure Pipe for potable water shall meet the requirements of NS� b 1.
3. Pressure pipe shall be approved by the UL.
4. Pipe shall have a lay length of 20 feet except for speciai fittings or closure pieces
necessa�y to comply with the Drawings.
The pipe material shali be PVC, meeting the rcquirements of ASTM D1784, with a
cell classification of 12454. Outside diameters must be equai to those of cast iron
and ductile iron pipes.
As a rninimuin the follovving Dimension Ratio's apply:
�
�
Diafneter Min Pressure C�ass
inch si
4 throu h 12 DR 14
16 throu h 24 DR 18
7. Pipe Marlcings
a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum
pipe maricings sha11 be as follows:
1) Manufacturer's Name o�� Trademark and production record
CT'f'Y OF P'pRT WORI'H Commander Rd - Midfie[d Stage 2
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 101644
Revised April 1, 2013
331i [2-5
POL'YVINYL CfiLORID� (PVC) T'TZLSSURE PIPE
Page 5 of $
1 2) Nominal pipe sizc
2 3) Dimension Ratio
3 4) AWWA C900 or AWWA C905
4 5) Seal of testing agency that verified t�ie suit�bility o�the pipe
5 C. Pressure and Deflection Design
6 1. Pipe design shall be basec� on trench conditions and design pressure class specified
'7 in the Drawings. Fipe shall be designed according to the methods indicated in
8 AWWA M23 for trench construction, using the following parameters:
9 a. Unit Weight of Fill (w} = 13Q pcf
10 b. Live Load — AASHTO HS 2Q
11 c. Trench Depih = 12 feet minimum, or as indicafed in Drawings
12 d. Maximum E' = I,000 max
13 e. Deflectiqn Lag Factor — 1.0
14 f. Warl�ing Pressure (P`y) = 150 psi
1 S g. Surge Altowance (PS) = 100 psi minimum
16 h. Test Press�ire —
17 1) No less than 125 times the stated working pressure (187 psi minimum) of
Ig the pipeline measured at the highest elevation along the test section.
19 2) No less than 1.5 times the stated worlcing pressure {225 psi minizz�um) at
20 the lowest elevation of the test section,
21 i. Maxizx�um Calculated Deflection = 3 percent
22 j. Restrained Joint Safety Factor (SF) = 1.5
23 lc. Maximum .Toint Deflection = 50 percent of the manufacturer's
24 recomrnendations.
25 2. Verify trench depths after existing utilities are Iocated.
26 a. Accommodate vertical alignment changes required because of existing utility or
27 other co�flicts by an appropriate change in pipe design depih.
28 b. In no case shall pipe be installed deeper than its design allows.
29
30
31
32
33
34
35
36
37
3$
34
4Q
41
42
43
44
45
4s
47
48
3. Provisions for Thrust
a. Thrusts at bends, tees, plugs or other fittings shall be xnech�nically resfrained
joints when required by the Drawings.
b. No thrust restraint contribution shall be allowed �or the restrained length of
pipe within the casing.
c. Restrained joints, where required, shall be used for a sufficient distance from
each side of the bend, tee, plug, valve, or other fitting to resist ttu-ust which will
be developed at the design pressure of khe pipe. Far the purpose of thrust the
following shall apply:
1) Calculate valves as dead ends.
2) Design pressure shall be greater than the pres,sure class of the pipe or the
internal pressure (1';), wh�chever is greater.
3) Restrained joints shall consist of approved mechanical restrained or push-
on restrained joints as Iisted in the City's Standard Products List as s�own
in Section 01 60 00.
4) Restrained PVC pipe is not allowed for pipe greater than I2 inches.
d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to
resist thrust in accordance with the Drawings and the following:
I} Calculate the weight of the carkh (W�) as the weigkat of the projected soil
prism abo�e the pipe, for unsaturated soil conditions.
CLTY OP FORT WORTN Commander Rd - Midfield Stage 2
STANDARD COIZSTRUCTION SPECIFICATION DOC[JMENTS City Projcct Na. ] 0[ 644
Rcvised Ap3-il 1, 2013
331112-6
POLYVIIVYL CHLORiDE (PVC) PILESSi3RP PTPE
Page 6 of 8
l
2
3
4
5
6
7
8
9
10
ll
12
13
14
15
0
5.
2} Soil density — 115 pcf (m�imum value to be used), for unsaturated soil
conditians
3) in locations where ground water is encauntered, reduce the soil density to
its buoyant weight for the bacicfill below the water table.
a} Reduce the coeff cient of frietion io 0.25.
doints
a. .�oints shall he gasket, bell and spigot an.d push-on type conforming to ASTM
D3139.
b. Since each pipe �nanufacturer has a different design for push-on joints, gaske�,s
shall be part of a complete pipe section and purchased as such.
c. Lubricant rnust be non-toxic and NS� approved for potable water applications.
d. Push-On Restrained Joints shall only be as approved in� the Standard Products
List in Section O1 60 00.
Detectable Markers
a. Provide detectable markers in accordance witY� Section 33 OS 26.
16 2.3 ACC��SOR�ES �NOT USED]
17 2.4 SOURCE QUALTTY CONTROL [NOT USED]
18 PART 3 - EXECUTION
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT US�D]
21 3.3 PREPARATION [NOT USED]
22 3.4 �NSTALLATION
23 A. General
24 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in
25 AWWA C600, AWWA C605, AWWA M23 and in accardance with the pipe
26 manufacturer's recommendations.
27 2. Lay pipe to the lines and grades as indicated in khe Drawings.
28 3. Excavate and bacicfill trenches in accordance with Section 33 OS 10.
29 4. Embed PVC Fressure Pipe an accordance with Section 33 OS 10.
30 5. �or installation of cazxzer pipe v�ithin casing, see Section 33 OS 24.
3i B. Pipe Handling
32 1. Haul and distrihute pipe and fittings at the project site.
33 2. Handle piping with care to avoid damage.
34 a. rnspect each joint of pipe and reject or repair any damaged pipe prior to
35 lovvering into thc irench.
36 b. Use only nyton ropes, slings or other lifting devices that will not damage the
37 surface of the pipe far handling the pipe.
38 3. At the close of each operating day:
CITY dF FORT'WORTI� Commander itd - Midfield 3tage 2
STANDAfZTJ CONSTRUCTION SP�CTFiCAT10I�! DOCiIM�NTS Ciry Project Na. ] O1 G44
Revised Apri] 1, 2D13
331112-7
POLYVINYL CHLOR3DE (P VC) PRESSU[tE PIPE
Fage 7 of 8
1
2
3
4
S
6
7
8
9
ia
11
I2
13
14
15
16
17
18
19
20
21
a. Keep the pipe clean and free of debris, dirt, animals and trash — d�xring and after
the Iaying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Joint Malcing
�. Mechanical3oints
a. In accordance wiih Section 33 11 11.
2. 1'ush-on Joints
a. Install Push-0n jaints as defined in AWWA C900 and AWWA C905.
b. Wipe clean the gasket seat inside the bell of alI extraneous matter.
c. Place khe gasket in the bell in the position prescribed by ihe manufacturer.
d. Apply a thin film of non-toxic vegetable soap lubricant to the i�side of the
gasl�et and fhe outside of the spigot prior to entering the spigot into the bell.
c. When using a field cut plain end piece of pipe, refinish the �eld cut to conform
to AWWA C605.
3. Joint Deflection
a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
and grades sk�own in the Drawings.
b. 7oint de�lection shall not exceed 50 percet�t of the manufacturer's
recommendation.
D. Detectable Metallic Tape Installation
I. See Section 33 05 26.
22 3.5 REPAIRIRESTORATION [NOT US�D]
23 3.6 RE-INSTALLAT�ON [NOT USED]
24
25
26
27
28
29
30
31
32
3.7 k'IELD [aR] SITE QUALITY CONTROL
A. Potable Water Mains
1. Cleaning, disinfecfion, hydrostatic testing, and �acteriological testing of water
�nains:
a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water
main as specified in Section 33 04 40.
B. Wastewater Lines
1. Closed Circuit Television (CCT� Inspection
a. Pravide a Post-CCTV Inspection in accordance wit.� Section 33 01 31.
33 3.8 SYSTEM STARTUP [NOT USEDj
34 3.9 ADJUSTING [NOT US�D]
35
36
3'1
38
39
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITI�S [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINT�NANCE [NOT USED]
3.1�4 ATTACHMENTS [NOT USED]
CITY OF FORT WORTI� Commander Rd - Midfield Sfiage 2
STANDARD GONSTRUCTION SPECTFTCATIO%i DQCUMENTS City Project No. ] 01644
Revised April 1, 2D13
33 11 12 - 8
1'OLYVTNYL CHLORIB� (PVC) PRESSUR� PIPE
Page 8 of 8
END OF SECTION
Revision Log
DA'FE NAME SUMMARY OF CHANGE
2.2.C.1 ancE 3.4.C3 — revised maximum joint deflection requircments
3.4.C.1 -- Added reference co Ductile Iran Fittings
12/20/2D12 D.Johnson
3.4.D — Removed Marker Balls
1.1 Madified acceptabie ra�ge for specitication from up to 24-inch to up to 36-incl�
Change Section 2.2 B. 5. fi•om "The pipe materia[ shall be PVC, meeting the
requirements of ASTM D1784, with a cell classifieation of 1��i4-fi." to
4/ll2D13 F. Grif�n "The pipe material shall be PVC, meeting the requirements of ASTM
D1784, with a celI classification of 1.'�.45;".
CITY OF PORT WORTH Commander Rd - Midfeld Stage 2
S"lANAAFtD CONSTRUCTION Sl'ECIFICATION DOCUMENTS City Project No. 101644
Revised April 1, 2013
33121U-1
WA7'�R SERVICES 1-R�ICH TO 2-1NCH
Page 1 of 17
SECTION 33 1� 10
WATER SERVICES 1-INCH TO 2-INCH
PART1- GEN�RAL
1.1 SUMMARY
A. Section Includes:
Lead-free 1-inch to 2-inch water service lines from the water main to ihe right-of-
way, £'ittings and water meter boxes complefe in place, as shown on the Drawings,
directed by the Engineer, and specified herein for:
a. New Water Service
b. New Water Service (Bored}
c. Water Meter Service Relocate
d. Private Water Service
B. Deviations from this City of Fort Wo�-th Standard Specificatian
1. None.
C. Products Installed but not Furnished Under this Section
1. Water meters for various sizes
D. Related Specification Sect�ons include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
�F. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
5. Section 33 12 25 — Connection to Existing Water Mains
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. New Water Service
a. Measurement
I) Measurement for this Item shall be per each new "Wafer Service" complete
in place fram the tap of the main to the insial�ation of the meter box and
associated appurtenances where ihe service line is installed by npen cui
construction.
b. �'ayment
1} The work perforn�ed and materials furnished in accordar�ce with this Ttem
and measured as provided under "Measurement" will he paid far at the unit
price bid per eac� "Water Service" installed for:
a} Various sizes
c. The price bid shall include:
1) k'urnishing and installing New Service Line as specified by the Drawings
2) Submitting product data
3) Tapping saddle
4) Corporation stop
5) Curb stop
CTTY OF FORT WdKTH Commander Rd - Midfield Stage 2
STANDA12ll CONSTRUC'fION SPECIFiCA1'ION DOCiJIVIENTS Gity Project Na. IU1644
Revised P'eb�uary 14, 20i7
33 12 ] 0 - 2
WATFiR SERVICES 1-INCH TO 2-INCH
Page 2 of 17
b
c.
6} F1itlrig5
7} Service line installed by ope� 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 wiila Meter Box installation and connection,
excluding grass {seeding, sodding or hydro-mulch paid separately)
15) Clean-up
16) Disinfectipn
17) Testing
New Bored Water Service
a. Measurement
1) Measurement for this Item shall be per each new Water Service co�plete in
place from the tap oF the main to the installation of the metez box and
associated appurtenances where the scrvice line is installed by trenchless
method.
Payment
1) The work perforrned and materials furnished in. accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
pricc bid per each "Bared Water Service" znstalled for:
a) Various sizes
The price bid shall include:
1) Submitting product data
2) Tapping saddle
3) Cozporation stop
4) Curb stop
5} �'ittings
6} Service line installed by trenchless method
'7) Connection to meter
8) Meter Box and Lid
9) Pavement removal
10) Excavation
11) Hauling
12) Disposal of excess material
13) Surface restoration associated with Meter Box installation and connection,
excluding gra,ss (seeding, sodding or hydro-mulch paid separately)
14) Clean-up
1 S) Disinfection
16) Testing
3. Water Meter Serviee Reconnect
a. Measuremeni
1) Measurement for this 7te�n shall be per each Water Meter Service
Reconnect complete in place from public service Iine connection to private
service line connection.
b. Payment
CITY OP PORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUGTION SPLCIFICAfION AOCUMENTS City 1'roject Na. ] 01644
Revised February 14, 2017
331210-3
WATER SERVICES 1-INCI� TO 2-INCkI
1'age 3 af l7
1) T�e work perfozmed in conjunction with relocation of the meEer, assaciated
private service line, fittings and meter box 5 feet or less in any direciion
from centerline of existing meter location and the materials furnished in
accordance with this Item will be paid for at fhe unit price bid per each
"Water Meter Service, Reconnection" or "relocate exist. water meter"
installed far:
a) Various size of services
Rclocate Exist. Water Mcter per Lump Sum
c. T�e priee bid shall include:
1) 1'rivate service Iine
2) Fittings
3) Private connection to vvater meter
�4) Connection to existing private service line
5) Cut and crimp of existing service
6) Remaval and Disposal or Salvage of existing 2-inch or smaller water meter,
as directed by City
7} P�vement removal
S} Excavatian
9} Hauling
10) Disposal of e�cess material
11) Surface z-estaration for area disturbed fpr installation of ineter box,
cxcluding grass (seeding, soddzng or hydro-mulch paid separately)
12) Clean�up
13} Cleaning
14} Disinfectian
15) Testing
4. Private Water Service Relocation
a. Measuremeni
1) Measuz�ement for this Item shall be per linear foot of Private Service
relocation complete in place from the meter box to a connection ta the
e�isting ser�ice line on private property.
b. Payment
1} The worlc performed in conj�nction with Private Sezvice Line installation
vvhere the meter and meter boxes are moved more than 5 feet in any
direction from centerline of existing meter location and materials furnished
in accordance wikh the Item and measured as provided under
"Measurement" will be paid for at the unit price bid per Iinear foot of
"Pzivate Water Service" performed for:
a) Various service sizes
c. The priee bid si�all include:
1) Obtaining appropriate permit
2) Obtaining Right of Entry
3) Submitting product data
4) Private service line
5) Fittings
6) Backflow preventer, check valve, and isolation valve relocation, if
applicable
7) Connection to existing private service Iine
$) Par�ement removal and replacement
9) Excavation
CITY OF FORT WdRTH Commander Rd - Midfeld Stage 2
STANDARD CONSTftiJCTION SPECiFICATION DOCUMENTS City Project No. 14164a
Revised rebruary 14, 2017
331210-4
WATCR SERV[C�S 1-1NCH TO 2-]1VCH
Page 4 of 17
10) Hauling
11) Disposal of excess material
12) Surface restoration, excl�ding grass {seeding, sodding or hydro-mulch paid
separately)
13) Clean-up
14) Cleaning
15) Disinfection
16) Testing
].3 RERER�NCES
A. Definitions
1. New Service
a. InstaIlation of new 1-inch to 2-i�ch Water Service Line by apen cut
construciion from the water rriain to the right-of-way, including corporation
stop, cuz-b stop, fittings and water meter baxes complete in place, as shown an
the Drawings.
2. New Service (Bored}
a. Installation of new 1-inch to 2-inch Water Service Line by trenchless
construction method from the water main to the right-of way, including
corporation stop, curb stop, fittings and water meter boxes cornplete in place, as
shown on the Drawings.
3. Meter Servicc Reconnection
a. Relocation and reconnection of the private service line from an existing meter
ta be abandoned and a new meter installed that lies within 5 feet of the existing
rn eter.
4. Private Service Relocation
a. Relocation and reconnection of private sen+ice line behind the water meter
where the existing meter to be abandoned and the new r�eter installed is greater
khan 5 feet of the existing meter. A licensed plumber is required to relocate the
private se�rviee.
5. Lead-free
a. Lead-free pipes and pl�mbing fittings and fixtures shall contain less than 0.25
percent Iead in accordance with the reductian of Lead in Dri�lcing Watez� Act
(P.L. 111-3 80}.
B. Reference Standards
1. Reference standards cited in this Speci%cation 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 specifcally cited.
2. ASTM International (ASTM}:
a. A48, Standard Specification for Gray Iron Castings.
b. A536, Standard Specifieation for Ductile Iran Castings.
c. B$8, Standard Speci�cation for Seamless Copper Water Tube.
d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes.
e. C131, Standard Specification for Resistance to Degradation of Sxnall-Size
Coarse Aggregate by Abrasian and Impact in the Los Angeles Machine.
f. C I 50, Standard Specif cation foz- Portland Ce�neni.
g. C330, Standard Specificaiion far I,ightweight Aggregates for Structural
Concrete.
CITY OP P02T WOItTH Commander Rd - Midfield Stage 2
S1'ANDARD CONST1tTJCTIDN SPECIFICATiON T70CUMENTS City YrojectNo. 141G�44
Revised February 14, 20I7
33 12 10 - 5
'4V7AT�R SERVICES 1-INCH TO 2-]NCH
Page 5 of L7
h. C$57 (RL), Sfandard Fractice for Mzniinuin Structural Design Loading for
Underground Precast Concrete Utility Structures
z. D883, Standard Terminolagy Relating to Plastics.
j. D1693, Standard Test Method for Environrnental Stress-Cracking o�Ethylene
Plastics
3. American Water Works Association {AWWA}:
a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case.
b. CS00, Undergrnund Service Line Valves and Fitti�ags.
4. NSF Intemaiional (NSF}:
a. 61, Drinking Wafer System Components - Heal�h Effeets.
5. Reductipn of Lead in Driniting Water Act
a. Public Lavv ll 1-380 (P.L. 11 I-3&0}
6. General Services Administration (GSA):
a. RR-F-621E, Fraxrtes, Covers, Gratings, Steps, �ump and Catch Basin., Manhnle
1.4 ADMiNISTRATIVE REQUIREM�NTS
A. Scheduling
l. Provide advance notice for service interruptions and zneet requirements of Di�+ision
0 and Division 1.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00.
B. All submittals shall be approved by the City prior to deliveiy.
Lb ACT�ON SUBMITTALS/INI+ORMATlONAL SUBMITTALS
A. Product Data, if applicable:
1. Tapping Saddle
2. Carporation stop
3. Curb Stop
4. Serviee Line
5. Meter Box
6. Meter Bo� Lid
B. Certificates and Test Reports
I. Prior ta shipment of any Water �ervice components, the manufacturer shall submit
the following:
a. A Certificate of Adequaey of Design stating that the conr�ponents to be
furnished comply with all regulatory req�ireinenis identified in this Section
including:
1) The Reduction of Lead in Drinking Water Act (P.L. 111-386)
2) AWWA CS00
3) NSF 61
CITY OF FORT UVORTH Commander Rd -11�idfield Stage 2
STANDARD CONSTRUCTIOIV SPLCI�ICATION DOCUMBNTS Ciry Projact No. 101644
Revised T'ebn�ary 14, 2U1?
33 i2 ia-6
�ATi'R SERVIC�S 1-II�fC�I TO 2-[tvCH
Page 6 of 17
1.7 CLOS�OUT SUBMITTALS [NOT U�ED�
1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT US�Dj
1.9 QUAL�TY ASSURANCE
A. Qualifications
1. Manufacturers
a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF
61, the Reduction of Lead in Drinlcing Water Act and shall meet or exceed the
requirements of fhis Specification.
1.1Q DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect all parts such that z�o damage or deterioration wi�F occur during a prolonged
delay from the t�rne o£ ship�nent until installatzon is completed and the units and
equipment are ready for operation.
2. Protect all equipment and parts against any damage during a prolonged period at the
site.
3. Prevent plastic and similar hri�tle items from being directly exposed to sunlight or
extrexnes in temperaiure.
4. Secure and maintain a location to store the material in accordance with Section O1
6b 00.
I.I1 FiELD [SYTE] CONDITIONS rNOT USED]
1.�2 WA_RR.ANTY [NOT USED]
PART Z - PRODUCTS
2.1 OWNER-FURN�SHED �RODUCTS
A. Water meters far vas'ious sizes
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section 01 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not Iisted on the Standard Products List is cox�sidered a
substitution and shall be submitted in accordance with ,5ection O1 25 00.
3. Thc Water Ser�ices and appurten�nces shall be new and the product of a
manufacturer regularly engaged in the manufacturing of Water Services and
appu�'tenances having similar service and size.
B. Description
1, Regulatory Requirements
CITY OF FOTLT WORTH Commander Rd - Ivlidfield Stage 2
STANDARD CONS"1'RUCTI�N SPECIFICA`I'IO1V DOCiTM�.NTS City Project No. ] 01644
Revised P'ebruary 14, 2017
331210-7
WATER SER'VICFS 1-INCH TO 2-INCH
Page 7 of 17
a. All materials shall confarm to the Reduction of Lead in Drinking Water
Act (P.L. l 11-380). This Act de�ines "Lead-free" for pi�es and other
appurtenances to be less than 0.25 percent lead.
b. Watez Services shall meet or exceed the latest revisions o�AWWA CS00 and
shall meet or cxceed the requirements of this Speci�cation.
c. All Water Services cornponents in contact with patable water shall conform to
the requirements of NSF 61.
C. Materiais/Design Criteria
Service Lines
a. Provide Type K Copper Tubing per ASTM B88.
b. Furnish in the annealed conditions, unless otherwise specified in the Contract
Documents.
2. Service Couplings
a. Fziting �nds
1) Flared Copper Tubing with thread dimensions per AWWA C800
2) Provide coupling nuts with a rnachined bearing skirt of a length equal to ihe
tubing outer diameter (O.D.).
b. Provide with hexagonal wrench grip co�patible with the coupling size.
c. Provide lead-free service couplings in accordance with the Reduciion of Lead
in Driniczng Water Act.
3. Corporation stops
a. Provide brass castings per AWWA C800 for:
1} Bodies
2) Plugs
3) D washers
�} Bottom nuts
b. Machining and Finishing of Surfaces
1} Provide 1 3/a inch per foot or 0.1458 inch per inch t 0.047 inch per inch
taper of fhe seating surfaces for the lcey and body.
2} Reduce large end of the tapercd surface of the key in diameter by chamfer
or turning for a distat�ce that will bring the largest end of the seating surface
of the 1{ey into the largest diameter of the seating srxrface of the body.
3) Relieve taper seat in the body on the small end.
A�) Extend sa�nail end of the key there-through to prevent the wearing of a
shoulder and facilitate proper seating of Icey.
5) Design key, teey nut and washer such that if the key nut is tightened fo
failure point, the stem end of khe key shall not fracture.
6) Design nut and stem to withstand a turning force on the nut of at least 3
times the necessary effor� to properly seat the lcey without failure in any
manner.
7) Port throug� carporation stop shall be full size to eliminate turbulence in
the flow way.
8) Design stop for rotation about the a�s of the flow passageway inside the
fallowing minimum circles in order to properly cleair tl�e tapping machine:
a) Two 7/8-inch for 1-inch corporation stops
b) Four 15/16-inck� for 1'/z -inch and 2-inch corporation stops
c. Provide Iead-free corporation stops in accordax�ce with the Reduction of Lead in
Drinlcing Water Act.
C1T1C OP PORT WORTH Co€nmander Rd - Midfield Stage Z
STANDARD CONSTRUCTION SPEClF1CA"PION AOCUMENTS City Project No. 101644
Revised February 14, 2017
331210-8
WATER SLRViCES 1-INCH TO 2-INC�T
Page 8 of 17
4. Cu�rb Stops
a. Provide brass castings per AWWA C800.
b. Valve plugs shalf be:
1) Cylinder type
2) Plug type, or
3) BaII type
c. Incorporate full flow porting.
d. Provide for fu1136Q degree plug rotation clocicwise or counter-clockvvise.
e. Overall Length
1) 3-5/16 inch ± 1/8 inch %r 1-inch diameter
2) 4-1/32 inch -{- 9.32 for 1-inch diameter
f. Cylindrical Plug Type
1} Provide O-ring seal at fop and bottom.
a) O-ring at top only is acceptable if bottom of curb stop body is closed.
2) Seals shall be Buna N.
3) 1 O-ring seal shalI surround tI�e outlet port of the curb stop and act to
effectively seal in the closed position.
4) The port in the plug shall provide a straight t�u-ough, full size flow way, so
shaped as ta eliminate turbulence.
5) All waterways shail be smooth and free of buzxs or roug� areas.
6) Design the cuz�b stop to provide easc and accuracy of operation and positive
shut-off of water.
g. Tapered Plug Type
1) Provide O-ring seal at tap and bottom.
2) `I'he tapered plug and cylindrical recess in the valve body shall be machined
to match within approved manufacturing tolerances.
3) Inlet and outlet ports shall be sealed by O-rings or combination Tef�on U-
shaped seal rings backed with O-rings.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smookh az�d free of burrs or rough areas.
6} Design the curh stop to provide ease and accuracy of operation and pasitive
shut-off of water.
h. Ball Plug T}rpe
1} Provide double O-ring seals on the stem.
2} The ba1l shall seal against rubber rings mounted in the valve body at the
inlet and outlet ports.
3) The ball shall be bronze with a smooth Teflan coating.
4) The port in t31e plug shall provide a straight through, full size flaw way, so
shaped as to eliminate turbulence.
5) All waterways shali be smooth and free of burrs or z�ough areas.
i. Provide lead-free curb stops in accordance with the Reduction qf Lead in
Drinlcing Water Act.
5. Straight Adapters
a. Brass castings and t�reads per AWWA C800
b. Provide lead-free sfraight adapters in accordance with the Reduction of Lead in
Drinking Water Act.
6. Three Part Copper Unio�s
a. Brass castings and threads per AWWA CS00
C11'Y OP FOiZT WORTH Commander Rd - Midfield Stage 2
STA�*IDARD CONSTRUCTTON SPEGIFICATION DOCUMENTS City Project No. ] 03 644
Revised Pebruary 14, 2037
33 12 14 - 9
WATER SERVICCS 1-INCH TO 2-1NCH
Page 9 of l7
b. Provide lead-free Three Part Copper Unions in accordance v�+ith the Red�ction
of Lead in Drinlcing Water Act.
Straight Meter Couplings
a. Bzass castings per AWWA C800
b. Tk�reads per AWWA C700
c. Tailpiece wit� autside iron pipe thread
d. Chamfer corners on threaded end of ineter nut.
e. Machine inside and outside of tailpiece.
f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of
Lead in Drinlcing Water Act.
Branch Connections
a. Brass casiings per AWWA C800
b. Iralet and outlet connections per AWWA CS00
c. Provide lead-free branch connections in accordance with the Reduction of Lead
in Drinking Wate� Act.
9. Service Saddles
a. Castings
1) Brass or Nylon coated ductile iron castings per AW WA C800
2) Free ofporosity with sharp edges removed
3) Saddle
a) Form to fit firmly against side of maximum diameter of water �nain
with approxiinately 180 degrees wrap around.
4) Outlet
a) Design outlet boss for no t3�read distortion by bending moments.
b) Tapped for taper threaded cozporation stop conforming to AWWA
csao.
b. Straps
I} Conform to ASTM B98.
2) Form flat to fit uniformly against the wall of the water main.
3) Shall be double straps
4} Rod diameter not less than 5/8 inch flattened to 1 inch on one side.
S} Straps shall be threaded 5/8 inch (11-NC-2A} for a distance suck� that'/z
inch rernains after clamp is ful�y tightened on the pipe.
6} Chamfer skrap ends to protect the starting threads.
7} The threads shall be fi�ll and free from shear.
8} 4-inch and larger pipe sha11 b� in accordance with Section 33 12 25.
c. Nuts
1) Bronze material
a} Same material as straps
2) Dimensions equal to or larger than heavy hexagon nuts
3) Tapped 5/8 inch (11-NG2B}
d. Gaskets
1) Neoprene rubber material
2) Cemented to saddle and posifioned to facilitate installation
10. Brass Flanged Ang1e Valve
a. �'or 1%z-inch and 2-inch services
b. Brass castings per AWWA C$00
c. Valve Body with integral outlet flange and inlet wrenching flat
d. Fit together lcey and body by turning key and reaming body
CITY pF FORT WORTH Comrnander Rd - Midfield Stage 2
STAIVDARD CQNSTRUCTION SPECTFICAT[QN DOCUM�NTS City Projecf Na. 101694
Revised Pebruary 14, 2017
33 12 1D - 10
WATEIi STILViGES 1-I1VCH TO 2-It�TCH
Page 10 of 17
1) Key with O-ring seal seat at the upper end
2) Lap key and bady seat are to conform to corporation stop requirements of
this Specification.
3) The ouflet flange shall contair� an O-ring seat or a unifarm flat drop-in
flange gasket surface.
4} Drop-in flange gasket su��face shall contain gasIcet retaining grooves milled
circular about the �is of the flange.
5} The size o� the outlet flange and the diameter and spacing of the bolt holes
shall conform to AWWA C700.
6) The ilange on 2-inch angIe valves shall be double drilled to permit
connection to 1 %z -inch meters.
7) The inlet port of the valve shall be tapered to canform to AWWA C800
taper pipe thread.
8) The key cap sha1l include a w�renching tee marked wiih a raised ar recessed
a�-row to shaw whether t�e valve is open or closed.
9) Valve Asserr�bly (main body, key, key cap}
a) Brass material per AWWA C800
b) O-zi�g seal on the top of the key between the lcey and body seat
c) Key cap shall complete the assembly by attaching to the key by means
of a strong bronze pin with phosphor bronze spring washer{s)
depressed between th� key cap ar�d the top of the valve main body.
d} �'rovide with padlocic wings for Iocking the valve in the closed position.
e} There shall be a unzfonn application of cold water valve grease
between the body and the key.
fl Thc valve shall be capable of being easily opened and stopping lugs.
g) The waterway through the valve shall bc smooth and rounded for
zxiinimum pressure loss, ax�d sha11 be free of burirs or fins.
h) The valve shall be strong, well desig-raed, neat in appearance, vwater-
tight and entirely adequate fo� the intended purpose.
i} Provide with eiiher a high quality rubber drop-in gasket or an O-ring
seal dependin� an tI�e manufacturer's flange seal surface design choice.
e. Provide lead-free brass flanged �ngle valves in accordance with the Rcd�ciion
of Lead in Drinking Water Act.
11. Meter Boxes shall:
a. Be constz-ucted of
1) Polymer, blacic polyethylene material a,s de�ned in ASTM D883.
a) Minimum wal1 thickness of 3/8-inch throughout vvith no blowing
agents or foainfng plastics
b) Body shail be blacic thxoughout, blended af the time of manufacture,
and shall have a molded recycled emblem with a minimum of 35
percent Post IndustriaU Pre Consumer Recycled Content- verified with
a Leed Product Documentation.
c) Have a tensile strength greater than 1700 pounds per square inch (psi}.
d} Srnooth edges and corners and be free from sharp edges so the unit can
be handled safely without gloves.
e} Exterior free from seams or parting lines.
f} Have crush resistant ribbing a�ong the outside of the bax.
g) Have a flange araund the lid opening to heip prevent settling and aide
in adjustr�ent to grade.
CITY 4F FORT WdRTH Commander Rd - Midfield Stage 2
STATIDARD COIVSTRUCTION SPL�CIFICATION T70CUMENTS City Praject No. 101644
Revised February 14, 2017
33 12 10 - 11
WATER SBRVICES 1-1NCH TO 2-IIJCH
Page 11 of 17
h) Not to be installed in roadway -- designed to withstand loading in non-
deliberate and incidental trafiic only.
2) Concrete
a) Frame of No. b gauge wire weldcd closed
b) Type i or T�+pe II Porttand cement, in accordance with ASTM C150,
portioned with lightweight aggregate, in accordance with ASTM C330
(1) Percentage of wear nof to exceed 40 per ASTM C131
(2) Minimum 28 day compressive strength of 3,000 psi
b. Be able to withstand a zninimum 15,000 pounds �ertical Ioad
c. Withstand a minirnum 400 pounds sidewall load.
d. Have pipe hoies measuring a minimum af 2-112" x 3-�14".
e. 1-inch Standard Meter Box (Class A)
1} For use with services utilizing 5/8-inch � 3/4-inch, 3/4-inch or 1-inch meter
Single or Dual servicc meter.
2} Polymer
a) Size: worlcing oinot less than 10 inches x 16 inches, 12 inches high
3} Concrete
a) Size: worlcing area noi less than 10-inches x 16-inches, 12 inches hig�
f. 2-inch Standard Meter Box (Class C)
1) For use with services utilizing i-Z/2-inch or 2-inch Single service meter.
2) Polymer
a) Size: vvorking area not less khan 14-inches x 2$-inches, 12 inches high
3) Concrete
a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches
high
g. Bullhead 5tandard Meter Box (Class B)
1) For use with services utiliaing two 5/8-inch x 3/4-inch or 3/4-inch or 1-inch
Single se�rvice meter.
2) Polyrner
a} Size: worlcing area not less than 15-inches x 18�inches, 12 inches high
3) Concrete
a} Size: working area not less than 15-inches x 18-inches, 12 inches high
12. Meter Box Lid
a. Meter Box Lids Shall;
I) Be solid throughout with reinforcing ribs.
2) Ha�e City of �ort Worth `Molly' logo molded into the lid.
3} Bear the Manufacturcr's iS (name or Iogo) and Coun.try of Origin.
4) Be designed botl� with and without AMI receptacles
5) Have a molded tread-plate
6} Seat securely and evenly inside the meter box and shall not overlap the top
edge of the meter bax.
7} Have a molded pick bar for use by meter reading tool.
8} Have Automated Meter Infrastructure (AMI) snap lockin� slide mounts for
number of ineters/endpoints associated with meter box
9) Have an opening to accept the AMI end-point. Opening shall accommodate
an ez�dpoint with a 1-718 inches diameter.
10) Have recessed AMI end point area, to alleviate a t�rip I�azard, centered over
AMI slide mount. Recess area should he 4-1/2 ic�ehes in diameter and 3/8"
deep_
11) Have built-in anti-flotation devices.
CITY OF F012T WaRTH Commander Rd - Midfield Stage 2
STANDARD CONS`1'TiUCTTp1V SPECIrTCAT101V T�OCiJMENTS City Praject No. 101644
Revisecl February 14, 2017
33 12 lU - 12
WATER SERVICES ]-I[�lCH TO 2-INCH
Page 12 of 17
b. Cast Iron or Ductile Iron
I) Lids for Concrete Meter Boxes shall be canstructed out o�a cast iron and
meet RRF-621 specification.
2) Shall withstand a minimum vertical load of 15,Q00 pounds
3} Coat castings with a bituminous emulsified asphalt unless otherwise
specified in the Contract Documents, ground smookh, and cleaned with shot
blasting, to get a uniform quality free from strength defects and distortions.
4) Dimensions shall be witl�in industry standards of �1/16 inch per foot.
5) Shali have a plug inserted in to the AMI receptacle to avoid water entering
through opening untzl the AMI receptacle is used
6) Be a minimum of 1-3/4 inches thick at reinforcing ribs.
7) Casting wezg�ts may vary �5 percent from drawing weight pez- industry
standards.
c. Plastic(Composite)
X ) The lid shall :
a) Constructed �f Engineered Plastic as defined in ASTM D883
(I) Have a molded recycled emblem with a minimum of 50 percent
Post Consumer Recycled and 50 percent Fost Industriall Pre
Consumer Recycled Content- verified with a Leed Product
Documentation.
(2} Be designed to �t a concrete box/cast iron box in retro�t
installations.
(3) Have a tensile strength greater than 1700 psi.
(4) Have a`knock-out" plug to accept the AMT end- point. Knock-out
diameter shall be 1�7/8 inch diarneter. A removable plug may be
substit�ted for the knoek�out plug.
(5} Be constructed out of a composite material blend for maximum
durabiiity and corrosion resistance.
(6} Be black throughout with no blowing agents or foaming plastics
{7} Smooth edges and corners and be frce from sharp edges so ihe unit
can be handled safely without gloves.
(8) Exterior frce frorn seams or parting lines.
(9) Have a moided tread-patier�- tread dimensions shall be .188-ineh �
.938-inch x .150-inch �.eep.
(10} Have "City of Fort Worth" molded into the lid.
(11) Have "Water Meter" molded into the lid- Font sha11 be standard
Fadal CNC font with 1-inch characters x.150-inch deep.
(12) Have a molded pick hole pocket- dimenszons shalI be 3-inch x
9/16-inch x Thru Hole with 3/16�inch 3p4 stainless steel rod.
(13) Have 2 pieces o� Y/z�inch rebar located in lid pockets for
locatability as shown in Drawings.
(14) Have loca�ion capability using metal detector.
b) Domestic Manufacture Only-Made in USA molded on Lid.
c) Not to be installed in roadway or parIcing area
d) Be designed to withstand H-1 O loading for non-deliberate and
incidental traffic only as .
e) Have ultraviolet protection.
2) 1-ineh Standard Plastic Meter Box I,id {Class A)
CITY OF FQRT WORTH Commander Rd - MidfieEd Stage 2
STAN17ARll CONSTRUCTION SPECIFICATIOI�i DOCUMENTS City Project No. 101644
Revised February 14, 2017
33 12 1 U- l3
WATER SERVIC�S 1-INC�I TO 2-11�CH
Page 13 of 17
a} For use with services utilizing 5/$-inch x 3/4-inch, 3/4-inch ar 1-inch
meter Single or DuaI service meter.
b) Size: I1-7/8-�nch x 17-7/8-inch, 1-1/2 inches high
c} �or use with CIass A Standard Meter Box.
d} 1'olymer lid shall seat evenly inside meter box and s1aa11 not overlap the
top edge of the meter bax.
3) 2anch Standard Plastic Meter Box Lid (Class C}
a) �or use with services utilizing 1-1/2-inch or 2-inch Single service
meter.
b} Size 2'�-inches x 15-1/4-inches, 1-7/8 inches high
c} Far use with Class C Standard Meter Bax.
d} �'alymer lid shail seat eveniy inside meter box and shall not overlap the
top edge of the xneter box.
4) Bullhead Standard Plastic Meter Box Lid (Class B)
a) �or use with services utilizing twa 5/8-inch x 3/4-inch or �/4-incY� or 1-
inch Single service meter:
b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high
c} �or use with Class B Standard Meter Box.
d) Polymer lid sf�all seat evenly inside meter box and shall not overlap fhe
top edge of the meter box.
13. Horizontal Checic Valve
a. Bc�uip 1%z-inch and 2�inch Water Services with a horizonta� check valve, with
pipe ping, only if speci�ed in the Drawings.
b. Tf an existing backflow preventer is present, the Contractor is to leave it, and is
not required to provide an �dditional harizontal check valve.
c. Provide lead-free horizontal check valves in accordance with the Reduction of
Lead in Drinking Water Act.
14. Service Marker
a. 3 inch wide, 5 mil blue vinyl tape
2.3 ACCESSOR�ES rNOT USED]
2.4 SOLTRCE QUALITY CONTROL
A. Tests and Inspections
1. At the City's Qpiion, the rnanufact�arer shall be required to provide certification
records showing conformance of ixaaterials, design and tesiing to these
Specifications.
2. The test procedures shall confortn to AWWA C800.
a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the
test shall be at the expense of the supplier.
b. Proof testing o£ ihe remainder of the valves shalI be at the cost and
responsibiiity of the supplier.
c. These tests will be the basis of acceptance or rejection of the remainder of the
shipment by the City.
3. The City reserves the right to select products at random for festing. The failure of
materials to conform to the applicable Speci�ication may result in the re�ection of
the entire shipment.
B. Marking
CITY OF FORT WdRTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCI'ION SPECTFICATION DOCLTM�i�lTS City Project Na. 161644
Revised February 14, 2017
33 i2 �a- ia
WATER SERVICES E-11�ICHTO 2-IIVCH
Page 14 of 17
1. Sez-vice saddle castings sha11 be clearly marked by letfers and numera�s cast therean
showing:
a. Manufacturer's name
b. Type
c. Size of Pipe
PART 3 - EXECUTION
3.1 INSTALLERS
A. A licensed plumber is required for ix�sta�lations on the outlet side of the service meter.
3.2 EXAMINATI4N [NOT USED]
3.3 PREPARATYON �NOT USED]
3.9 IN STALLATYON
A. General
�. Tnstali Water Se�rvices and appurtenances in accordance with AWWA C800.
2. TnstalI Water Service Lines 5 feet north or east of center of Iot frontage on lots 75
feet or wider, ar where shown on Drawings.
3. Install Water Service Lines on Iot center line on lots less than'15 feet wide, unless
otherwise shown on the Drawings.
4. Install services at a minimum depth of 36 inchcs below final grade/proposed top of
curb, unless otherwise specified in the Contract Documents.
5. Perform leak tests in accordance with Section 33 04 40.
6. Replace existing 3/a-inch Service Lines with 1�inch new Service Line, tap, and
corporaiion.
7. Install replaced or relocated services with the service main tap and service line
being in line with the service meter, unless otlierwise directed by the City.
8. Exca�ate, embed and backiill trenches in accordance with Section 33 QS 10.
B. Handling
1. Haul and distribute Service Lines fittings at the project site and handlc with care ta
avoid c�amage.
a. Inspect each segment of Service Line and reject or repair any daxnaged pipe
prior to lowering inio the trench.
b. Do not handle the pipe in such a way that will damage the pipe.
2. At the close of eaeh operating day:
a. Keep the pipe clean and free of debris, dirt, animals and tras� — during and after
t�e laying operation.
b. Effectively scal the apen end of �e pipe using a gasl�eted night cap.
C. Service Line Installation
1. Service Taps
a. Only duciile iron pipe may be directly tapped.
b. Install service taps and/or iap assemblies of the speciiied size as indicated on
the Drays+ings, or as speciiied by the Engineer.
c. Perform taps on a water system fhat is either uncharged. or under pressure.
CI'fY OF FORT WORTH Commander Rd - Midfield Stage 2
STANDA.RD CONSTRLTCTION SPECIFICATION DOCi3M�NTS CityProjectNo. ]fl1644
Revised February 14, 2017
33 ia 10 - is
WATER SERVICES 1-INCH TO 2-INCH
Pagc 15 of 17
d. Taps consist of:
l) For Concrete Pressure �'ipe or Steel l'spc
a) Standard internal pipe threaded holes in the pipe walls
(1) Made during pipe fabrication
(2) Provide tapered threaded outlet with cc threads for up to 2-inch.
(3) Provide flange outlet with flange to thread insuIaLor adaptor kits for
4-inch and larger taps.
2) Other pipe materials
a} Bronze service clamp with a sealed, threaded port through which the
pipe wall is drilled to complete a service port
e. Tap Assemblies
1) Consist of corporation stop with iron to copper cor�nection attached to:
a) Copper tubing terminating as shown on the City's Standard Detail
b) May be required adjacent to gate valves
c) Install as shown on the Drawings, or as directed by the Engineer.
d} When required, sha11 be included in the unit pz�ice bid for installing gate
valve.
2) Chlorination and testing purposes
a} No separate pay�x►ent will be made for taps required for testing and
chlorination.
2. Installation of Water Services
a. Install tap and Service Line in accordance witI� City Details.
b. InstaIl meter box in accordance with City Details.
1} Adjuskment of the Service Line to proper meter placeznez�t height shall be
considered as part of the Meter Box installation.
3. Trenching
a. �'rovide a trench width suf�cientIy wide to allow for 2 inches of granular
embedment on eitk�er side of the Ser�rce Line.
4. Bored Se3rvices
a. Services shal� be bored utilizing a pilot hoIe having a diameter Yz inc� to 3/4
inches larger than the Service Line.
5. Arrangement
a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and
ofher associate appurtenances as shown in the City Detail, and to the approval
of the Engineer.
6. Service Marker
a. When Meter Box is not i�stalled immediately subsequent to service installation:
1} Marl� C�zrb Stop with a strip ofblue vinyl tape fastened to the end of ihe
service and extending through the backiill approximately b inches abave
ground at the Meter Box location.
b. Installation of service taps only:
1) Attach service marker tape to the corporatipn stop or plug and extend
upward and noz-�r�al to ihe main through the bacl�ll af the adjacent trench
edge to at least b inches above ground to flag the tap location.
7. Corporation siops
a. Fully open corporation stop prior to backfill.
D. Removal of Existing Water Meters
CITY OR FOR1' WORTH Commander Rd - Midfield Stage 2
STAIVDA12n CONSTRUCTION SPECIFICATION DOCUM�.NTS City Project No. 101644
Revised February 14, 2017
33 12 10 - 16
WATER SERVICES 1-INCH TO 2-INCH
Page 1G of 17
1. R�move, tag and collect existing Water Service meter for pickup by t11e City for
reconditioning or replaceznent.
2. After installation of the Water Service in the proposed location and receipt af a
meter from the City inspector, install tkae rneter.
3. Reset the meter box as necessary to be flush vvith existing graund or as otl�erwise
directed by ihe City.
4. All such worl� on the outlet side of ihe service meter shall be performed by a
licensed pluinber.
3.5 REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATYON [NOT U�ED]
3.i FIELD �oR] SITE QUALITY CONTROL
A. I'ield Tests and Inspections
1. Check each Water Service installation for Ieaks and fu11 flow through the curb siop
at khe time the main is tested in accordance with Section 33 04 40.
3.8 SYSTEM STARTUP [NOT USED]
3.9 AD.�USTING �NOT USEDj
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTI�N [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS �NOT USED]
END OF SECTION
C'1TY OF FORT WOitTFi Cornmander T2d - Midfield Stage 2
STANDARTa CONS'fRUCT101� SYECiF1CA1'ION DOCUMENTS City Project No. 101644
Revised February 14, 2D17
33 12 iD- l7
WATEK SERVIC�S l-INCH TO 2-11QC�T
Page 17 af 17
Revision Lag
DATE NAME SUMMARY OF CIIANGE
Added Blue Text for clarificatiou
1.2 A. — Revision to items included in pricc 6id
Specificatio3� modified to be in accordance with the Reduction of Lead in Drinking
12/20/2012 D. 3ohnson Water Act— A�1 materials shall be lead free in accordance with this Act.
1.2.A.3 — Water Meter Service Relocate was renamed Water MeEer Servace
Rcconnect
1.6.B. — added ceriification submittals for compliance with regulatory requirements
Added tl�e phrase `, including grass' to �ines;
Part 1, 1.2.A.1.c.1�}, Pa�l, 1.2.A.2.c.33, Part 1, 1.2.t1.2.c.13, Part 1,1.2.A.3.c.i �,
2I13120I3 F. Crriffin Partl, 1.2.A.4.c11
Addcd the phrase `and rep[acement' to ]ine Part 1,1.2.A.4.c.7
Revised lines with `including grass' replacing with `excluding grass (seeding,
4/2 612 0 1 3 F. Grii#�n sodding or hydro�nulchin� paid separately)'
Included in Part 1, 1.2, A, 1, c, ] 4; Part 1, 1.2, A, 2, c, 13; Pari 1, 1.2, A, 3, c, 11;
Part 1, 1.2, A, 4, 2, 11
b/19/2013 D. 7o�u3son 1.2.A.4.c — Addiiion of private water service appurtenances relocation to being
incfuded in the linear foot rice of rivate water services
I I/21/20 f 6 W. Norrvood Require meter box suitabie %r AMT meter. 2.2,C, 11 & 2.2,C,12
11/21/2016 W. NDFWDOCI Require serrricc saddte with double slraps. 2.2,C,9,b
2/14/17 W. Norwood 2•2> C, 9.a.3 Remove table "Fit Contour of pipe..."
2/I4/17 W. Nonvood 3.4, C, l.d.(2) Remove nylon slceve inserts, require cc threads.
C1TY OF FORT WORTH Commander Rd - Midfield Stage 2
ST�ARD CONSTRUCTION SPCCIPTCATION DOCUMENTS City P�-oject No. ] 01644
Rcvised Februaiy 14, 2017
33 12 20 - 1
RESILICNT SEATED (WEDGE) GATE VALV�
Page 1 of ] 0
1
2
SECTION 33 12 20
RESILIENT SEATED (WEDGE) GATE VALVE
3 PART ]. - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Resiiier�t Seated (Wedge) Gate Vaives 4-inch thrpugh 48-inch for use with potable
7 wa�er mains
8 a. 24-inch and larger valves may require an integral bypass
9 B. Deviations from this City of �'ort Worth Standard Speeification
10 1. None.
11
12
13
1 �4
15
16
17
� 8 1.�
19
20
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
�40
C. Relatcd Specification Sections include, but arc not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Canditions of tbe
Contract
2. Division 1— General Requireinents
3. Section 31 23 16 — LTnclassiiied Excavation
4. Sectian 33 ll OS — Bolts, Nuts, and Gaskets
5. Section 33 11 10 — Ductile Iron Fipe
PRICE AND PAYMENT PROCEDURCS
A. Measurement and Payment
1. Gate Valve
a. Measurement
1) Measurement for this Ttem shall be per each.
b. Payment
1) The worlc perfor�ned and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Gate Valve" instalied
for:
a} 3312.3003 8" Gate Vaive — per each
b} 3312.3005 1�" Gate Valve — per each
c) 3312.3006 1G" Gate Valve — per each
c. The price bid s1�a11 include:
1) Ft�rnishing and installing Gate Valves with connections as specified in the
Drawings
2) Valve box
3) Extension
4) Extensions for valves in vaults
5) Val�e vault and appurtenances (for 16-inch and larger gate valves)
6) Petrolatum tape for connections to steel flanges
7) 2-inch risers (for 16-inch and Iarger gate valves)
8) Isolation kits when installed with flanged connections
9) Polyethylene encasement
C1TY O�' PORT WORTH Commander Rd - MidField Stage 2
STANDARD CONSTRUCTION SPI'CIFfCA�'iON i]OCUMSNTS City Pro1ect No. 101644
Revised Decem6er 2D, 2012
331220-2
RESILIE�V'P SEATED (WEI}GE} GA"CE VALVE
Page 2 af 10
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
16
17
f8
19
Zfl
21
22
23
2�4
25
26
27'
28
29
30
3Z
32
33
34
35
36
37
38
39
�'io
41
42
43
i 0} �'avement rernoval
11} Excavation
12} Rock Excavaiion
13) Hauling
14) Disposal of excess material
15) Furnishing, placement and compaction of eznbedment
16) Furnishing, place�ent and compaction of bacicf�ill
I7) Clean-up
18) Cleaning
19j Disinfection
20) Testing
� r„+ :., r-�.,�„ �r.,i„o
a: �
� n,r,,,,,,,,,,,,,,,,,,,+ � ,-+t,:,, r.,,,,, �i,.,Ti �.o ... ,.t,
� �
�
T,. i. „ �. �,a � .,� ,-,,e . .,:� � �.•� �� "�u� � � �µ�� ir.,r.,o„
�ed�'e�
a} c� .
�, 'Y'4,., o h..7 �1,.,13 ; ..1,,.�0,
� � � �,.,,.� .,.,a .'.,�t iz• r , ��u�Y�,. ..':*�' v.,....v�t;��., µy ...,,,,:�:,,,a ,., tt,�
.�. ...,..., V�..,.._��.,.� _ ._..,
��SS
� e. �,-„�, ao .,fa
'3} /�.� �.I�:..a�n 4.� .. n4ir�rr vs u n4or�n�a
��
� ��9�f
�) ��xtet�e�
� �,,,,, ., � .,i. ,.��
� cr t .i+.,�a ., .,,-.o i� �� �a�.,�, �a y,,,-,.o,- �+o����i
., .. .«,. b..� b.,.... . ..a . .,�
41 n+ t fi,�, +., � F „r-:,, ., .,. �,�.v�j �:w .,
07 :j�:
pl 7 ;«,.1.. ,- o ., !F w 1 � :.,.,h .,,,.7 1.,«..e,- ...,+�, ...,T�.nol
��
,�.� r.,,.i„+;�,, r_.f„ ,.,ti,,., ;,,,,+.,iio,� . ,.+�, �.,,,�o,� „ a„t;,.�,,.
,� ��,.,.,� _ ..,� ,..,,a ,. „�e,,.,,,,.o„ ir .- , ti ;r„�. �.,,� i,,..,.,,,. ,..,+o ...,i.,o�i
�
7 �\ U., ..r ,.o „1
�1
� �
� �
�
� �
� �.....,;.,�.;..,� ,,,,,,,,,,,,,,,,+ .,,,.a ,. .,,.«:,,,, ��,.,,.,_���
� 11 VA V[1V1u
_ _ 1\ �`�
- _ / �
� �
� �
44 1.3 REFERENCES
45 A. Abbreviations and Acronyms
46 1. NRS — Non Rising Stem
47 2. 05&Y — O�tside Screw and YoIce
CITY OF POi2T WORTT� Comma�der Rd - Midfield Stage 2
STANAARD CdNSTRUCTION ST'�,CIFICATIpN DQCUMENTS City Project No. 1 U1644
Rcvised December 2D, 2012
33 ]220-3
RESILIEIVT SEAT�D (WE17GE) GATE VALVE
Page 3 0£ 14
B. Reference Standards
2
3
�
5
6
7
8
9
1Q
11
l2
13
I4
IS
16
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
6
7.
8.
1. Reference standards cited in this Specification refer to the current z-eference
standard published at the time of the laiest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Association of State Highway and Transportation Of�cials (AASHTO).
3. American Society of Mechanical Engineers (ASME):
a. B1b.1, Gray Iron Pipe FIanges and Flanged Fittings {Classes 25, 125, and 25a},
4. American Iron and Steel Institufe (AISI).
5. ASTM International {ASTM):
a. A48, Standard Speci�cafion for Gray Iran Castings.
b. A242, Sianda.rd Specitcation for High-Strengfh Low-Alloy Sta-uctural Steel.
c. A307, St�ndard Specification for Carbon Steel Bo�ts and Studs, 60,000 psi
Tensile Strength.
d. A53b, Standard Specification for Ductile Iron Castings.
e. B 117, Standard Practice %r Operating Salt Spray (Fpg) Apparatus.
f B633, Standard Specifieation for Electrodeposited Coafings of Zinc on Iron and
Stecl.
American Water Worlcs Association (AWWA):
a. C509, Resilient-Seated Gate Val�es for Water Supply Service.
b. C515, Reduced-Wall, Resilient-Seated Gatc Valves for Water Supply Service.
c. C550, �'rotective Interior Coatings for Valves and Hydrants.
d. C90Q, Polyvinyl Chloride (PVC) Pressure Pipe and k'abricated Fittings, 4 IN
through 12 IN, for Water Transmission and Distribution.
Arr�erican Water Works Association/American National Standards Institute
(AWWA/ANSI):
a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Fipe Systems.
b. C1 i 1/A21.11, Rubber-GasIcet Joinis fo�� Ductile-Iron Pressure Pipe and
Fittings.
c. C 1 I S/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron o� Gray-Iron
Threaded Flanges.
NSF International (NSF):
a. 61, Drinlcing Water System Cornponents - Health Effec�s.
33 1.4 ADMINYSTRATiVE REQUIREMENTS (NOT USED]
34 1.5 SUBMITTALS
35 A. Submiltals sha11 be in accordance with Section dI 33 00.
36 B. All submittals shall �e approved by the City prior fo delivery.
37 1.6 ACTiON SUBMITTALS/INFORMATIONAL SUBMiTTALS
38
39
40
41
42
43
A. Product Data
Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system
supplied, including:
a. Dimensions, weights, material list, and detailed drawings
b. ]oint type
c. Maximum torque recommended by the manufacturer far the valve size
CI`1'Y OF FORT WpR1'H Commander Tid - Midfield Staga 2
STANDARD COI�STRUGTIQN SPECIFICATiON DOCUMENTS City Project No. E O 1644
Revised Dece�nher 20, 2012
331220-4
RESILIENT SEAT�17 (WEDGE) GATE VALVE
Page4of10
1 2. Polyethylene encasement and tape
2 a. Whether the film is linear Iow density or high dcnsity cross linlced polyethylene
3 b. The thickness of the film provided
4 3. Thrust Restraint, if required by contract Documents
5 a. Retainer glands
6 b. Thrustharnesses
7 c. Ax�y ot�er means
8 4. Instructions for field repair of fusion boncied epoxy coating
9 5. Gaslcets
10
lI
12
13
14
15
16
�7
I8
I9
20
21
22
B. Certificates
1. Fu�nish an affidavit certifying that all Resilient Seated (Wedge) Gate Val�es meet
the provisions of this Section, each valve meets Speciiications, all inspections have
been made and that all tests ha�e been performed in accordance with AWWA C509
or AWWA C515.
2. Furnish a certificate stating that buried bolts and nuts confonn to ASTM B 117.
3. Furnish affidavit that Resilzent Seated (Wedge) Gate Valve manufacturer �ias fivc
years experience manu�acturing Resilient Seated Gate Valves of similar service and
size with experience record.
4. FurnisY� affidavit that Resilient Seated (Wedge) Gaie Valve manufacfurer owns or
controls any foreign factory/foundry that suppIies valve casings and can certify that
the Resiliex�t Seated (Wedge) Gate Valve manufacturer is in control of quality
control at the foreign factory/foundry.
23 l.� CLOS�OUT SUSMITTALS [NOT USED]
2� 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D]
25 1.9 QUALITY ASSURANCE
26 A. Qualifications
27 1. Manufacturers
28 a. Va1�cs 16-inch and larger shall be the product of 1 manufacturer for each
2g project.
30 1) Change orders, specials and field changes may be provided by a c�ifferent
31 manufacturer upon City approval.
32 b. I'or valves less than 16-inch, valves of each size shall be the product of 1
33 manufacturer, unless approved by the City.
34 1) Change orders, specials and ficld changes may be provided by a different
35 manufacturer upon City approval.
36 c. Valves shall meet or exceed AWWA C509 nr AWWA C515.
37 d. �or valves equipped with a bypass, the bypass valve znust be of Yhe same
3g manufacturer as the main val�e.
39 e. Resilient Seated Gate Valves shall be new.
CITY OF FORT WORTH Commander Rd - Midfield Stagc 2
S'I'ANDARI) COMS1'RUCTTp1V SPECii�ICATION DOCUMENTS City Project No. ] 01644
Revised Decemher 20, 2012
33 12 20 - 5
RBSILIGN`I' SEATSD {WEDGE) GATE VALVE
Page 5 of lU
I
2
3
4
5
b
7
8
9
10
11
f.
g-
Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of
successful experience manufacturing of Resilient Seated Gate Valves of sirnilar
service and size, and indicated or demonstrate an experience record that is
satisfactory to the Engineer and City. This experience record vvill be thoroughly
investigated by the Engineer, and acceptance will be at the sole discretion of the
Engineer and City.
Casings for Resilient Seated Gate Valve, such as valve body, wedge, and
bypass; that �re not manufactured wikhin the United States of America, shall be
manufactured by factories/foundries that are owned or controlled (partial
ownership) sucI� that ihe Resilient Seated Gate Valve Manufacturer can control
and guarantee quality at the foreign factory/fnundry.
12
13
1 �4
15
16
17
1&
1.10 DELIVERY, STORAG�, AND HANDLING
A. Storage and Handling Rcquirements
1. Protect all parts so that na damage or detexaaration will occur during a prolonged
delay from the time of shipment uniil instaliation is completed and the units and
equipment are ready for operatian.
2. Protect all equipment and parts against any damage during a prolonged period at thc
site.
19 3. ProEect the finished surfaccs of all exposed flanges by woodez� blank flanges,
20 strongly buiIt and securely bolted thereta.
21 4. Protect finished iron or steel surfaces not painted fio prevent rust and corrosion.
22 5. Prevent plastic and similar briitle items from being directly exposed fo sunlight or
23 extremes in temperature.
24 b. Sccure and maintain a location to stare t�e material in accordance with Section O1
25 66 0�.
26 111 FIELD [SITE] CONDITI�NS [NOT USED]
27 112 WARRANTY
28 A. Manufacturer Warranty
29 I. Maz�ufaciurer's Warranty shall be in accordance with Divisian 1.
30 PART 2 - PRODi1CTS
31 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED]
32
33
34
3S
36
37
38
fCj]
�.2 EQUIPMENT, PRODUCT TYPES AND MATERTALS
A. Manufacturers
1. Only the manufacturers as listed an the City's Standard Products List will be
considcred as shown in Section O1 6Q 00.
a. The manufacturer must eomply with this Speciiication and related Sections.
2. Any proc�uct that is not listed on the Standard Products List is considez�ed a
substitution a.nd sha�l be snbmitted in accordance with Sectipn 01 25 00.
B. Description
CITY pF FORT WORTH Commander Rd - Midfield Stage 2
STANf]AR� CaNSTRUCTION SPECIP'ICATION DOCUMEIVTS City Project No. ] 01644
Revised December 20, 2U12
33 l2 20 - 6
RESILIENT SEATLD (WEDGE) GATE VALVE
Page 6 of ] 0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
i7
I8
I9
20
21
22
23
24
25
26
27
28
29
3D
31
32
33
34
35
36
37
38
39
40
�41
42
43
44
45
46
47
1. Regulatory Requirem�ents
a. Valves shall be new and meet or exceed AW WA C509 ar AW WA C515 and
shall meet or exceed the requirements of this Speci�'ication.
b. All valve components in contact with potable water shall conform ta the
requirements of NSF 61.
C. Matcrials
1. Valve Body
a. Valve body: ductile iron per ASTM A536
b. Flanged ends: Funr►ish in accordance with AWWAJANSI CI15/A21.15.
c. Mechanical3oints: Furnish with outlets which conform to AWWA/ANSI
C1111A21.11.
d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5
mils, meeting AWWA C550 requirements
e. Buried valves: Provide with polyethylene encasement in accordance with
AWWA/ANSI C105/A21.5.
1) Polyethylene encasement: Furnish in accordance with Section 33 11 10.
2. Wedge (Gatej
a. Resilient wedge: rated at 250 psig cold water working pressure
b. The wedge {gate} for all vaive sizes shall be 1 piece, fi�lly encapsulated with a
permanently bonded EPDM rubber.
3. Bypass
a. For gate valves using a doubie roller, track and scrapper system, an integrally
casl bypass on the body of the valve is r�quired_
1) Orient the bypass on the same side of the gate valve as the spur gear to
allow operation. of both valves from the manhole opening.
2) The bypass shall be a minimurrz 4-inch in size.
4. Gate Vaive Bolts and Nufs
a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM
A307 Gr. B, Zine Flate per ASTM B633, SC3 for non-buried service (4-inch
through 12-inch valves) or as specifed in 2.2.C.4.b.
b. Hex head bolt and hex nui: AISI 304 stainless steel for buried service (all
sizes} and for val�es 16-inch through 36-znch (non-buried service)
5. Bolts and Nuts
a. Mechanical7oints
� a} Pro�ide bolts and nuts in accardance with Section 3� 11 O5.
b. Flanged Ends
1) Meet requiremex�ts of AWWA Ci 15 or AWWA C207 depending on pipe
xnaterial.
2) Pro�ide bolts and nuts in accordance with Section 33 11 O5.
3) Fianged isolation kiYs shall be provided when connecting to buried steel or
concrete pressure pipe. Kits shall conform to Sectian 33 04 10.
6. .Toints
a. Valves: ilanged, or mechanical joint or any combinatioz� of these as specified
on the Drawings or in the project Specifications
1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125
a) Flan�e bolt circles and bolt hoies shall match those of ASME B 16. I,
Class 125.
CITY OP rORT WORTH
STAN�ARD CONSTRUCTION SPECIFICATION T70CUMENTS
Revised T]ece�nber 2U, 2012
Cominander Rd - Midfield Stage 2
City Project No. 101644
s3 iaaa-�
ILESILIENT SEATED (WBDGE) GATB WALVE
Page 7 of l0
1
2
3
4
S
6
7
8
9
ID
11
12
13
14
15
16
I7
18
19
b} Field fabricated flanges are prohibited.
2) Steel or concrete pressure pipe
a} Use flange joints unless otherwise specified in the Contract
Documents.
3) D�ctile Iron or FVC pressure pipe
a) Use mechanical joints with mcchanically restz-ained xetainer glands
unless otherwise sp�ciiied in the Conhact Docurne�ts.
7. Operating Nuts
a. Supply �oz- buried service valves
b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/�-inch high
c. Cast an arrow showing the direction of opening with the word "OPEN" on the
aperating nut base.
d. To open, the operating nut shall be turned to the RIGHT (CLOCKWIS�)
direction. Nut shall be painted red per AWWA specificataons
e. Connect tY�e operating nut to the shaft with a shear pin that pz�events the nut
from transferring torque to that shaft or the gear box that exceeds ihe
manufacturer's recammended torque.
f. Furnish laandwheel aperaiors for non-buried service, or vvhen shown in the
Drawings.
20 $. Gearing
21 a. Gate vafves that are 2�4 inch and laiger: Equip with a spur gear.
22 b. Bevel gears for horizontally mounted valves arc not allowed.
23 c. The spur gear sha�1 be designed and supplied by il�e manufacturer of the valve
24 as an integral part of ihe gate valve.
25 9. Gaskets
26 a. Provide gaskets in accordance with Section 33 11 O5.
27 2.3 ACCESSORTES
28
29
30
31
32
33
3�4
35
36
37
38
39
40
41
42
43
44
45
46
A. All gate valves shall have the following accessories provided as part of the gate valve
installarion:
7
�
A lceyed solid extension stem of sufficient length to bring the operating nut up to
within 1 foot of the surface of the ground, when the operating nut on the gate valve
is 3 feet or morc beneath the surface of the ground. �xtension Stems are:
a. Not required on City stoelc orders
b. Not ia be bolted or attached to thc valve-operating nut
c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting
Ioosely enough to allow deflection
Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in
sufficient quantity for assembly of each joint.
Cast Iron Va1ve Boxes: provide for buried service gate valves, cast iron valve
boxes and covers
a. Each valve bax for 4-inch through 12-inch valves shall be 2-piece, 5'/a-inch
shafts, screw type, consisting of a top section and a bottom section.
b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List
in attached in Section 01 60 00.
c. Valve box covers shall be so designed that they can be easily removed to
provide access to valve operating nut.
C1TY OF FOIt'�' WORTH Commander Rd - Mrdfield Stage 2
STANDARD CONSTRUCTiON SPECIFICA"I'iON T70CCJ1VIENTS City P�-oject No. ] 01644
Revised Decemher 20, 2012
331220-8
R�SILIENT 58ATED ( WGDGE) GATE VALVE
Page S of ] 0
1
2
3
4
5
6
7
d. Valve box covexs must be designed to stay in pasition and resisf damage under
AASHTO HS 20 traffic loads.
e. Each cover shall be casted with the ward "WATER" or "RECLAIMED" in
raised letters on fhe upper sur�ace.
f. Cast iron valve boxes and covers shall conform io ASTM A48, Class 35B.
1) Valve box covers shall be round for potable water applications and square
%r reclaimed water applications.
'1 '
g g. Box extension materaal shall be AWWA C900 PVC or ducta e�ron.
9 2.4 SOURCE QUALITY CONTROL [NOT USED]
10 PART 3 � EXECUTION
11 3.1 INSTALLERS [NOT USED]
12 3.2 EXAMINATION �NOT USED]
13 3.3 PREPARATION [NOT USEDI
14 3.4 INSTALLATION
15
16
17
18
19
20 3.5
A. General
1. All valves shall be installed in vertical position when utilized in normal pipeline
instaFlation.
2. Val�es shall be placed at Iine and grade as indicated on the Drawings.
3. Polyethylene encasernent installation shall be in accordance with Section 33 11 1Q.
RE�ATRIRESTORATION (NOT USED]
21 3.6 RE-YNSTALLATION [NOT USED]
22 3.7 FIELD [oa] $ITE QUALITY CONTROL
23 A. Field Inspections
24 1. Before acceptance of the installed valve, the Ciry Field Operations Staff shaIl have
25 the opportunity to operate �he valve.
26 2. `I'he City shall be given the opportunity to inspect all buried flanges before ihey are
2'7 cavered.
28 3. The Operator will be assessing the ease of access to the operating nut vvithin the
29 valve box and ease of operating the valve from a fuliy closed to fully opened
30 position.
31 4. If access and operation of the valve meet �he City's criteria, then the valve will be
32 accepted as installed.
33 B. Non-Confarming Work
34 1. Ff access and operation of fhe valve or its apputtenances does not meet ihe City's
35 criteria, the Contractar �vill re�nedy the situation until it meets the City's criteria, at
36 the Contractor's expense.
CITY OF FORT' WORTfi Commander Rd - Midfield Stage 2
STANDARD CONSTRi3CTI0� SPBCIFiCAT101V DOCiJMENTS City Project No. 1 Q1644
Revised December 20, 2012
331220-9
R�SILIEIVT BLAT�A (WEDGL) GATE VA1.VL
Page 9 of 10
1 3.8 SYSTEM STARTUP [NOT U�EDJ
2 3.9 ADJUSTING [NOT USED]
3 3.10 CLEANING [NOT USED]
4 311 CLO�EOUT ACTIVITIES rNOT USED]
5 312 PROTECTION [NOT USED]
6 313 MAINTENANCE [NOT USED]
7 314 ATTACHMENTS �NOT USED]
C1TY OF FORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTION Sl'ECIFICATION DOCUMENTS City Project Na. 101b44
Revised December 20, 2012
33 12 20 - ID
RESILIENT S�ATCA (WEDGE) GATE VALVC
Page 16 of l0
END OF SECTiON
Revision Log
DATE NAME SUMMARY OF CHANGE
1.1.A — Modiiied acceptable size range and added requirement for 6ypass in 30-inch
gate valves, Blue text added for exceptions
1.2 Measurement and Payment — Added Cut-In Ctiate Valve
1.2.A.l.c and 1.2.A.2.c — added addilional items to 6e included in price 6id
1.6.A — removed requirement for product data for holts and nuts because it is to be
included under Section 33 1 I O5.
12/20/2D 12 D. 7ohnson 1.9.A.1 — Added requirement for bypass valve manufacturing
2.2.C. — AcEded requirement for 30-inch gate valves to have a bypass and bypass
material requirements; Added reference to Section 33 11 05 and removed material
speci�caiion for bolts, nuts and gaskets; Added requirement for flanged isolation
kits; Added restraint requirements for mechanical joint connections with ductile i►ron
or PVC pressure pipe.
2.3.3 —IVlodified acceptable cast iron from Ciass 40 ta Class 3SB; Added
requirements for reclaimed water applications
1.1.A.2 Revision - Ga[e valves larger than 24-inches may be approved by the City on
a case-by-case basis
1.6.B.3 Added Sectian. Requires Affidavit for 5 ycars of experience in
inanufach�ring RS Gate valves of similar size and type.
1.6.B.4 Added Section — Requires Affidavit on Gate Valve manufacharers awnership
6/24/2014 D. Townsend in fareign factories/fo�Endries providing components to ceriify on-site qualify conCrol.
L9.A.I.f Added Section. ReqGirement for 5 years of experience in manufacturing
RS Gate va[ves of similar size and type.
1.9.A. �.g Added Section. Requirement for Gate 'Valve manufacturers ownership (or
control) in foreigi� factories/foundries providing components to certify on-site quality
control
11.A.1 Revised maximum allowable Resilient Seated {Wedge) Gate Valve from
3d-inch to 4$-inch
t.l .A.I .a ltevised minimum size gate va[ve xeguiring 6ypass from 30-inch to 24-
inch.
5/6/2015 D. Townsend 2,2,C,3. Cha��ged requiremenC for an integrally cast bypass from 30-inch and above
resilient seated gate valves to all double roller, track and scrapper system resilient
seated gate valves
2.2.C3.2 Added tl�e minimum stze bypass shall he 4-inches.
2.2.C.�.d Added ihat nut shall be painted red per AWWA specifications
CITY OF PORT WOIZTH Commander Rd - Midfield Stage 2
STANDARD COAISTRUCTION SP�CTFICA7'lON DOCUMEN'i'S City Project Na. 101644
Revised December 20, 2� 12
331225-1
COIVNE+CTION TO EXTSTING WATER MAINS
Page 1 of 8
I
2
SECTION 33 12 25
CONNECTION TO EXISTING WATER MAINS
3 PART1- CENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Co�nection to existing water mains to include, but not lirnited to:
7 a.. Cutting in a tee for a branch connection
8 b. Extendang from an existing water main
g c. Installing a tapping sleeve and valve
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12
13
14
15
16
17
18
19
20
21 1.2
22
23
24
2�
26
2.%
28
29
30
31
32
33
3�4
35
36
37
38
C. Related Specificatian Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forins, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 04 4Q — Cleaning and Acceptance T�sting of Water Mains
4. Section 33 QS 10 — Utility Trench Excavation, Embedment and Backfill
5. Section 33 OS 30 — Location of Existing Utilities
6. Section 33 ll OS — Boli,s, Nuts, and Gaskets
7. Section 33 11 10 — Ductile Iron Fipe
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
�
� T��
y � 'Y'l.' 7+ ',] .i 1-. '.7' . +., +1,a a S,v. ..u} :11:.`l.
�� ,�s � � ., �«
� �
� l '7'L. 1 F .1 .�1 a4,�. �+a _ 1 F H..,u ... �..........`� «.a.:.., .:iah rl,..,
� 7 .. .aa ....
T4 l. �.�1' f.. +L.e � ,�,xr rr-� L.�.�1 l:.,env � ..} �.'.�.nFn.� ..
p... .,...,... �..... .., .. »..,. t,'.t,�
r, , a r „+�,o �� ^�� �a nn,� ,,,a
, ��u .v.. ... .. � �,,., .
�
2r: �a�tir��
� ""---- -- -- -� � -- ��.• rf t, tr t, � `� . ��:�a:
vcZacrrcuo coiaxcv�ivirC�^,'�:Y
b: �'-�
7l mt, 1 F .7 .7 +i�.o P....,ro ' 1 1' ��i'i�,u :... w...,: ��].,,,..o =.y+t. ah..,
� J �.w...... ... .___"
�xT.,Fo,- nK.,:.,�� ,,,�+nlle,t F p•
CITY OF FdRT WORTH Commartder Rd - Midfield Stage 2
STANDARD CONS`fRUCTIpN SPECIFICATTON AOCUMSNTS Ciry Project No. 30i644
Revised February 6, 2013
33 12 25 - 2
CONNLCTION TO EXISTING WATER MAINS
Page 2 of 8
1
2
3
4
$
6
7
g
9
l�
�1
rz
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
24
30
31
32
33
34
35
36
37
38
39
4D
41
42
43
44
45
46
4'7
48
49
.� `Fi�o .. i...a ni-.niT � nT..ric n�i ,.4c, .��rr�oiri ,. 4i.r. or�.r��a v7uxir. t,Ni-
� u ��b� � �
.�F��
� n..,,.,.,..:,,., �„�,,,,:+�„r�
� �
Zl �..,.1,,.-.,F.,,-., o .n+,�... /.,,.., n.7�,]l
�7
/[1 �.....-a....r.F...«. ...-..a a..r.+i�nn4i�ri
T�
41 D,. „1.'1'.��r'.y
�7
07 ��.,, .��5
'71 �.,1.,,.+1,..1..,.,e o .,r
T�
� ��
� �
� n., .,+ .- ., i
��
� �
�
� �
� �
�} �e�t
� �
3. Connection to an existing pressurized �ort Worth Water Distribution System Main
by Tapping Sleeve and Valve:
a. Measurement
1) Measurement for this Item shall be per each connection coxnpleted.
b. Paymenfi
I} The work performed and the materials furnished in accardance with this
Item shaII be paid for at the unit price bid per each "Tapping Sleeve and
Valve" installed for:
a) 3312.0106 Connect�on to ExisYing 16" Water Main (Wet) — per
each
b} 33�2.011'� Connection to Existin� 12" Water Main (Wet) --- per
each
c. The price bid shall include all aspects of making the coz�nection including, but
not limited to:
1) Preparing submittals
2) Dewate�ing
3} Expioratory excavation (as needed)
4} Coordination and notification
5} Tapping Slee�e and Tapping Valve
6) Remobt�ization
7) Temparary lighting
8) Polyethylene encasement
9j Ma1ce-up pieces
10) Linings
11) Pavementremoval
I2) Excavation
13) Hauling
14) Disposal of excess material
15) Clean-up
16) C�eaning
CiTY OF FORT WORTfi
STANDARD CONS1'RiJCTION SPECIFlCAT103�1 DOCUMENTS
Revised February 6, 2013
Commander Rd -11�idfie[d Stage 2
City Project No. 101644
33 �zas-3
CONNECTION TO EXTBTING WATSR MAINS
1'age 3 of 8
1
2
17) Disinfection
1 S) Testing
3 1.3 REFERENCES
A A. Reference Standards
5
6
7
8
9
10
11
12
l3
�4
IS
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
1.
2.
3.
4.
5
�
7
Reference standards cited in this Specification refer to the current reference
standard published at the fime of the latcst revision date Iogged at the end of this
Specification, ut�less a date is specifically cited.
American Society of Mechanical Engineers (ASME):
a. B 16.1, Gray Iron I'ipe Flanges and Flanged Fittings Classes 25, 125 and 250)
ASTM International (ASTM):
a. A36, Standard Specification for Carbon Str�ctural Steel.
b. Ai93, Stanciard Specification for AIIoy-Steel and Stainless Steel Bolting for
High Temperature or High Pressure Service and Other Special Purpose
Applications
c. A194, Speciiication for Carbon and Alloy Steel Nuts for Bolts for High
Pressuz�e or High Temperature Service, or Both
d. A242, Siandard Specificaiion for High-Skrength Low-Alloy 5tructural Steel,
e. A283, Standard Specification for Lovv and Intermediate Tensile Strength
Carbon Steel Plates.
£ A285, Standard Specification for Pressure Vessel Plates, Carbon Stcel, Low-
and Intermediaie-Tensile Strength.
g. B117, Standard Practice for Operating SaIt Spray (�'og} Apparatus.
h. D2000, Standard CIassification System for Rubber Products in Automotive
Applications.
Ameriean Water Worlcs Association (AWWA}:
a. C200, Stee� Water Pipe - 6 TN and Larger.
b. C207, SteeI Fipe Flanges for WatervcrorIcs 5erviee — Sizes 4 IN through 144 IIV.
c. C213, Fusian-Bonded Epoxy Coating for the Interior and Exterior of Steel
Water Pipe�ines.
d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves.
American Water Works Association/American National Standards Instiiute
(AWWA/ANSI):
a. C105/A21.5, Folyetbylene Encasement far ➢uctile-Iron Pipe Systems.
b. C1111A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
c. C 115A21/15, Flanged Ductile-Iron Fipe wiih Ductiie Iron or Gray-Iron
Threaded Flanges.
NSF International (NSF):
a. 61, Drinking Water System Components — Health Effects.
Manufacturers Standardization Society of the Valve and Fitting Induslry Inc.
(MS�):
a. SP-60, Connecting flange Joint Betr.veen Tapping Sieeves and Tapping Valves.
43 1.�€ ADMTNISTRATIV� REQUIREM�NTS
44 A. Prc-installation Meetings
CITY ON FORT WORTH Co�nmandc�' Rd - Midfield Stage 2
STANDAR➢ CO3VSTTiIEJCTION SPECIFICATION DOCUMEN"1'S City Froject No. 101644
Revised Februfuy 6,2013
331225-4
CONTIECTION i'O EXISTING WATER MA1N,S
Page 4 of 8
1 1. Rec�uired for any connections to an existing, pressurized 16-inch or largez� City
2 water distribution system main that rec�uires a shutdown of sorne part of �hhe water
3 system
4 2. May also be required for connections that involve shutting water service off to
5 certain critical businesses
b 3. Schedule a pre-installation meeting a minimurn of 3 weeks prior tp proposed time
7 for tk�e work to occur.
8 4. The meeting sha11 include the Contractor, City Inspector and City Vaive Crew.
9 5. Review work procedures as submitted and any adjustments made far current field
10 conc�itions.
il
12
I3
14
15
16
17
18
l9
�a
21
22
23
24
25
26
27
28
29
30
6. Verify that a11 valves and plugs to be used have adequate thrust restraint or
b1ocl�ing.
7. Schedule a tcst shutdown with the City.
8. Scl�edule the date for the connection to the existing system.
B. Scheduling
1. Schedule work to ma��e all connections to cxisting 16-znch and larger mains:
a. During the period from No�ember through April, unless othervcrise approved by
fhe City
h. During normal business I�out's from Monday through Friday, unless otherwise
approved by ihe City
2. Schedule City Valve Crew by l:OQ P.M. a minimum of 1 business day prior to
planned disruption to the existing water system.
a. Tn the event fhat other water system activities do r�ot allow the existing main to
be dewatered at the requested time, schedule worlc to allow the connection at an
alternate time acceptable to the City.
1) If water main cannot be taken put of service af the originally requested
time, coardination wiill be required with t�e City to discuss rescheduling
and compensation far mobilizaYion.
2} No additional payment vvill be provided if the schedule was altered at the
Contractor's request.
31 1.5 SUBMITTALS
32 A. Submittals shall be in accordance with Section Q1 33 00.
33 B. All submittals shall be approved by the City prior to delivery and/or fabrication for
34 specials.
35 1.6 ACTION SUSMITTALS/INFORMATTONAL SUBMITTALS
36 A. Product Data, if applicable
3'1 i. Tapping Sleeve noting the pressure rating and coating system supplied including:
38 a. Dimensions, weights, material list, and detailed drawings
39 b. Maximum torque recommended by the manuiacturer �or the valve by size
A0
�41
42
B. Submittals
1. Provide a detailed sequence of work for 16-inch, or larger, connectipns if required
by City that includes:
CiTY OF FORT WORTH Commander Rd - Midfield Stage 2
STANDATtn CONS'TRUCTIpN SPECIRICATION DOCUMENTS Ciry Project No. ] 01644
Revised Fehruary 6, 2tl 13
33 12 25 - 5
CONNECTIOiV TO EXTSTING WATER 1VIA1N5
Page 5 oi 8
1
2
3
4
5
6
7
8
9
a. Results of exploratory excavation
b. Dewatering
c. Procedure for connecting to the exisfing water main
d. Time period far completing wark from when tlae water is shut down to w�en
the main is bacic in service
e. Testing and repressurization procedures
2. Welders that ar� assigned to work on connection to conerete cylinder or steel pipe
must be certifed and provide Welding Certificates, npon request, in accordance
with AWWA C200.
10 ].� CLOSEOUT SUBMITTALS [NOT USED]
1 I 1.8 MAINT�NANCE MATERIAL SUBMITTALS jNOT US�D]
T2 1.4 Qi3ALITY ASSURANCE jNOT USED]
13 110 DELIVERY, STORAGE, AND HANDLING
14
15
16
17
18
19
20
21
22
23
24
25
A. Siorage and Handling Require�ents
1. Protect parts so that no damage or deterioration accurs during a prolonged delay
from the time of ship�nent until installation is coxnpleted.
2. Protect all equipment and parts against any darnage during a prolonged period at tI�e
site.
3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly
built and securely bolted thereio.
4. �'rotect finished iron or steel surfaces not painted to prevent zust and corrosion.
5. Prer�ent �lastic and szmilar brittle items from being exposed to direct sunlight and
extremes in ternperature.
6. Seciue and mai�tain a location to store the material in accordance with Section O1
66 00.
26 T.I1 TIELD [SITE] CONDYTIONS [NOT USED]
27 1.I2 WARRANTY
28 A. Manufacturer Warranty
29 1. Manufacturer's warranty shall be in accardance witI� Division 1.
30 PART 2 - PRODUCTS
31 �.1 OWNER-FURNI�HED [au] OWNER-SLIPPLIED PRODUCTS [NOT USED]
32
33
34
35
36
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufact��rers
1. Only the manufacturers as listed by the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with �is Specification and related Sections.
C1TY OP PORT WORTH Commander itd - Midfield Stage 2
STANDARD CONSTRUCTLOI� ST'ECTP'iCATIOi�i DOCiIM�NTS City PrajecE No. 101G44
Revised Februaiy G, 2013
33 l2 25 - 6
COiVNECT1dN TO EXISTING WATEK MAINS
Yage 6 of &
1
2
3 B
4
5
6
7
S
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
C.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section Q1 25 00.
Description
1. Regulatory Requirements
a. Tapping �leeves shall xneet or exceed AWWA C223 and the requirements of
this Specification.
b. All valve components in contacf with potable water shall confo�nnn to the
requirements of NS�' 61.
Tapping Sleeve Materials
1. Body
a. Body; Carbon Steel per A,�TM A283 G�-ade C, ASTM A285 Grade C, ASTM
A36 Steel or equal
b. Finish: fusion bonded epoxy coating to an average 12 miI thicicness. rusion
applied per AWWA C2l 3.
c. AIl buried tapping sIeeves shall be provided with polyethylene encasennent in
accordance with AWWA/ANSI C105/A21.5.
1} Polyethylene encasement shall be in accordance with Section 33 11 10.
2. Flange
a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME
B 16.1 Class 125.
b. Recessed for tapping valve per MSS SP-60
3. Bolts and Nuts
a. Flanged Ends
1) Mcet requirements of AWWA Cll 5 or AWWA C207 depending oz� pipe
m.aterial.
2} Provide bolts and nuts in accordance with Section 33 11 05.
27 4. Gaslcets
28 a. Pro�ride gaskets in accordance wzth Section 33 11 05.
29 5. Test Plug
30 a. 3/4-inch NPT carbon steel with square head and fizsion bonded epoxy coating
31 2.3 ACCESSORIES [NOT USED]
32 2.4 SOURCE QUALITY CONTROL [NOT USED]
33 PART 3 � EXECUTIQN
34 3.1 INSTALLERS �NOT USED]
35 3.2 EXAMINATION
3b A. Verification of Conditions
37 1. Verify by exploratory excavation, if needed, that existing wafer main is as depicted
38 in the Drawings and ik�at the location is suitable for a connection to the existing
39 water main.
40 a. Excavate and backiill trench for the exploratory excavation in accordance with
41 33 OS ld.
CITY OF FdRT WORTH Commander Rd - Midfield Stage 2
STATIDARD CbNSTRi7CTION SP�CTP'iCAT10N DOCUMEI�lTS City Project No. 101644
Ravised February 6, 2DI3
33 12 25 - 7
CONNECI'TON TO �XISTiNG WATF,R MAINS
Page 7 of 8
1 2. Verify that all eqnipment and materials are available on—site prior to the shutdown
2 of the exisfing main.
3 3. Pipe Iines shall be completed, tested and authorized for connection to the existing
4 system in accordance with Section 33 04 40.
5 3.3 PREPARATION [NOT USED�
b 3.4 INSTALLATION
7
&
9
10
I1
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33 3.5
A. General
1. Upon disruptian pf the existing water main, continue work until the cannection is
complete and the existing rx�ater main is back in service.
B. Procedure
�. Expose thc proposed connection point in accordatice with Section 33 QS 1Q.
2. Dewater the existing water line so the chIoz-inated water is nat unlawfully
discharged.
3. Maintain the water that may bleed by e�isting valves or plugs during installation
within the worIc area ta a reasonable level.
a. Contral the water in such a way that it does not interfere with the proper
installation of khe connection or create a discharge of chlorinated water,
4, Tf any discharge of chlorinated water occurs, discharged waier shall be de-
ehlorinafed in accordance with Section 33 04 40
5. Cut and remove existing water main in order to make the connection.
6. Verify that the existin� pipe line is suitable far the proposed connection.
7. Place trench foundation and bedding in accordance with 33 OS 10.
8. In the event that a tapping sleeve and valve is used, the coupon from the existing
water main s1aa11 be submitted ro khe City.
9. Preveni embedment, bacicfill, soil, water or other debris form entering the pipeline.
10. Establish thrust restraint as provided for in the Drawings.
11. Clean and disinfect the pipeline associated with the con�ection in accordance with
Section 33 04 40.
12. �'lace embedment to the top of the pipe zone.
13. Request that the City Valve Crew re�pressurize the pipeline.
14. Directionally flush ihe connection in accordance with 5ection 33 04 40.
15. Request tlaat City Valve Crew open all remaining valves.
REPAIR/RESTORATYON �NOT USED]
34 3.6 RE-INSTALLATION [NOT USED]
35 3.i �'IELD [a�] SITE QUALITY CONTROL [NOT USEDJ
3b 3.8 SYSTEM STARTUP [NOT US�D]
37 3.9 ADJUSTING [NOT U,SED]
38 3.10 CLEANING [NOT USED]
CITY OF FOlt1' WORTH Commander Ttd - Midfield Siage 2
STANDARD CONSTRUCTION ST'ECIFICATTpA1 DpCUMENTS Cily Project No. 101644
Revised Fehruary 6, 2013
331225-5
CONNEC'1'ION TD EXIST[I�G WATER 11�AINS
Page 8 of 8
1 3.11 CLOSEOUT ACTIVITIES �NOT USED]
2 3.12 PROTECTION jNOT USED�
3 3.13 MA�NTENANCE [NOT USEDj
4 3.14 ATTACHMENTS [NOT USED]
5 END OF SECTION
6
Revision Log
DATE NAM� SUMMARY OF CHANGE
12/20/2012 D. Johnson 2•2•C3 and 4— Added reference to Section 33 i 1 OS and removed bolt, nut and
gaskct material speci�cation
2/6/2013 D. Townsend 3,4.B.4 Modified to refcr to Section 33 04040
CITY OF FORT WORTH Commander 12d - MidSeld Stage 2
STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Projec[ No. lU 1644
Revised February 6, 2013
333120-1
PqLYVINYL CHLORIDE (PVC) GRAVTTY SANiTARY SEW�R PIPE
Page 1 oF G
1
2
SECTION 33 3120
POLYVINYL CHLORIDE (PVC} GRAVITY SANITARY SEWER PIPE
3 PART 1 - G�NER.AY.
4 1.1 SUMMARY
5 A. Sectipn Tnclud�s:
6 l. Polyvinyl Chloride (PVC) pipe 4-inch fi.hrough 27-inch for gravity sanitary sewer
7 applications
8 B. Deviations from t3�is City of k'ort Worth Standard Specification
9 1. None.
ia
I1
12
13
14
15
t6
17
18
I9
20 1.�
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
C. Related Speci�catipn Sections include, but are not necessaz�ly limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requircments
3. Section 31 23 I 6— Unclassified Excavaiion
4. Section 33 O1 30 — Sewer and Manhole Testing
5. Sectian 33 O1 31 — Closed Circuit Television (CCTV) Inspection
6. Section 33 OS 10 — Utility Trench Excavation, Embec�ment and Backfill
7. Section 33 OS 26 — Utility Markers/Locators
S. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line
PRiCE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measured horizontally along the surface from center line to center line of Ehe
manhole or appurtenance
2. Payment
a. The worlc performed and materials furnisf�ed in accordance with this Item and
measured as provided under "Measurement" wilI be paid far at the unit price hid
per linear foot of "PVC Pipe" installed for:
1) 3331.4115 8" Sewcr Pipe -- per linear fooY
3. The price bid shall include:
a. Furnishing and installing PVC gravity pipe vvith joints as specified by the
Drawings
b. Pavexneni removal
c. Excavation
d. Rocic Excavation
e. Hauling
f. Disposal of excess maierial
g. Furnishing, placement and campaction of embedment
h. Furnishing, placement and campaction of back�ll
i. Trench water stops
CITY dF NORT WORTH Commander Rd - Midfieid 3tage 2
STANDARD CONSTRUCTTON SPECII'TCATION DOCUMENTS City Project No. 101644
Revised Jime 19, 2013
333120-2
POLYVINYL CHLORIDr (PVC) G1tAVITY SANITARY SEW�R PIPE
Page 2 of 6
1
2
3
j. Clean-up
k. Cleaning
1. Testing
4 1.3 REFERENCES
5
5
7
8
9
10
11
12
13
I4
15
lb
17
18
19
20
21
22
23
24
25
26
27
28 1.4
A. Reference Standards
1. Reference standards cited in thas Speci�cation refer to the current reference
standard p�blished at the time o� the latest revision date logged at the end of this
Specrfication, unless a date is specifically cited.
2. American Association of Siate Highway and Transportation (AASHTO).
3. ASTM Internatianal {ASTM}:
a. D1784, Standard. Specif cation for Rigid Poly(Vinyl Chlpride} (PVC)
Compounds and Chlorinated Foly(Vinyl Chloride) (CPVC) Compounds.
b. D2412, Standard Test Methoc� for Determination of �xternal Loading
Characteristics of PIastic Pipe by ParaIIel-Plate Loading.
c. D3Q34, Standard Specification for Type PSM Poly(Vin�l Chloride) (PVC)
Sevver Pipe and Fittings.
d. D32I2, Standard Specifcaiion for Joints for Drain and Sewer Plastic Pipes
Using Flexible EIastameric Seals.
e. F679, Standard Specification for Poly (Vinyl Chioride) (PVC} Large-Diameter
Plastic Gravity Sewer Pipe and Fittings.
4. Texas Cammission on Enviranmental Quality (TCEQ);
a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design.
h. Title 30, �art I, Chapter 2� 7, Subchapter C, Rule 217.54 — Criteria for Laying
Pipe.
c. Title 30, Part I, Chapter 217, Subchapfer C, Rule 217.57 — Testing
Requirements for Installatiqn of Gra�vity Collection System Pipes.
5. Underwriters Laboraiaries, Inc. (UL}.
ADMINISTRAT�VE REQUIREMENTS �NOT USED]
29 1.S SUBMITTALS
30 A. Submittals shall be in accordance with Section al 33 00.
3l B. Ail submittals shali be approved by the Czty prior to deiivery.
32 1.� ACTION SUBMITTALS/IN��RMATIONAL SUBMITTALS
33
34
35
36
37
38
39
40
A. Producf Data
1. Product data sheet
2. Manufacturer
3. Nominal pipe diameter
4. Standard dimension ratio (SDR}
S. Cell classification
6. Laying lcngths
B. Certificafes
CITY OF FdRT WORTFi Commander Rd - Midfield 5tage 2
ST'ANDA RD CONSTRUCTION SPECIFICATIOAi llOCUMENTS City Project No. 1 D1644
Revised Iune 19, 2013
333120-3
POLYVTN'YL CHI.ORIDE (PVC) GRAVITY SANITAR�1' SLaWER PIPS
Page 3 of 6
i 1. Furnish an affidavit certifying that alI PVC Gravity Pipe meets t�e prqvisions of
2 this Section and has been air and deflection tested and meets the requirements of
3 ASTM D3034 and ASTM F679.
4 l.'� CLOSEOUT SUBMITTALS (NOT USED]
5 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
b 1.9 QUALITY ASSURANCE
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
�r
22
23
24
A. Qualiiications
1. Manu�acturers
a. Finished pipe shall be the product of 1 manufacturer for each size per projecC,
�nless otherwise approved by the City.
1) Change orders, specials and �ield c�anges may be provided by a different
manufacturer upon City approval.
b. Pipe manufacturing operations shall be performed under the control of the
manufactuxer.
c. All pipe furnished shall be in conformance with ASTM D3034 (4-i�ch through
15-inch) and ASTM F679 (18-inch througia 27-inch).
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Gravity pipe shall be stored and handled in accordance with the manufacturer's
guidelines.
2. Secure and maintain a location to store the material in accordance with
Sectian O1 66 Od.
L11 FIELD [SITE] C4NDYTIONS jNOT USED]
1.12 WARRANTY �NOT USED]
25 PART 2 - PRODUCT�
26 2.1 OWNER-FURNISHED [onj OWNER-SUPPLIEDPRODUCTS [NOT USED]
27
28
24
30
31
32
33
3A
35
36
37
38
39
�.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed in the City's Standard Products List will be
considered as shown in Seetion O1 60 D0.
a. The ix�anufacturer must cornply with this Specification a�d related Sections.
2. Any product that is not listed on the Standard Pz-oducts List is considered a
substitution and shall be submittcd in accordance with Section O1 25 00.
B. Performance / Design Criteria
1. Pipe
a. Meet all requirements of TC�Q.
b. Design in accoz-dance wi�h ASTM D303�4 for 4-inch through 15-inch SDR 26
and ASTM F679 for 18-inch through 27-inch 46PS/115PS.
c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL.
CITY OP P'QRT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRUCTiON SPECIFICAT10Ai DOCUMEiVT5 City Project No. 101644
Revised 7une 19, 20] 3
3aa� zo-a
POLYVIIVYL CHLORIDE (1'VC) CrRAVfTY SANITARY SEWSRYIPE
Page 4 of 6
1 d.
2
3 e.
4 f.
5
6
�•
7
8
9
10
11
12
13
14
15
I6
17
18
19
20
21
22
23
24
25
26
27
2$
29
30
31
h.
Assume a standard lay length of 14 feet and 20 feet except for special £'ittings or
closure pieces necessary to comply with the Drawings.
Use green coloring for ground identifcation as sanitary sewer pipe.
PVC aneetsng the requirements of ASTM D 178�F, with a cell classification of
12454 or 12364
Deflection Design
1} Base pipe design on pipe stiffness, soil stiffness and load on the pipe.
2} Design pipe according to the Modified Iowa Formula as detailed by the
Uni-Bell PVC Pipe Associa�ion in the Handboo�� af PVC Pipe, using the
fallowing parameters:
a) Unit Weight of Fill {w) — 130 pounds per cubic foot
b) Live Load = AASHTO HS 20
c) Trench Depth — 12 feet mznirnum, or as indicated in Drawings
d} Maximum (E') = 1,OQ0 max
e} Deflection Lag Factor (DL) = 1.0
� Bedding Factor canstant (K} = 0.1
g) Mean radius of the pipe (r}, inches, as indicated in Drav,+ings
h) Marston's load per unit length (W), pounds per inch, calculate per
Drawings
i} �'VC modul�s of elasticity (E} = 40Q,000 psi
j} Moment of inertia of pipe wall per unit length, (I} — t3/12, (in4/in}, per
pipe type and size
(1) Where (t) = pipe thickness, inches
�) Maximum Calculated Defleetion — 5 percent
Pipe Flotation: �f the pipe is buried in common saturated soil (about 120 pounds
per cubic foot) with at least 1%2 pipe diameters af cover, pipe is generally not
subject to flotai�on. If shalIower, check groundwater flotation potential.
Flotation will occur if:
�'b � W� � �� -I- �Ild
32 Where: F6 � buoyant force, pound per foot
33 Wp = empty pipe weight, pound per foot
34 W�= weight of flooded soil, pound per foot
35 We = weight of c�ry soil, pound per foot
36
37
38
39
40
�41
42
Values and formulas for the above variables can be obtained from the pipe
xz�anufacturer and site speciiic soil conditions.
i. Verify trench depths a�ter existing utilities are located.
j. Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropriate change in pipe design depth.
lc. In no case shall pipe be installed deeper than its design allows.
43 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance
44 witla ASTM D2412.
45 3. Pipe xnarlcings
46 a. Meet the minimum requireznents of A�TM D3434 and ASTM F679.
47 b. Minimum pipe marl�ings shall be as folIows:
48 1) Manufacturer's Name or Trademark and production recprd
49 2) Nomina� pipe size
CI7'Y QF FORT WdRTH Commander Rd - Midfield Stage 2
STAI�1lARD CONSTRUCTION SPECIFICATION DQCUMENTS City Project No. 161644
Revised .itme 14, 2DI3
33 31 2D - 5
POLYVINYL CfiLORIDE (PVC) GRAVITY SAM'1'ARY SEWER PiPE
Page 5 ofb
1
2
3
4
5
6
7
8
9
10
11
12
13
4.
5.
�
3) PVC cell classification
4) ASTM ar Standard Dimension Ratio (5DR) designaiion
5} Sea1 of testing agency that verified the suitability of the pipe
Jaints
a. Joints shall be gaslcet, bell and spigot, push-an type conforming to
ASTM D3212.
b. Since each pipe manufacturer has a di�ferent design for push-on joints; gaskefs
shall be part of a coxz�plete pipe section and purchased as such.
Connections
a. Only use manufactured �ttings.
b. See Sectian 33 31 50.
Detectable Metallie Tape
a. See Section 33 OS 26.
14 2.3 ACCESSORIES [NOT USED]
15 2.4 SOURC� QUALITY CONTROL [NOT US�D]
16 PART 3 - EXECUTION
17 3.1 INSTALLERS [NOT USED]
I8 3.2 EXAMINATION �NOT USED]
19 3.3 PREPARATION [NOT USED�
20
2l
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
3.4 IN�TALLAT�iON
A. General
I. Install pipe, specials and appurtenances as specif ed herein, as specified in Section
33 05 1Q, and in accordance with the pipe manufacturer's recommendations.
2. Lay pipe to the lines and gradcs as indicated in the Dzawings.
3. Excavate and bacicfill trenches in accordance with Section 33 05 I0.
4. Embed PVC pipe in accordance wiih Sectian 33 OS 10.
B. Fipe Handiing
I. Haul and distribuie pipe a.t�d fittings at the projeet site.
2. Handle piping with care to avoid damage.
a. Tnspect each joint of pipe and reject or repair any damaged pipe prior to
lowering into the trench.
b. Use only nyion ropes, slings or other lifting dcvices thai will not da�agc the
surface of the pipe for handling the pipe.
3. At the close of each operating day:
a. Keep t�e pipe cIean and free qf debris, dtrt, animals and trash — duri�g and after
the laying operatiqn.
b. Effectively seal the open cnd o� the pipe using a gasketed night cap.
C. Pipe Joint Installation
a. Ciean dirt and foreign material fra�n the gaslceted socket and the spigot end.
CITY OP PORT WORTH Commander Rd - Mrditeld Stage 2
STANDARD CONSTRUC'I'lON SPBCIrICATIdN DOCUMENTS City Project No. ] 0� 644
Revised dune 19, 2013
1
2
3
4
S
6
7
S
9
10
11
12
13
14
IS
1b
17
18
19
20
21
22
23
24
25
26
27
28
33 3l 20 - 6
POI,'YVINYL CHLORIDE (PVC) GItAVITY SANITARY SEWER P1PE
Page 6 of G
b, Assemble pipe joint by sliding the lubricated spigot end inta the gasketed bell
end fo the reference marlc.
a Install such that identification �narIcing on each joiz�t are oriented upward toward
the trench opening.
d. When makin.g connection to manhole, use an elasiameric seal or flexii�le boot to
facilitate a seal.
D. Connectio� Installation
1. See Section 33 31 50.
E. Detectable Metallic Tape Installation
1. See Section 33 QS 26.
3.5 RE�'AIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.'� FIELD [oe] SIT� QUALJTY CONTROL
A. Field Tests and Inspections
I. Video Inspection
a. Provide a 1'osf-CCTV inspection in accordance vvitf� Section 33 O1 31.
2. Air Test and Deflection (Mandrel) Test
a. Perform in accordanc� with Section 33 OI 30.
3.8 SYSTEM �TARTUP [NOT USED]
3.9 AD.�U�TING [NOT USED]
3.10 CLEANING [NOT USED�
3.11 CLOSEOUT ACTIV�TlES (NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE jNOT USED]
3.14 ATTACHMEN'I'S [NOT USEDj
END OF SECTION
Revision Log
DATE NAME SUMMARY O�' GHANGE
6/18/13 D. Johnson 2.2.B.1.6 — Pipe Material Clarificatian
CITY OF FORT WORTH
STANDARD CONST12L7CTION SPECIFICATION DOCUMENTS
Revised June l9, 2D13
Commander Rd - Midfielci S tage 2
City Project No. ] 01644
33 39 20 - 1
PRECAST CONCR�TE MANi�OI,E
Page 1 of S
1
2
3 PART1- GENERAL
4 11 SUMMARY
5
b
7
8
9
10
11
12
13
14
15
lb
17
18
19
20 1.2
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4i
SECTION 33 39 20
PRECAST CONCRETE MANHOLE
A. Section Includes:
1. Saniiary Sewer, Water Appurtenance, or REclaimed Water Appurtenance Precast
Concrete Manholes
B. Deviations from this City of Fort Worth Standard Speciiication
1. None.
C. R�lated Specification Sections include, but are not necessarily limitcd to:
1. Division 0-- Bidding Requirements, Contract Foz-�s, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 31 23 16 — Unclassified Excavation
4. Section 03 30 00 — Cast-in-Place Concrete
5. Section 03 80 00 — Modi�catians to Existing Concrete Structures
6. Section 33 O1 30 — Sewer and Manhole Testing
7. Section 33 OS 13 —Frame, Cover, and Grade Rings
8. Section 33 39 60 -- Epoxy Liners for Sanitary Sewer Structures
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Manhole
a. Measurement
1} Meas�rement for this Item shall be per each concrete manhole installed.
b. Payment
1) The worlc perfarmed and the materials furiaished in accordance vvith this
Item si�all be paid for at the unit price bid per each "Manhole" installed for:
a) 3339.1001 4' Manhole — per each
c. The price bi� vvill include:
1) Manhole structure complete in place
2) �xcavation
3) Rock Excavation
4) Forms
5) Reinforcing steel (if required)
6) Concreie
7} Backiill
S} Fpundation
9} Drop pipe
10) Stubs
11) Frame
12) Cover
CITY OF FOR1' WORTH Commander Rd - Nfidfield S[age 2
STAI+]DAL2D CONSTRUCTION SP�CT�ICATIOAI DOCiJN1�%!TS Cily Prpject 3�0. [ Q 16�+�
Revised December 20, 2D12
�3392D-2
PI2ECAST CONCRCTE MANT�OLE
1'age 2 of 8
�
2
3
4
5
b
7
8
9
10
11
12
13
14
15
16
I7
I8
19
zo
21
22
23
24
25
26
27
28
29
30
31
32
33
3�4
35
2.
13} Grade rings
14} Pipe connections
15} Paver�ent rcmoval
16) Hauling
17) Disposal of excess material
1$) I'lacement and compaction qf backfill
19) Clean-up
Ex�ra Depih Manhole
a. Measurement
1) Measurement for added depth beyond 6�eet will be per verticai foot,
measured to the nearest l/l � foat.
b. Payment
1} The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per vertical foot for "Extra Depth Manhole" specified far:
a} 3339.1003 4' Extra Depth Manhole — per vertical foat
c. The price bid will include:
1) Manhole structure complete in place
2) Excavation
3) Forms
4) Reinforcing steel(if required)
5) Conerete
6) Bacic�ll
'7} Foundatian
8} Drop pipe
9} Stubs
10) Frame
11) Cover
12) Grade rings
13} Pipe connections
14} Pavement removal
15) Hauling
16) Disposal of excess material
17) P�acement and compaction of backfill
18) Clean�up
36 1.3 REFERENCES
37
38
39
40
41
42
43
44
4S
4b
47
48
A. Definitions
Manhole Type
a. SYandard Manhole (See City Standard Details)
1) Greatcr thaz� 4 feet deep up to 6 feet deep
b. Standard Drop Manhole (See City �tandard Details)
1) Same as Standard Manhole with extcrnal drop connection(s}
c. Type "A" Manhole (See City Standard Detaiis)
1) Manhole set on a reinforced concrete block placed around 39-inch and
larger sevwer pipe.
d. Shallow Manhole (See City Standard Details)
1) Less than %ur 4 deep with formed invert for sewer pipe diameters smaller
khan 39-inch
CITY pF RORT WOR7'FI Commander Rd - Midfield Stage 2
STANDARD COiVSTRUC'fION SP�CIFICATION DOCUMENTS City P�-oject No. ] 01644
Revised December 20, 2012
333920-3
PRTCAST CONCItETE MANF30LE
Page 3 of S
1
2
3
4
5
6
7
8
9
10
lI
l2
13
14
15
16
I7
18
19
20
21
22 1.4
2, Manhole Size
a. A� foot diameter
1} Used with pipe ranging froin 8-inch to 15-inch
b. 5 foot diameter
1) Used with pipe rangin.g from 18-inch to 36-in.ch
2) See specific manhole design on Drawings for pipcs larger than 36-inch.
B. Reference Standards
I. Reference standards cited in this Specificatzon refer to the current re�erence
standard published ai the time of the laiest revis�on date logged ai the end of this
Specification, unless a date is specifically cited.
2. ASTM Intematipnal (ASTM):
a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using
Rubber Gaslcets
b. C478, Standard Specification for Precast Reinforced Conerete Manhole
Sections.
c. C923, Standard Speczfication for Resilient Connectors Be�ween Reinforced
Conerete Manholes Structures, Pipes, and Laterals.
d. D 1187, Standard Specification for Asphalt-Base Emulsion for Use as Protcctive
Coaiings foz- Metal
e. D 1227, Standard Specification for Em�lsi�ed Asphalt Used as a Protective
Coating for Roofing
ADMINISTRAT7VE REQUIREMENTS [NOT USED]
23 1.5 SUSMITTALS
24 A. Subanittals shall be in accordance vvith Section O1 33 Oa.
25 B. AII submittals shall be approved by the City prior to delivery.
26 LG ACTION SUSMITTALS/YN�'ORMATIONAL SUBMITTALS
27
28
29
3a
31
32
33
A. 1'roduct Data
1. Precast Concrete Manhole
2. Drop connection materials
3. Pipe connections at manhole walls
4. Stubs and stub plugs -
5. Admixtures
6. Concrete Mix Design
C1T Y OP FORT W ORTFI Cominander Rd - Midfield Stage 2
STANDAitll CONSTRUCTION SPECiFTCATION DpCUMENTS City Praject No. 101644
Revised December 20, 2012
333920-4
PREGAS f CdNCRETE MANHOLE
Page 4 of 8
1 1.7 CLOSEOUT SUBMITTALS [NOT USEDJ
2 1.8 MAINTENANCE MATERIAL SiIBMITTALS [NOT USED]
3 1.9 QUALITY ASSURANCE [NOT U�ED]
4 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED�
5 1.11 F�ELD [SITE� CONDITIONS [NOT USED]
6 1.1� WARRANTY
7 A. Manufacturer Warranty
8 1. Manufactuzer's Wa�ranty shall be in accordance with Division 1.
9 PART 2 - PRODUCTS
10 21 OWNER�RURNISHED [oa] OWNER-SUl'PLIED PRODUCTS [NOT USED]
lI
12
13
I4
15
I6
17
18
19
20
21
22
23
24
25
26
2'J
2$
29
30
31
32
33
34
3S
36
37
38
2.2 EQUIPMENT, PRODUCT TYPES, AND MAT�RIALS
A. Manufacturers
I. Only the manufacturers as listed an the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The max�ufacturer must comply with this Specif cation and zelated Sections.
2. Any product that is not listed on the Standard Products L'ast is considered a
substitution and shaIt be submitted in accardance with Section 01 25 00.
B. Materials
1. Precast Reinforced Concrete Sections — Confonn to ASTM C478.
2. PxecastJoints
a. 1'rovide gasketed joints in accordance with ASTM C443.
b. Minimize number of segments.
c. LFsc long joints at the bottom and shorter joints ioward ihe top.
d. Incl�de manufacturer's stamp on each section.
3. Lifting Devices
a. Manhole sections and cones may be furnished wzth iift lugs ar liit holes.
1) If Iift Iugs are provided, place 180 degrees apart.
2) If lift holes are provided, place 180 degrees apart and grout during manhole
installation.
4. Frame and Cover — Conform to Section 33 05 13_
5. Grade Ring — Conform to Section 33 OS 13 and ASTM C478.
6. Pipe Connections
a. Utilize cither an intcgrally cast embedded pipe connector pr a boot-type
connector installed in a circular blocic out opening conforming to ASTM C923.
7. Steps
a. No steps are allowed.
8. Interior Coating or Liner — Conform to Section 33 39 60.
9. Exterior Coating
CITY dF FORT WORTH Commander Rd - Midfield Stage 2
S`�'ANDARD CONSTRUCTION SPECIFICATIOi�S DOCTJMENTS City Project AIa. ID1644
Revised Deceanber 20, 2012
33392D-5
f'RECAST Cd1�ICRETE iVIANHOL�
Page 5 of &
1 a. Coat witY� nan-fibered asphaltic emulsion in accordance with ASTM D i 187
2 Type I and ASTM D1227 Type III Class T.
3 2.3 ACC�S�OR�ES [NOT USED]
�4 2.4 SOURCE QUAL�TY CONTROL �NOT USED]
5 PART 3 - EXECUTION
6 31 INSTALLERS [NOT USED]
7 3.2 EXAMINATION
8 A. Evaluation and Assessment
9 1. Verify lines and grades are in accordance to the Drawings.
10 3.3 PREPARATION
11
12
l3
l �4
15
16
A. Foundation Preparation
1. Excavate 8 inches below manhale foundaiion.
2. Replace excavated soil with course aggregate; creating a stable base for �nanhole
construction.
a. If soii canditions or ground waier prevent use of course aggregate base a 2-inch
mud slab may be substituted.
17 3.4 INSTALLATION
18
19
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
3S
36
37
38
A. Manhole
1. Construct manhole to dimensions shown on Drawings.
2. Precast Sections
a. Provide bell-and-spigot design incorporating a premolded joint sealing
compound for wastewater use.
b. Clean bell spigot and gaskets, lubricate and join.
c. Minimize number of segriaents.
d. Use long joints used at ti�e bottom and shorter joints iaward the top.
B. Invert
1. Construct invcrt channels to provide a smooth waterway with no disruptio� of flow
at pipe-manhole connections.
2. For direction changes of mains, construct channels tangent ta mains with m�im�tn
possibfe z�adius of curvature.
a. Provide curves for side inlets.
3. For all standard manhoies provide full ciepth invert.
4. For example, if 8-inch pipe in connected ta manhole construct fhe invert to full S
inchesin depth.
C. Dz-op Manhole Connection
1, Tnstall drop connectipn when sewer Iine enCers manhalc higher than 24 inches
above the invext.
D. �'inal Rim Elevation
CITY OF FORT W�RTH Commander Rd - Midfield Stage 2
STANDARD CONSTRLTCTIOI� SPECIF[CATION DOCUMCNTS City Project No. ] O 1644
Revised December 20, 2012
33392U-6
PR�CAST CONCR�TE MANHdLE
Page 6 of 8
1
2
3
4
5
6
7
S
9
10
I1
I2
13
14
15
lb
17
18 3.5
1. Install concrete grade rings for height adjust�nent.
a. Construct grade ring on �oad bearing shoulder of manhole.
b. Use sealant between rings as shown on Drawings.
2. Set frame on iap of manhole or grade rings using eontinuous water sealant.
3. Remove debris, stones and dirt to ensure a watertight seal.
4. Do not use steel shims, wood, stones or other unspecified material to obtain the
iinal surface elevatian of the manhol� frame.
E. Intemal coating
]. Tnternal coating application wilf confonn tn Section 33 39 60, if required by
Drawings.
F. E�ternai coating
T. Remove dirt, dust, oii and other contaminant,s that could interfere with adhesion of
the coating.
2. Cure nnanhole for 3 days before back�Iling around the structure.
3. Application will follow manufacturer's recommendation.
G. Modz�caiions and Pipe Penetrations
l. Conform to Section 03 $0 Qa.
REPAYR / RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT US�D]
20 3.7 FIELD QUALITY CONTROL
2f A. Field Tests and Inspections
22 1. Perfom�. vacuum test in accordance with Section 33 Ol 30.
23 3.8 SY,STEM STARTUP jNOT USED]
24 39 ADJUSTING [NOT USED�
25
26
27
28
29
3.1Q CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USEDJ
3.12 PROTECTION �NOT USED�
3.13 MAINTENANC� [NOT US�D]
3.14 ATTACHMENTS [NOT USED]
C1T�C OT' FpRT WORTF� Co�nmancier Rd - Midfield Stage 2
STATIDARI7 CONSTRUCTION SPrCIFICATION DOCUMENTS City Project Na. 101644
Revised December 20, 2012
33392U-7
PRECAST CONCR�TE MANHdLE
Page 7 of 8
END OF SECTION
Revision Log
DA"1'E NAME SUMMARY OF CHANGE
1, LA. I— Modified to include precast manholes for wa#er and reclaimed water
applications
12/20/2012 A. Johnson 1.3.B2 -- Modified lo include ASTM C443, DI 1$7 and D1227 as references
2.2.8. I-3 — Modified in accardancc with new AS'�'M refcrences
2.2.8,10 — Modified in accordance with new ASTM references
CITY OF �'ORT WORTH Commander Rd - Midfield Stage 2
STANDARD CONSTRiJCTI0I1 SPECIFICATION DOCUMEI+ITS Ciry Project No. 101644
Revised Becember 26, 2012
3a a9 � a- z
CAST-IN-PLACE S'1'O1tM DRAIN MANHOLES AND NNCTIO�T HOXES
Page 1 of 6
1
2
3
4
5
6
7
8
9
io
1]
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
�7
2U
29
30
31
32
33
34
35
36
37
38
S�CTION 33 49 10
CAST-IN-.PI,ACE STORM DI�1V MANHOLES AND JUNCTION BOXES
PART 1 - GENER.A_[,
1.1 S C]MMARY
A. Section Includes:
1. Storm drain cast-in-place concrete manholes and junctian boxes
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specificatinn Sections incluc�e, but are not necessarily Iimitcd to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division I— Genezal Requzrezz�ez�ts
3. Division 3 — Concrete
4. Section 03 3Q 00 — Cast-1n�PIace Concrete
5. Section 31 23 16 — Unclassi�ed Excavation
6. Section 31 50 00 — Excavation Support and Protection
7. Section 33 QS lb — Util�ty Trench Excavation, Embedment and Backfill
S. Section 33 OS 13 — Frame, Cover and Grade Rings
�.2 �RiCE AND PAYMENT PROCEDURES
A. Measurement and Payment
� ��,. r,.. ,,,�.,�.,�,.,,, D:
� �
� �
r.����.� 4r. i-i-.r. n4nrrn ��r�.s.nlw..i.4.i.s. .� wr.� i... Tlrn...:«...n
� �
11 T4,.. , ..,-1� .-.�,-F ,-.-,�.,.,�1 �...7 ,-,,.,+o.-;.,1.. f:,.-.�.:�i,o.a ; .,.-.7.,.,,.o , .;fl, +1,;� Tto,,.,
zJ
e� •
�
a� -�, a==o�-a���a
� TE,�, .. ., i,;.1 n4,.,i1 : �,1,.�1.,:
� �
� �
� �
4}
� �,,....;�i-,:�.. ri.,,.,,..-.�.,+ „ra ,. ,.�:,.r ,.�eri,�,oari,o„+
>
� �„�-,.,;n�;n,� r�.�,.a�,an+ �ra „ „+.,.,-. ,.rr..,,,v�;i�
�
�
�
CiTiC OF FORT WORT�I
STANDART3 COIVSTRUCT'IO1V SPECIxTCAT10N T70CIUM�NTS
Revised December 20, 2012
Commander Rd - Midfield Stage 2
Ciry Project No. 101644
334410-2
CAST-IN-PLAC� STORM ]7RALN MAIZHOLES A�lll 7U3�fCTION BOXES
Page 2 of 6
1
2
3
4
5
6
7
8
9
IO
ll
12
13
14
15
16
1'�
18
14
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
2.
n�
� �
.� n;,,,. .,,,a r,,,,a,.
� �
Storrn Junction Boxes
a. Measurement
1) Measuz-exnent foz� tk�is Item shall be per each Junction Box complete, or
completed to the stage o£ consiz-uctzon required by Drawings.
b. Payment
1} The wark performed and materials furnished in accordance with this Itern
wilt be paid far at the unit price bid per each "Storm Junction Box"
installed for:
a) 3349.Q001 Cast In Place Starm Junction Box — per each
c. The price bid sha11 include:
1} Mobilization
2} Excavation
3) Rqck Excavation
4) Hauling
5) Disposa� of excess materials
6} Furnishing, placement and compaction of embedment
7} Furnishing, placement and compaction of backfiil
8) Junction Box construction
9) Junction Box frames
10) Steps
I 1) Ring and Cover
12) Clean-up
Cr.,.�-., 7,,.,�t;..,, Crr.,..t„ro
�: ��
� n,ra.,�,,,.a,v,e„+ r,-+t,;� r+o,Y. .,t..,tt t-.o „o e.,,,�, r,,,,,.+;,,,, cr,.,,,.s,,,.,, „ .,i„f„
��
rr�+ea .,. +�,� �..,.�� ,.�,.,,.,..+,-,.,.+;,.., .. .-ea t,., n,-..,T.;,,n�
� �
�
«
����e��'^„��
� T�,,, r „ �,;,a ��,.,ii ; ,.i,,,�a:
� �
� ��
�} �
�
� �,,....;�i,;,,.. �.i.,,,o.,-, r+.,ra „ ,..;,.,, ,.�o,,,i,,.a.,.,,,r+
�
C1TY OF FOItT WORTH
STANDAItD CONSTRUC'1'ION Sl'L�CIFICATION DOCUMEN'1'S
Revised Deceinbat 20, 2012
Commander Rd - Midfield Stage 2
City Project No. ] 01644
334910-3
CAST-]N-PLACE STORM DRAIN ivIANHOLE5 AI+lD ]UNCTION BOXES
Page 3 of6
�
2
3
4
5
6
7
8
9
ia
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3A
35
36
37
3&
�l T1..m.n1..r.rr r.lnnorr.o..s nr.�] �. r4..�r. ��'l.n.�Tr�;1T
v) �
�
�}
� ��
� n;,,.� .,.,,� r,...o,-
� ��
1.3 REFERENCES
A. Reference Standards
1. Reference standards czted in this Specification refer to the curreni reference
standard published at the time of the latest revision date lo�ged at the end of this
Specifcatior�, unless a date is specifically cited.
2. ASTM rnternational (ASTM):
a. C4'78, Standarc� Specification for Precast Reinforced Concrete Manhole
Sections.
b. D4101, Standard Specification for Pdypropylene Injection and Extrusion
Materials.
1.4 ADMINISTRATIVE REQUIREMENTS �NOT USEDJ
1.5 SUBMITTALS
A. Subxnzttals shall be in accorciance with Section OI 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMYTTALSIINFORMATION SUBMITTAL�
A. Certificates
1. Furnish manufacturer's certifcate of campliance that their product meets the
physical testing requirements of this Specification for the materials referenced.
i.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATER�AL SUSMITTALS [NOT USED]
�.9 QUAL�TY ASSUR.A.NCE [NOT USED]
1.�0 DELiVERY, STQRAGE, AND HA.NDLYNG [NOT US�D]
111 FYELD [SYT�] CONDITIQNS [NOT USED]
1.12 WARRANTY jNOT USED]
PART 2 � PRODUCTS
21 OWNER-FURNISHED [a��] OWNER-SUPPLIEDPRODUCTS [NOT USEDj
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIA.LS
A. Concrete
1. Furnish concrete that conforms to ihe proviszons of Section 03 30 00.
B. Rein�orcing Steei
1. Furnish reinforcing steel that conforms to t�e requirements of Section 03 30 00.
C. Frames, Grates, Rings, and Covers
CI`i'Y OP POTtT WORTH
STANDARD CONSTRLICI'TON SYECIFICATION DOCiJ]v�G'NTS
Kevised llecember 20, 2012
Commander Rd - 3+�idfield Stage 2
City Yraject No. IDI644
334910-4
CAST-IN-PLACE STQRM DRAIN MANHOL�S AND JllNC'1'IdN BOXES
Page 4 of 6
1
2
3
4
5
6
7
8
9
10
11
I2
13
14
15
16
I7
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
1. Provide frames, grates, rings and covers that conform to dimensions and materials
shown on Drawings and Sectian 33 OS I3.
2. Ensure that covers and grates fit properly into frames and seat uniformly and
solidly.
D. Steps
1. Provide polypropylene supports and steps to the shape and dimensions shown on
Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section
16, "Steps and Ladders."
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALiTY CONTROL [NOT USEDJ
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USEDj
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 �NSTALLATION
A. General
1. Perfortn all concrete work in accardancc vcrith Division 3.
2. Use af forms is required for all concrete walls, except where the nature of the
surrounding material is such that it can be trimmed to a smooth vertical face
a. Outside form for concrete bases snpporting brick walls xnay be oznitted with
approval from the Engineer.
3. Cast polypropylez�e supports and steps mto concrete walls when cancrete is piaced
or drill and grqut steps in place after concrete placement.
B. Excavation and Embedment
i. Conform ta the requirements of Section 31 23 16, Section 31 50 00 and Section 33
05 10, where applicable.
C. Manholes for Precast Cancrete Drain Pipes
1. Construct manholes for precast concreie pipe drains as soon as is practicable after
drain lines into or tl�rough the manhole locations are completed.
2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up
with z�nortaz.
D. Manholes far Monoliihic Drain Pipes
l. Construct bases for manholes on monolithic drain pipes either monolithically with
the drain pipe or after the pipe is constructed.
E. Manholes for Box Drains
1. Cast bases for manholes for box drains as an integra� part of the drainage system.
2. Manholes may be constructed prior to back�lling or, if the Contracior so elects,
manhole opening xnay be temporarily covered with timber ta facilitate compaction
of backf Il �or the pipe system as a whole with tractar equipment.
CITY OP I'ORT WORTI�
STANDA.RI) CONSTRUCTION SP�CiPICATION DOCUMEI�ITS
Revised JJecember 20, 2012
Commander Rd - Midfield Stage 2
City Project No. 101644
334910-5
CAST-IN-PLACE STORM DRAIN MANHOL�S AND NNCTION BOX�S
1'age 5 of 6
f
2
3
4
5
6
7
8
9
10
ll
12
13
14
l5
16
17
18
19
20
2l
22
23
24
25
Zs
a�
28
29
30
31
32
a. Perform required excavation for manhole, construct manhole and backf'ill in
accordance with Drawings.
3. For znanholes that are ovez� 5-�eei deep, include aIl manho�e sieps required in the
waI� af the box drair�.
F. lunciipn Siructures
1. All skructures shall be installed as specified in Dravrings.
G. Inverts
1. Shape and route floor inverts passing out or through the manhole as shown on the
Drawings.
2. Shape by adding and shaping mortar or concrete after the base is cast or by placing
the required additional material with the base.
H. Curing
1. Cuz-e all exposed concrete as required in Division 3.
I. Finishir�g
1. �'inish all concrete as reqizired in Division 3.
J. Form Removal
1. Remor�e conerete form as required in Division 3.
K. Placement and Treatment of Castings, Frames, and Fittings
1. Place castings, frames and fittings in positions indicated on Drawings or as ciirected
by Engineer, tzue to izne az�d conrect elevation.
2. Frames or iittzngs set i�a new concrete or mortar
a. Place and pasitian anchors or bolts before concrete mortar is placed.
b. Do not disturb unit until mortar or concrete has set.
3. Frames or fitEings placed upon previously constructed masonry
a. Bring bearing surface or masonry true to line and grade, and present a� even
bearing surface, sa that entire face or back of unit will come in contact with
masonry.
b. Set unit in mortar beds or anchor to znasonry, as indicated on Drawings oz- as
directed and approved by the Engineer.
4. �nsure that units are set firm and secure.
5. Aliow concrete or mortar to harden for a minimum 7 days.
b. Replace and fasten do�vn graies or covers.
CITY OF FORT WORTH
S1'ANDARD CONSTRiICTIOiV SPECIFICATION DOCl1MENTS
Revised December2D, 20[Z
Com�nander Rd -1Vlidfield 5tage 2
City Pmject No. ] 01644
33 �49 ] 0 - G
CAST-]N-PLACE STORzvi DRAITI MAN�-IOLBS AND ,TLTAICTdO�T BOXES
Page G of G
1
2
3
4
5
6
7
8
9
�0
11
12
3.5 REPAIR 1 RESTORATlON jNOT USED]
3.6 RE-INSTALLATION [NOT US�DJ
3.7 FIELD [on] SITE QUALITY CONTROL [NOT USEDj
3.8 SYST�M STARTUP [NOT U�ED]
3.9 ADJUST�NG [NOT USED]
3.10 CLEANING [NOT USED]
311 CLQSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED�
313 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Lo
DA'I'E NAME SUMMARY O�' CHANG�
13
CITY OF PORT WORTH
STA3�fDARD CONSTRUCTION SPECIC'ICA`�ION DOCiJMEAiTS
Revised I]cccmbcr 20, 2012
Commander Rd - Midfieid Stage 2
City Praject No. L01644
33 44 20 - 1
CLTRB AND DR4P 1NLET5
Page ] of6
1
2
3
4
5
6
7
8
9
IO
11
12
13
l�
IS
16
17
18
14
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3$
39
SECTION 33 49 20
CURB AND DROP INLETS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Construction of inlets, cozx�plete in place oz to the stage detailed
a. Including fiarnishing and instailing frames, grates, rings and covers
B. Deviations from this City of Fort Worth Standard Specification
X . None.
C. Related Specification Secfions include, but are not necessaril� limited to:
1. Division 0— Bidding Requirements, Cantract Foj-ms and Conditions of the Contract
2. Division 1— General Requirements
3. Division 3 — Concrete
4. Section 02 41 13 -- Selective Site Demolition
5. Section Q3 30 00 — Cast-In-Place Concrete
6. Section 03 80 Oa — Modifications to Exisiing Concz-ete Stzuctures
7. Sectiox� 3 Z 23 16 — Unclassified Excavation
8. Sectian 33 Q5 IO — Utility Trench Excavation, Embedmcnt and Backfill
9. Section 33 05 13 — Frame, Cover and Grade Rings
10. Section 33 05 1�F — Adjusting Manholes, Inlets, Valve Baxes and Other Structures
to Grade
1.Z PRICE AND PAYMENT PROCEDURES
A. Measurement anc� Payment
1. Measu�rexaaent
a. Measurement for this Item shall be per cach iniet complete in place.
2. Payrnent
a. The r�ork performed and the materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Inlet" installed for:
1} 33�#9.5001 10' Curb Inlet — per each
2} 3349.5002 20' Curb Inlct — per each
3) 3349.5002 4'x6' Singae Grate .in[et — per each
3. The price bid shall inelude:
a. Furnishing and rnstalling the spccified Inlet
b. Mobilization
c. Excar�ation
d. Rocic Excavation
e. Hauling
f. Disposal of excess ��aterials
CiTY O� FORT WORT�i
STANDARD CONS'1'RIUCTION SPTCIT'IGATIQN DOCUMENTS
Revised December 20, 2012
Com�nander Rd - Midfiefd Stage 2
City Project IJq. 141 GQa
33a�2a-2
CUILI3 .4ND 1?ROP 1NL�TS
Page 2 oF 6
1
2
3
4
5
6
7
8
9
10
11
12
13
I4
15
16
17
18
I9
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
39
40
g. Furnishing, piacement and cprnpaction of eznbedznent
h. Furnishing, placement and cotnpaction o�bacic�ll
i. Concrete
j. Reinforcing steel
k. Mortar
1. Aluminum and castings
m. Fram�s
r�. Czrates
o. Rings and covers
p. Clean�up
RET�RENC�S
A. Reference Standards
1. Reference standards cited in this �peci�'ication refer to the current reference
standard published at the time of the latest revision date logged at the end of this
�pecification, unless a date is specificaily cited.
2. ASTM International (ASTM}:
a. C478, Siandard Specification for Precast Reinforced Concrete Manhole and
In1et Sections.
b. D4I01, Standard Specification for Polypropylene Injection and Extrusion
Materials.
c. C309, Standard Specification for Liquid Membrane-Forming Compounds for
Curing Concrete.
3. Texas Department of Transportation (TxDOT).
a. Departmental Materials Specification (DMS):
1) 7340, Quali�caiion �'rocedure for Mulii-Project Fabrication Plants of
�'z�ecast Concrete Manholes and Iz�lets.
ADMTNYSTRATYVE REQUYREMENT [NOT C1SED]
SUBMITTALS
A. 5ubmittals shall be in accordance with Section O1 33 00.
B. All submittals shail be approved by the City prior to delivery.
A+CTION SUBMITTALSIINFORMATIONAL Si]BMITTAL,S
A. Product Daia
1. Precast Concrete Inlet
2. Pipe caz�nections at inlet walis
3. Stubs and stub plugs
4. Admixtures
5. Concrete Mix Design
CLOSEOUT SUBMITTALS [NOT USED]
MAiNTENANCE MATERIAL SUBMITTALS [NOT USEDJ
QUALITY ASSURANCE �NOT US�D]
1.3
1.4
1.5
1.6
1.7
1.8
i.�
crr� or �axm woxTx
STANDARD CONSTftLJCTTOi�1 SP�CII�TCAT'lON �OCYJMLFIVTS
Revised December 20, 2012
Commander Rd - Midfield Stage 2
Ciry Projec[ No. 101644
334920-3
CURB AND DROP I[VI.�TS
Page 3 of 6
1
2
3
4
5
6
7
8
9
10
I1
12
I3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
].10 DEL�VERY, STORAGE, AND HANDL�NG [NOT USFD]
l.l l k'�ELD [SITE] COND�TIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PR011UCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCT� �NOT USEDj
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Materials
1. Concrete
a. Furnish concrete that conforms to the provisions of Section 03 30 00.
2. Reinforcing Stecl
a. Fur�nish reinforcing steel that coz�fo�xns to the require��ents of Section 03 30 OQ.
3. Mortar
a. Furnish mortar per Section 03 80 00.
4. Steps
a. Provide polypropylene supports and steps conforming to the shape and
dirnensions shown on the Drawings that meet the requirements of ASTM
D4101 and ASTM C478, Section 16, "Steps and I,adders."
5. Curing Maierials
a. Curing materials shall conform to the provisions of Di�ision 3.
b. Fra�x�.es, Grates, Rings and Covers
a. Provide frames, grates, rings and covers that conform to dtmensions and
materials s�ovvn on Dravc�ings and Scction 33 OS 13.
b. Ensurc that covers and grates �t properly into frames and seat uniformly and
solidly.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL jNOT US�Dj
PART 3 - EXECUTI�N
3.; INSTALLERS [NOT llSEDj
3.2 EXAM�NATYON [NOT USED]
3.3 PREPAR.ATYON
A' Removal
1. Remove aII or portions of existing structures in accordance with Section 02 41 13.
2. DrilI, dowel, and grout in accordance with Section 03 30 00.
3.4 INSTALLATION
A. Interface with Other Work
1. All types o� inlets may be built either in 1 stage or in 2 stages, descrzbed as Stage I
and Stage II.
a. Bnild inlets designed to match the final roadvcray surface in stages.
2. Construct the Stage I portia� of inlets as shown on the Drawings or as specified in
this Section.
CITY OP �ORT WORTH
STA�+iDA.Ri] CONSTRUCT[ON SPECIPICATiON �OCUIvIENTS
Revised Aecembcr 2Q 2012
Commander Rd - Midfield Stage 2
Ciry Project No. 161644
334926-4
CYIRB ANII 17It01' CfVLETS
Page 4 of 6
1
2
3
4
5
6
7
8
9
10
1�
12
13
14
i5
16
�7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
a. Fumzsh and znstall a tezx�poz-ary cover as approved by thc Engineer.
3. Construct Stage II a�er the pavexnent structure is substantially complete unless
otherwise approved by the Engineer.
a. �'or Stage II, constr�ct the remaining wall height and top of inlet and furnish
and install any frames, grates, rings and covers, manho�e steps, curb beams or
collecting basins required.
B. Cast-In-Place Inlets
1. Construct cast-in-place inlets in accordance with Section 03 30 00.
a. Forms will be required for a11 concrete walls.
b. Outside wall forms for cast-in-place co�crete may be omitted with the approval
of the Engix�eez� if tlae ,sunrounding xnaterial can be trimmed to a smooth vertical
face.
2. Cast polypropylene steps into the eonerete walls when the conczete zs placed, or
drill and graut steps in place after concrete placement.
C. Inlets for Precast Conerete Drain Pipes
1. Construct inlefs for precast concrete drain pipes as soon as is practicable after storm
drain Iines into or through the iniet locations are completed.
a. Neatly cut ail pipes at the inside face of the walls of the inlet and point up with
mortar.
D. Inlets for Monolithic Drain Pipes
1. Co�astruct bases for inlets on monalithie drain pipes either monolithically with the
storm r�rain or after the stortn drain is constructed.
E. Tnverts
1. Shape and route floor inverts passing out or through the inlet as sbov�m on the
Drawings.
2. Shape by adding anc� shaping mortar or concrete after the base is cast or by placing
tf�e rec�uired additional material with the base.
F. Finishing Cozxzplete .inlefis
1. Camplete inlets in accordance with the Drawings.
2. Bacic�ll to original ground e�evation in accordance with Section 33 OS Ip.
G. �'inishing Stage I Consfruction
1. Complete Stage I construction by canstructing the walls to the elevations shown on
the Drawings and backfilling to required elevatians in accordance with Section 33
os io.
H. Stage II Construction
1. Consiruct subgrade ar�d base course or concrete pave�ent constz-uction over Sta�e I
inlet constructioza, unless otherwise approved by the �ngi�eer.
2. Excavate to expose the top of Stage I construction and complete the inlet in
accordance with khe Drawings and these Specifications, including backfill and
cleaning of all debris from tYie bottc�m of the manhole or inlet.
I. Form Removal
C11'Y OF FORT WORTH
STAI*lDARD CONS'PRUCTION SPECIFICATION DOCUMrNTS
Revised Dece�nber 2Q 20I2
Commander Rd - Midfield Stage 2
City Project No. 301644
334920-5
CUItB AND DROP INLETS
Page 5 of 6
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
16
17
18
I9
1. Forms used in tl�e construction af "Inlets" which support vertical loads will remain
in place at least 24 hours after the concrete is placed.
2. Other forms shall rernain in place for a minimum fime 2�4 hours after concrete is
placed, unless otherwise di�ected by the Engineer.
J. Curing
1. Cure all exposed concrete as required in Section 03 30 00.
K. Finishing
1. Conform to Section 03 30 00.
3.5 REPAIR [NOT USED]
3.G RE-INSTALLAT��N [NOT USED]
3.7 FIELD [oaJ SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 AD.�USTING
A. Refer to Section 33 05 14.
310 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT US�D]
3.12 PROT�CTION [NOT U�ED]
3.�3 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USEDJ
CITY OF FORT WORTH
S'1'ANDARD CONSTRUCTIOI�! SPECIFICATION DOCUMECVI'S
Rcvised December 2D, 2D12
Commander t�d - IVlidfield Stage 2
City 1'roject Na. 101644
33a92p-6
CURB AND DROP 1NLETS
Page 6 of 6
END Or S�CTION
Re�ision Log
DA'�'� NAM� SUMMARY O�' CHANG�
CITY �F FORT WORTH CoinEnander Itd - Midfield Stage 2
STANDARD CQNSTRUCTION SPECiF1CATION DOCllMENTS City Project No. 101 G44
Revised December 20, 2Q12
ITEfVf �'�'162 CHAfN��INK �ENCES
D�SCRIPTION
162-'1.1 This item shall consisf of furnishing and �r�ctmg a black FVC coafed chain-link fence in accordance
wit� these specifications and the details shown on the plans and in canfarmity with the lines and grades
shown on the plans ar established by the Engineer.
762-7.9 Th�s item shall consist of fhe removal of the exisfing fence, salvage and delivery of the a6ove
ground mater�als, and disposal of aII concrete.
MATERIALS
162-2.'1 FABRIC. The fabric shall be woven with a 9-gauge black polyvinyf chloride (�VC)-coafed steel
wire in a 2-inch mesh and shall meet the require�nents of ASTM F 668, Class 2b.
162-2.2 BARBED WIRE. Barbed wire sha]] be black PVC coated, 2-strand 12-112 gauge steel wire with
4-point barbs and shaEl conform to the Tequirem��ts of ASTM F96B5, Class 2b.
'(62-2.3 POSTS, RAIL� AND BRACES. Line posts, rails, and braces shall conform to the requiremenks
of ASTM F 1043 or ASTM F 1083 as follows:
Galvanized tubu�ar steel pipe shall canform to the requirements of Group IA, (Schedule 40) coatings
con'forming to Type A, or Group !C (High 5trength �ipe), External coafing Type B, and interr�al caating Type
B or D.
Vinyf or po]yester coated skeel shafl conform to the requir�ments of ASTM F 1043, Paragraph 7.3 Optional
Supplemental Color Coating.
�
Pasts, rails, and braces, with the exception of galvanized sfeef canforming ta ASTM F1043 or ASTM
F1083, Graup 1A, Type A, or a[urninum alloy, shall demonskrate the ability to withstand testing in salf
spray in accordance with ASTM 8117 as follows:
o External: 1,000 hours with a maximum of 5°10 red rust.
� internal: 650 hours with a maxirrtum of 5°/a red rust.
The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of �'ederal
S�ecification RR-F-19113_
�h.�,ir�civrro�
182-2.5 WIRE TIES AND 7�NSI0�1 WIRES. Wir� ties for use in conjunction with a given type af fabric shall
be of tf�e same material and coating wei�ht identified with the fabric fype. Tension wire shall be 7-gauge
marceiled steel wire with the sarne coaiing a5 the fabric type and shall conform to ASTM A824.
All material shall canform to Federaf Specification RR-F-19'i14.
Fart Worth Meach�arr► lnternational Airport F-162-1 Cammander Fid - Midfield Stage 2
16Z-2.6 MISCEL.L.ANEOUS F[TTiNGS AND HARDWARE. Miscellaneous steel fittings and hardware for
use wifh zir�o-caafed steel fabric shall be of commercia� grade steef ar better quality, wraught or cast as
appropriate to khe artide, and sufFicient in strength to provicle a balanced design wh�n used in canjunction
with fabric posts, and wires of the quality specified herein. Afl steel fittings and hardware shall be protected
with a zinc coating applied in conformance with ASTM A 153. Barbed wire suppart arms sna�l wiihstand a
loac! of 250 pounds appGed �ertically to the outermast end of the arm.
Miscellaneaus sfeel fifiings and hardware for use wiih PVC-coateci fahrlc shall be coated to match
the fence fahric in conformance wffh ASTM F 626.
162-2,7 CONCR�TE. Concrete sF�all be af a comrnercial grade with a minimum 28-day campressive
strength of 2500 psi.
162-2.8 MARKING. Each roll �f fabric shall carry a#ag showing th� kiRd of bas� metal (steei, afuminum, or
aluminum alloy number), kind of caating, the gauge of khe wire, the length of fencing in the roll, and the
name of the manufacfurer. Posts, wire, and other fittings shali be identified as to manufacturer, kind af
base metaf (steel, aluminum, or aluminum alloy number), and kind of coati�g.
CONSTRUCTfON METMODS
162-3.1 CL,�ARING F�IVC� I.INE, All trees, brush, stumps, logs, and otl�er de�ris which wauid ir�terFere
with the proper construckion of the fence in the required location shall b� remov�d a minimum widt� of 5
feet on each side of ihe fence centerline before starting fencing operations. The cost of removing and
disposing of the material shall nat constitute a pay item and shall be considered incidental to fence
construction.
162-3.2 1N5TALLING POSTS. AII Ilne posts shall6e drrectly driven in the ground as shown in the plans.
All end, corner, and pu!! posfs shall be set in concrete at the req�aired dimension and depti� and at tF�e
spacing shown an the plans.
The concrete shall be thoraughly compacted around the posts by tamping or �ibrating and shall have a
smoath finish slightly higher than the graund and slopec! to drain away from the posts. All posts shall be set
plumb and to the required grade and alignment. I�o materials shall be installed an the posts, nor shall the
posks be disturbed in any manner within seven (7) days aft�r th� individual pask footing is completed.
5hould rock be encauntered at a depth less than the planned footing dept�, a hale 2 inches iarger than the
greatest dimension of the posts shall be drill�d to a depth of '!2 inc��s, Afterthe posks are s�t, the remainder
of tYte drilled t�ole shall be fiffed with grout, corr�posed of one part Portland cement and two parts mortar
sand. Any remaining space above the rack shall be filled with cnncrete in t�e manner described above.
In lieu af drilling, the rock may be excavated to the required footing depth. No extra compensation snall be
made for rock excavatian.
162-3.3 INSTAL.�.fNG TOP RAILS. The top raif shall be continuous and shall pass through the post tops.
The coupling used to join the kop rail lengfhs shall allaw far expansion.
162-3.4 INSTAL�I.ING BRACES, Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be
insialled at a!f terrnina! posts.
962-3.5 INSTALI.ING FABRIC. The wire fabric shall be firrrily attached to the posts and braced as shpwn
on the plans. All wire shall be stretch�d taut and shaEl be insfalled to the required ele�ations. Th� fence
shall generally follow the contour of the ground, wfth the bottom of the fence fabric no less than one inch or
Fort Worth Meacham International Airpart F-162�2 Commande�' Rd - Midfield Stage 2
more than 4�nches from the ground surface. Grading shall be perfarmed wi�ere necessary ta provide a
neat appearance.
At locations of small naturaf swales or drainage ditches and where it is not practical to have the fence
conform to #he general contour of the �round surface, langer posts may be used and mul#ipie strands of
barbed wire skretched to spa� the o�ening below the f�nce. The vertical clearance befween strands of
bar�aed wire shall be 6 incnes or less.
162-3.6 �L�C7RICAL GROUNDS. Eleckrical grounds shall be conskructed where a power line pass�s
over the fence and �vithin 50' of every end post. The gro�nd shal� be installed directly below the
point of crossing. The graund shall be accomplished with a coppe�' clad rod 7U $ feet fang ancf a minirnum
of % inch �18 inch in diameter driven vertically until the top is 6 inches below fhe grounc! surface. A EVo, 6
salid copper cpndUctor shall be clamped to the rod and #o the fence in such a manner that each element of
t�e fence is grou�ded. Insta�lation of ground rads shall not co�stitute a pay item and shall be co�sidered
incidental to fence construction. The Contractor shall comply with FAA-5TD-019, Lightning and Surge
Protection, Grounding, Bonding and Shielding Requirernents for Facilities and Electronic Equipment,
�aragraph 42.3.8, Lightning Protection for Fences and Gates, whe� fencing is adjacent to FAA facilities.
'162-3.7 Cleaning up. The Contractor s�all remove from the vicinity of the completed work all taois,
buildings, equipment, etc., used during construction. All disturbed ar�as shall be seeded per T-90�.
952-3.8 FENCE AND GATE REMOVAI.. The existing fence and gate materral shall not 6e destroyed
during removal withouf prior approval of the Engineer. Existing fenc�, includrng fa6ric, top rails, fasteners,
posts, and other miscellaneous a6ove ground hardware fo 6e removed will not be reused but disposed of
off srte at rro cost fo fhe owner. Consfruct�on requlrements shal! be as sho►n+n an fhe Plans and/or as
approved by the Engineer.
Posts shall not 6e cut off and ahandoned �n place. The enfire post concrefe foofing, and concrete mowstrip
sha116e removed. Post holes and al! disturbed areas sha116e �Iled with materia! fo match fhe surrounding
conditions and tamped flush wi#h fhe surface. The concrete erosion confrol sfrip shal! be removed and disposed
of o�` site.
At the point wher� fence removal siops and exisfing fence is fo remain, fhe remaining (existing) fence end
section shall 6e reconstructed/repaired to provide adequate supparf and security. Af fhese locaiions, fhe
Contracior shall defermine how the fence is to be reconsfructed and su6mit his d�terrrrinafron to the� Engineer
for approval. End panels will 6e required ai horizonfal and vertical deflectrons in accordance with the
requirements for the new fence.
METHOD OF MEASUREMEN7
162-�4.1 Chain-link fence will be measured for payment by the linear foat (meter). Measurement will be
alang the top 6otfom of the fence fram center ta center of end posts, excluding the fength occupied by gate
openings.
� a� n� r..�„� ,.aii �,� r„ ��,� � .,-,nioto �.,���-
962-�4.3 Fence removal will be measured for payment by fhe lirtearfoot. Measurement �11I be along the
hottom of fhe f�nce from cenfer to cer�ter of end posts, excludrng the Iength occupied .by gate openings.
962-4.�4 Gate remova! wi116e measured as fhe removal of complefe unifs.
BASIS OF PAYM�NT
Fort Warth Meacham International Airport F-162-3 Commander Rd - Midfield Stage 2
The price shall 6e full com�ensation for furnishing aff maferials, and �or alE preparation, arection, and
installatian of these materiais, and for all labor equipment, tools, and incidentals necessary to complete the
item.
752-5.2 Payment for fence removal u,�ill 6e made af fhe contract unif price per Iinear foof. Payment shall
include removal, salvage, and delivery of aJ! af��ve ground materrals; for removal and o'isposal of the posfs
and concrefe foofings; for remova! and dispasa! of concrete erasion confrol stNp; for fhe t�ackfi!! af pos#
holes and all disturbed areas; and for alI labor, equipment, iools, excavation, and incidentals necessary to
complete the work.
952-5.3 Payment for gafe r'emoval will be made at rhe contracf unrf prrce per unii prrce for each gate.
Payment shall include removal, salvag�, and delivery of all above graund mate�'ials; for removal and
disposal of the posts and concrefe fooiings; for removal and disposal of concrete erosion control strrp; for
the backfill of post holes and all distur6ed areas; and for aII la6or, equipmenf, tools, excavation, and
incidenfals necessary to complete the work.
162-5.4 Payment for chain-IinEc fence will be made ak the contract uni# price per linear fao#.
Payment will be made under:
Item F-762-5. 9 Fence Removal — per Linear Foot
ltem F-962-5.2 Gate R�rrroval — per Each
Item F-962-5.3 6-Foot Black PVC Caated Chain-Link Fence Wrfh Barbed Wrre —
per Linear Foot
MATERIAL REQUIREMENTS
ASTM A 121 Metailic-Coated Carban Steel Barbed Wire
ASTM A 123 Zinc (Hot-Dip Ga[vanized) Coatings on Iron and Steel Products
ASTM A 153 Zinc Coating (Hot-Dip) on Iron and Stee] Hardware
ASTM A 392 Zino-Coated Sfeel Chain�L.ink Fence Fabric
ASTM A 491 Aluminur�'i�Coated Steel Chain-Link F'ence �abric
ASTM A 572 High-Strength Low-Allay Columbium-Vanadium 5tructuraf Ste�l
ASTM A 653 Skeel 5heet, Zinc-Coated (Galvani�ed) or Zinc-Iran Alloy-Caated (Galvannealed}
by the Hot-Dip Process
ASTM A 824 Metallio-C4afed Steel Marcelled Tension Wire for Use With Chain L�nk Fence
ASTM A 1Q11 Steel, Sheet and Strip, Hot�Rolfecf, Carbon, Structural, I-figh-Sfrength Low-Alloy,
High Strength Low A[foy wifh Improved Forrnability, and Ultra High Streng#h
ASTM B 117 5tandard Practice far Operating Salt Spray (Fog) Apparatus
F�rt Worth Meacharn International Airport F-162-�4 Commander Rd � Midfield 5iage 2
ASTM B 221 Alumin�m and Aluminum Alloy Extruded 8ars, Rods, Wire, Profiles and Tubes
ASTM B 429 Aluminum-Alloy Extruded Structural Pipe and Tub�
ASTM F 668 Pol}n�iny! Cf�loride{PVC), Palyolefin and other Organic Polymer Coated Steel
Chain-Link F'ence Fabric
ASTM F 1043 Strength and Protecti�e Coatings on Steel Irtdusfrial �ence Framework
ASTM F 10$3 Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated �Galvanized}
Welded, for Fence Structures
ASTM F� 183 Aluminum Alloy Chain i�ink Fence Fabric
ASTM F 1345 Zinc-5°/a Aluminum-Mischmetaf Alloy-Caated 5teel Chain-Link Fence �abric
ASTM G 152 Operating Open �lame (Carbon-Arc) Light Apparatus for Expasure of Nanmetallic
Materiafs
ASTM G 153 Operating �nclased Carbon-Arc Light Apparatus for ExposuTe of Nonmetailic
Materials
ASTM G 954 Operating Fluarescent U]#raviolet (UV) Lamp Apparatus for Exposure of
Nqnmetallic Materials
ASTM G'f55 Operating Xenon Arc Lighk A�parafus for Exposure of Nonmetallic Materiafs
F�D SP�C
RR-F-'[ 91/3
F'�D SP�C
RR-F-19114
Fencing, Wire and Post, Metal (Chain-L.ink Fence Posts, T�p Rails and Braces)
Fencing, Wire and Post, Metal (Chain-Link Fence Accessories)
FAA-STD-019 Lightning and Surge Protectian, Grounding, Bonding and Shielding Requirements
for Facilities and �lectranic Equipment
EIVD OF ITEM F-162
Fprt Worth Meacham International Airport F-162-5 Cammander Rd - Midfield Sta�e 2
Page Intentionally E.eft Blank
Fort Worth Meacham Int�rnational Airport F-162-6 Commander Rd - Midfielc! Stage 2
APPENDIX
GC�4A 1 Availability of Lands
GC-4.02 Subsurface and Physicai Conditions "Geotechnical Engineering Report"
GC-4.0�} Undergronnd I�acilities
GC-4.06 Hazardous Environrz�nental Candition at Site
GC-6.Ob.D Mi�ority and Women Owned Business �nterprise Compliance
GC-6.07 Wage Rates
GG6.09 Permits and Utiiities
GC-6.24 Nondiscrimination
GR-01 60 OQ Product Requirezxiez�ts
CITY OP PORT WORTH Commander Rd— Midfield Stage 2
S`fANDARD CONBTRUC�'ION SPEGIFICATION DOCi1MENTS City Project No. 101644
Revised July 1, 2011
��-4�.�� .��a�lab���y of l�a�.cls
'Y'��S PA��E ]L]E�7L' ][l�]�7C`E�7C'���T�.1LL� ]�LAl�K
C1TY OF PORT WORTH Commander Rd — Midfiefd Stage 2
STAi�lDARD CONSTl21[JCTION 3P�CiTTGATTpN DOCUMENTS City Yroject Na. 101644
Revised July 1, 2011
���4�.�� S��supface a�� ]���s��a� �on�l��ions
T]�I�S �.�.G� �L�E�"lI' �l�'�'E��['IO�TA�L�C,� �I��I�I�
CI`I'Y OP �'ORT WORTH Commander Rd -� Midfield Stage �
STANDARD CONSTRUC'I'ION SYECIPICATIOiV DOCUMENTS Ciry 1'roject 1Vo. ID1644
Rcvised Ju[y 1, 2D11
_ �T " ,
�_�
� � � � � � � � � � � � � � � �
Geotechnical Engineerin� Report
Meacham International Airpor� Midfield Taxi�vay
Redevelopment
201 American Concourse
Fort Worth, Texas
�CS Project Number 19:7370
June 15, 20�8
�_-- .- - - -r
� � � � � � �! � `� �.�,' � � r� s �,., �� �� "S��tir�r� tl�c.� Start�far�1 far 5�r�icc'.
� _ — _ • ._. . —' � + I�f i2rGsfn.r� En..,��ea•a. 1 �rm fi Hnrl
� T r. {��ote:chnical t����stru�tior� M�ierials Eiiyir��iment�l ��cilities 4
June 15, 2018
Mr. Colin Bible, P.E.
Garver, LLC
8010 Gaylord Parkway
Frisco, Texas 75034
ECS Project No. 1.9:7370
Reference: Geotechnical Engineering Report and Pave�ent Design
Meacham international Airport Midfield Taxiway Redevelopment
201 American Concourse
Fort Worth, Texas
Dear Mr. Bibfe:
ECS Southwest, �.LP (�CS) has completec� the subsurface exploration, laboratory testing,
geotechnical engineering analyses and pavement recommendations for the referenced project.
Ourservices were perFormed in ger�eral accvrdance with ECS Proposai No. 19:8269�GPr, dated April
4, 2018. This report presents our understanding of the geotechnicai aspects of the project along
with the results of the field exploration and ]a�oratory testing conclucted. The report also contains
our findings and recommendations for design and construction.
It has been our pleasure to be of service you during design phase of this project. We would
appreciate the oppor�unity to remain involved during the continuation of the design phase. We
would liice to provide our services during construction phase operations as weli to verify the
recommendations and subsurface conditions made for this report. Should you have any questions
concerning tha information contained in this report, or if we can be of further assistance to you,
pl�ase contact us.
Respectfully submitted,
ECS Sauthwest, LLP
�� �
�
Lakshmi Narayar�a Bolla E.I.T
Geotechnical Project Manager
fbolia(c�ecslimited.com
.� � � � �`� r
- 1--��" r _.;�f., .
Siddharth Neekhra, P.E.
Principal Engineer
sneekhra@ecshmited.com
-- —� -- __ - ,
Michael Batuna P.E. ,
Principal Engineer
mbatuna(c�ecslimited.com
��:33 Keliw�y l7rive, S►ifte* �10. �arrc�lltnn. TX 7FQ�F � T: �372-�9?-32%,? ��: '1.14-4$��9�8� WWW.EC5iIr1lll�d.C4ETi
CCS C�prtol 5erv�c�s, Pt.LC * EGS Flort�a. Lt � FCS Mic�-Atlar,tic, l_l_C Y EC;S M�dwes[. C1�(: � I=CS So�t�3easf, L�.P y ECS �o�rtf�w�st, LLF�
Meacham InterrtationalAirportMidfield Taxiway Redevelopment June 35, 2018
ECS Project No. 19:7370 Page i
TABLE OF CONTkNTS
EX�C(1TiVE SUMMARY .............................................................................................................1
1.0 INTRODUCTlON ..................................................................................................................2
1.1 General ...................................................................................................................................2
1.2 Scope of 5ervices .................................................................................................................... 2
1.3 Authorization .........................................................................................................................2
2.Q PROJECT iN�ORMA710111 .....................................................................................................3
2.1 Project Location ..................................................................................................................... 3
2.2 Current 5ite Conditions ..........................................................................................................�
2.3 Proposed Constructio� ..........................................................................................................3
3.0 �IE�.D �XPL.ORATION ...........................................................................................................4
3.1 Field Exploration Program ......................................................................................................4
3.2 Regional Gealagy .................................................................................... .........4
......................
3.3 5�bsurFace Characterization .................................................................................................. 5
3.4 Groundwater Observations .................................................................................................... 6
4.0 �ABORATORY TESTING .......................................................................................................7
5.0 DE51GN RECOMMEi�DATIONS .............................................................................................8
5.1 Exis#ing Pavement Structures ................................................................................................8
5.2 Raadway Pavement Sections ................................................................................................. 9
5.� Pavement Materials ............................................................................................................10
5.4 So�uble Sulfates ....................................................................................................................11
5.0 51TE CONSTRUCTION RECOMM�11iDATIOIVS .........................................................................12
6.1 Subgrade Preparation .........................................................................................................12
6.1.1 Proofrolling ................................................................................................................12
6.2 Rock Excavation Considerations ..........................................................................................12
6.3 Earthwork Operativns .........................................................................................................13
6.4 Lime Sta6ilized Or� s�te Clay ................................................................................................14
6.5 Plan Review ....................................................................................................•--..................]4
7.0 CLOSING ..............................................................................................................................15
Meacham Intemational Airpwt Midfreld Tpxiwoy Redevelopment
ECS Praject No. 19:7370
APPEINDfCES
Appendix A -- �igures
� Site Lacation Ma�
� Boring Location Diagram
� Regional Geology
o W3nPAS Pavement Design Outpu#s
� General Recommendations for Roadway Quality Assurance (QAj Testing
Apper�dix B — Field Operations
� Reference Notes for Boring Logs
o Boring Logs B-1 to B-19 and P-1 to P-3�
� Cored Samples (pictures) from Pa�ernent Borings
Appendix C — Laboratory Te�ting
o �af�oratary Testing Sumrnary Table 1
o Laboratory Testing Summary —Tabfe 2
a l.ime pH Series TeSt Results
� Modified ProctorTest Results
� CBR Test Results
June 15, 201$
Page ii
Meacham international Rirport Midfield Taxiway Redevelopment
ECS Profect No. 19:7370
EXECUTIVE Sl1MMARY
June 15, �018
Page 1
The folfowing summarizes the main findings of the exploration, �articularly those that may ha�e a
cost irr�pact on the planned cfe�elopment. Further, our principal recommendations are summarized.
Information gleaned from the executive summary shouid not be utilized in lieu of reading the entire
geotechnical report.
� The geotechnicaf exploration performad for this study consisted of a total of for�y-nine
(49) borings driiled fior the proposed taxiways and roadways to a depth of apprvximately
10 feet below the existing site grades.
a Asphalt pavement with thicicness rar�ges from 2.25 to 7.5 ir�ches and concrete pavement
with thickness ranges fram 6 to 16.5 inches were encauntered in the pa�ernent borings.
Cement treated base or base materiaf of 3 to 6 inches was encountered belaw some of the
pavement borings.
One to four feet of low to high plasticity clayey and sandy fiil soils were encountered in
tew borings. T�e borings encountered natural Fat Clay (CH) and Lean Clay (CL) soils until
the boring termination depths in sev�ral barings. In some of t�e borings, the soils were
followed by tan and gray limestone until the terminaiion depth of approximately 1Q feet
below the existing site grades. Groundwater seepage wa5 not encountered in any of the
borings during drilling or at the completion oF drilling.
The planned roadways can be designed with at least S inches Portland c�m�nt concreta
over 8 inches lime stabilized on-site soils. Lime shall be applied at a rate of 8% hydrated
lime (by dry weight of soil).
Meacham internationalAirport Midfield 7axiwayRedevelapment June 7.5, ZQ18
ECS Praject No. Y9:737Q PQ4� Z
1.0 INTRODUCTION
1.1 GENERAI.
The purpose of this study was to pra�ide geotechnical infarmation for the taxiway and apron
r�de�elopment, as well as recommendations for the design and construction of the proposed
roadway pavernents at the Meacham International Airport in Fort Worth, Texas.
The recommendations developed for this report are based on project information pro�ided by
Garver. This report contains the results of aur sul�surface exploration and geotechnical faboratory
testing program, site c�aract�rization, engineering analyses, and recommendations for the design
and construction of the planned recEe�efopment.
1.2 SCOPE OF SERVICES
To obtain the necessary geotechnical informaYion rec�uired for e�aluation of su6surface sail
conditions along the proposad taxiways, aprons anc� roadways, a total of forty-nine (�49j sail borings
were dril�ed and samplecE to a depth of approximately i0 feet below existing site grades. The soil
test borings were performed at locations selected and confirmed by tf�e client. A laboratory-testing
program was also impfemented to characterize the physical and geoiechnical engineering
properties ofthe subsurface soils. Pavement structure far t�e taxiways and aprons will be designed
by Garrr�r and noi part of this scope.
This report discusses our exploratory and testing procedures, presents our finctings and evaluations
and incfude5 the following:
+ A brief review anci d�scription of our �ield and laboratory test pracedures and the re5ults
of testing conducted.
o A re�iew of surface topographical features and site canditions.
o A review of area anci site geo[ogic conditions.
• A re�iew of subsurface soil stratigraphy with pertinent available physical propertie5.
� A final copy of our 5oil test borings.
o Recommendations for site preparation and can5truction of compacted fills, including an
evaluation of on-site soils for use as compacted fills for the propflsed roadways.
� General recor�rnendations for �avement section and preparation of pavement subgrade
for the proposed roadways.
1.3 AUTHORIZATION
Our ser�ices were provided in accordar�ce with ECS Proposal No. 19:8269-GPr, dated April 4, 2018,
and autharized by the client through a Task Order No. 18081002 on Apri! 17, 2Q�.8.
Meacham International Airport Midfield Taxiway Redevelopment June 15, 2018
ECS ProjecY No. 19:7.�70 Page 3
2.0 PFiOJECT INFORMATION
2.1 PROJECT LOCATION
The proposed taxiways, aprons and roadways redevelopment are part of the Meac�am
Internationaf Airport located at 201 American Concourse in �ort Worth, Texas. The location is
depicted 'm Figure z.�.�. a5 shown below.
����. _� __-�t
��.�t: rJ_'. •'
� �1�����;.�
� �i{ F�
.{
- . ,.� .s�-�� .«,
� `�
�+ —*� �?� ��i�
�17_���.�� �',..r4: s'�
.w��� '�"r�..� �-;r`",�q } +�� �
h '����. �• � .•+� ;k 'd
t+'r� � �j �� j�i'�
�r'.�k3 �. � .
4 _`s.."!T�Fy �[`_'L d'r,�iF ti~•
2.2 CURRENT 51TE CONbITiONS
�' �� � . , .��� � '3 ' �. �
Y� � + �y 5��' 'i�;�.
�
.1 � - �#,' �{'�: �� w
ti
�lj. �� }� �
��y� �:`',=r �.�
��:,.�{I ,�`l�C �r--..
�, �
. �. T
� :,
�1 4!i!
,��SF�.•�#� ..�# � ,F�'''k
j•i '+_.'� [� FF�'��,i �:,�h� �
Figure 2.1.1 Site Locatian
IYti�� + �� �
M1�,J�� .'. i �...1 �J�
..a��� !
� � ��• �'�ll�����`1
.{ . ,,
� ,=�_ �'�* : I
��' � � a:t�.�' i
+ �t'. �� ` �� � k�
� � .� � ;' �."j-`��+�
4k y, ii1iY �i�..�ral�l���
� �'�c! _w: F■
* .'{ 4F- 4 I . R" �
'.� �''��.���5'•�`11
,t�.� . �• .
+ �� .
� �+ 4 �
� .�
,; �
, � f�
The proposed taxiway, apron and roadway areas are currer�tly covered with pavements and grass.
The site topography along tF�e alignrrtent of the proposed taxiways and roadways is generaliy flat
with a maximum elevation af approximately EL 68Z feet on the northeast side ar�d minimum
ele�ation of appraximately �l. 68(7 feet on east side.
2.3 PROPOSED CONSTRUCTION
We understand that the propased redevelopment project will consist of ihe design and
construction of two new taxiways, aprons, two roaclways and future hangars at the Fort Worth
Meacham International Airport. Since grading plans were not a�ailable at the time of preparing this
report, we have assumed that the finished grade elevations will be near existing site grades.
Meacham International Airport Midfield Taxiway Redevelopment June 15, 2018
EC5 Project No. .19:737R Page 4
3.0 FIELD EXPLORA7iON
3.1 FIELD EXPLORATION PROGRAM
The field exploration was planned with the objecti�e of characterizing #he Project 5ite in generaf
geotechnical and geological terms and to evaluate subsequent field and laboratory data to assist in
the determination ofgeotechnical recommendations.
The subsurface conditians were explored by drilling a total of fort-nine (49) soil test borings.
Nineteen (19j borings were drilled in the grass areas and thirty (3flj borings were cored and drilled
on the pavement areas. Two pa�ement borings P-11 and P-29 were not drilled as requested by the
client. A truck-mounted drill rig with continuous flight augers was utilized to driil the borings. Bulk
samples were obtained from three of the soil boring locations. The subsurface exploration was
completed under the general supervision of an ECS representative.
The boring Eocations were se�ected and confirmed by Gar�er and identified in the field by EC5
persannel using ihe supplied diagram. The approximate as-drilled boring locations are shown an
the Baring Lpcation Diagram in Appendix A.
Representative soil samples were abtained by means of the split-�arrel and Shelby tube sampling
procedures in accordance with ASTM Specifications D-Z586 and R-�.587, respectiveEy. In the split-
barrel sampling proceclure, a 2-inci� O.D., split-barrel sampler is driven into the soil a distance of 18
inches by means of a 140-pound hammar falling 30 inches. The nurnber of blows required to drive
the sampler through a 12-inch inter�af is termed the Siandard Penetratior� Test (SAT} �a�ue and is
indicated 'for each sample on the laoring logs. In the Shelby tube sampling procedure, a thin walled,
steel seamless tube with sharp cutting edge is pushed hydraulically into the soil, and a relati�ely
undisturbed sample is obtained.
Texas Cone Per�etrometer tests were performed to e�aluate the load carrying capacity af the rack
encountered. These tests were perforrned in genera! accordance with test method Tex-�.32-E in
the Texas Department of Transportation (TxDOT} Manual of Testing Procedures. The resuits of
these tests are shpwn on the attached boring logs at the d�pths of occurrence.
Field logs �f the soils encauntered in the borings were maintained by the drill crew. AfEer reco�ery,
each geotechnical soil sample was remaved for tha sampler and visually classified. Representative
pqr�ions of each sail sample was then wrapped in pla5tic and transported to our laboratory for
further �isual examination and laboratory testmg. Af�er completion of the drilling operations, the
boreholes were backfilied with auger cuttings and soils to the existing ground surface and the
pa�ement surFaces were patched with concrete.
3.2 REGIONAl. G�OLOGY
The regional parent geologic mapping indicates that the site is underlain i�y the Fart Worth
Limestone and Duck Creek (Kfd). The parent rack ofthe Fort Worth formation consists of alternating
layers of limestone and shale while the �uck Creek formatian consists preclominately of hard
iimestone with marf layers. Generally the more intact un-weathered limestone is grayish in coior
and weathers into a tan Eimestone or into highly plastic clay soils. These clays typically exhibit high
#o very high shrink/swell with change in moisture contents. `fh� clays can typically rar�ge fram Tan
Meacham internationalAirport Midfield Taxiway Redevelopment June 15, 2015
FCS Project Na. 19:7.�70 Page 5
directly above the rock to darker colors near the ground surface and will have higher shrink/swell
tendencies near the surFace.
The locat�on of the site on the geologic rr�ap is provided below on Figure 3.2.1.
���
�.3 SUBSURFACE CHARACTERIZATfON
. -{���.
�� �
�
The subsurface conditions encountered were generally consisien� with published geological
mapping. The following sections provide generalized characterizations af the soil and rock strata
encaunter.ed during aur subsurFace exploration. For subsurface information specific information
refer to the Boring Logs in Appendix B.
7able 3.3.1 Subsurface Stra#igraphy �
� - — � • --
k Ap�r�x�r�ate �ot�am Mat�riSF pestriptil�n Can�lster��y
I l�c�tit E4eluw Gr;��+�
I2% to 7%2 inches Asphalt --
6 ta 16 Y inc�ses � Concrete � --
4%z to Z7 Inc�es C�ment Treated Base / Base --
FILL, Fat Cfay, l.ean Calcareous Ciay, Clayey Sand
1 to 4 feet brown, dark brown, iighY brawn and grayish brown, 5tiff to Hard
with Eravel and limestone �ra�ments
Figure �.2.1
Geologic map for Figure 3.2.1 obtained from the Geologic Atlas of Texas, Dal[as Sheet, 1987
Meacham InternationalArrporf Midfield raxiwcry Redevelopment
ECS Project No. 19:7370
June 15, 2018
Page 6
_-— � - --�
i�1{l�rQkIR�R�� �oitvr� I .
��ptaM �l��fvtiw Gra�i�e �1vYeel�l E��rsfriptlnn Cons�si�ncy
1 to � 0` feet
1.5 to 10� feet
5 to 10� feet
10`feet
*Soil 8oring Termination Depth
LEAN CLAY {CLj, light brown, brown, dark brown and
light gray and grayish brown, with limestone fragments
and calcareous nodules
FAT CLAY (CH), brown, light brown, grayish brown,
fight gray and dark iarown, with ]imestone fragments,
calcareous nodules and calcareous deposits
Limestone, tan, weathered, with clay layers
Limestone, gray, with shafe seams
5tiff to Hard
5tiff to Hard
Rock
Roc[c
Pleas� refer to the attachecf boring logs and Iaboratory data sumrrtary for this field exploration for
a more detailed descript3on of the subsurFace canditions encountered in the borings as the
stratification descriptions above ar� generalized for presentation purposes.
3.4 GROUIVDWATER OB5ERVA7'IONS
Groundwater level observatians were made in the borings during drilling operatians. In auger
drilling operations, water is not introduced into the borehole and the groundwater position can
aften be determined by observing water flowing into and out o'fthe excavation. Furthermore, visual
obsenration of soil samples retrie�ed can often be used in e�aluating the groundwater cor�ditions.
Groundwater seepage was not ob5et'ved in any of the borings while driiling or upon the completion
of drilling.
The highest groundwater observations are normaily encountered in the late winter and aarly
spring. �luctuation in ihe location of the long-term water table may occur as a result of changes in
precipitation, evaporation, surface water runoff and other factors not immediately apparent at the
time o� his investigation. Therefore, the groundwater conditions at this site are expected to be
significantly irtfluenced by surface water runoff and rainfall.
Meacham 1nYernational ArrportMidfield Taxiway Redevelaprnent June 15, 2078
ECS Project No. .19:7370 Page 7
4.0 LABORATORY7ESTING
The laboratory testing was pe�Formed by ECS on selected samples obtained during our field
exploration aperations. Classification and index property tests were perFormed on representati�e
sai! sampies obtained from the test borings in order ta aid in classifying soils according to the
Unified Soil Classification System and to quantify and correlate engineering properties. The soil
samples were tested for moisture content, Atter6erg limits, sie�e analysis (passing No. 20a sieve),
density, absorption swefi, unconfined compressive strength, soluble suffates, modified proctar
tests, lime pH series and California SearEng ratio tests. Test results were surnmarized in Tables 1 and
2 as presented in Appendix A. Lime pN series (Eades and Grim), CBR and Modified Proctor figures are
inciucfed in Appendix A.
An experi�nced geotechnical ertgineer �isually classified each soil sample from the test borings on
t�e basis of texture and plasticity in accordance with the Unified Soi] Classification System (USCS)
and AST'M D-2488 (�lescription and Identification of Soiis-Visual/Manuai Procedures). After
classification, the geotechnical engineer grouped the various soil types into t�e major zones noted
on the 6oring logs in Appendix B. The group symbols for each soil type are indicated in parentheses
following the soil descriptions on the boring logs. The stratification lines designating the interFaces
6etween earth materials on the boring logs are approximate; in situ, the transitions may 6e gradual.
The soil samples will be retained in our laboratory for a period of 6a days, after which, they will be
discarded uniess other instructions are received as io the[r disposition.
MeQchaminternotionalAirportMidfield TaxrwayRedevelopmertt June 15, 2018
ECS Project No. 19:737Q Page 8
e��
5.0 D�SIGN RECOMMENDATI�NS
The faflowing recommendations have been developed on the basis of the previausly described
project characteristics and subsurface conditions. If there are any changes to the project
characieristics ar if different subsurface conditions are encountered during construction, ECS
should be consulted 5o that the recommendations af this r�port cart be re�iewed. Since site grading
pfans were not a�ailable at the time of preparing t�is report, we have assumed that the finished
grade ele�ations will be within near existing site grades.
5.1 EXISTING PAVEMEN7 S7RUCTURES
Sased on the resul#s of our subsurface exploration pracedures {including coring), we have evaluat�d
the existing pa�ement structures (surFace cour5e, base layer, sub-t�ase and subgracEe material). The
findings are surrtmarized therr� in the following table:
ilnring �r�.
P-�
P-2
P-3
P-4
P-5
P-6
P-7
P-8
P-9
P-1D
P-1�
P-13
P-J.4
P-iS
P-16
P-17
P-1$
P-i9
P-20
P-21
P-22.
Table 5.1.1 Existing Pa�ement 5tructures
FkIti+1AC �CC El,�xe "-- �---- - - --
Sub-lsab�e MaterEal
��F�ches� ��schns} �i�ches)
-- 10 __ --
-- 16.5 __ __
7 6 -- --
4 -- -- --
7.5 6 __ __
5 $ 4 CT8
5 -- 3 CTB
2.5 -- 6 CTB
3 -- -- --
4 -- 3 CTB
3 -- 3 Clayey Gravel
-- 6.25 -- --
2.5 -- -- --
3 -- 6 CTB
-- 7
4 -- 3 CTB
4.5 -- 3 CTB
4 -- 3 CTB
z•�5 -- 3 CTB
5 -- -- --
1•5 -- 3 Clavev Gravel
5ubgr�tid�
�ll���rEak
Fat Clay (C�Ij
Lean Clay {CL)
Lean Clay (CL)
Lean Clay (CL}
Lean Clay (CL]
Lean Clay [CL)
Lean Clay (CL)
Fat CEay (CH)
Lean Clay {CL)
FILL Fat Clay
Lean Clay (CL}
FILL Fat Clay
Fat Gay (CH]
Lean Clay {CLj
Fat Clay (CH)
fiILL Lean Clay
Lean Clay (CL}
FILL Fat Clay
Lean Clay (CL)
F�LL Lean Clay
FILL Clavev Sand
Meacham internaYional Airport Midfield Taxrway 14edevelopmenY June 15, 2d18
FC5 Profect No. 19:7370 Page 9
— -�.� -----..._—, � _, . _�� .. _, __ � �
- -- —�Ex+7�G PCC ��as� ' Su�gr�il� - -
�flfI1S�+ i�i4: T �' �ll�`t185C ���i#��f
(In�nes} [ ��nchesj {lri�lie�} R+late�i�l
P-23 4 -- 3 Possibfe CTB FILI. Clayey 5and
P-24 4.5 -- 3 Possible C78 FILL Clayey 5and
P-25 4 -- 3 Possible CTB F]LL Clayey Sand
P-26 2.25 -- __ -- FILL Clayey Sand
P-27 4.5 -- __ -- FILL Clayey Sand
P-28 Z•5 -- 4 CTB Fat Clay {CH)
P-30 3.5 -- __ -- Lean Clay (CLJ
P-31 6 -- 3 CTB Lean Cfay (CL)
A-32 3.5 -- 6 Clayey Gravel Lean Clay (CLj
Note: HMAC— FEot iVlixAsphalt Concrete; PCC— Portland cement Concrete; CTB—Cement7reated Base
5.2 ROADWAY PAVEM�NT S�CTIONS
We were informed by the client that the proposed roadways wi]! Eae considered as Collector Road.
Traffic data was not available at the time of the study. The proposed roadway thicicness was
designed in accordance with 5ection 3 of the City of Fort Wor�h — Pavement �esign Manual dated
January 29, 2015 (�'evised December 1�, 2015j. �he design values used be[ow was obtained from
Table 3.1 Design Traffic and Design Life for Pavements ofthe City of For� Worth's Pavement Design
Manual.
Table 5.2.1 Roadway Pa�ement
�� - - •-- - -,:�_.
[�osign haran3�trrs
5treet Classification
Pavement Type
5ubgrade 5tabilization
Annual ESAL (Fort WorYh Pavement [
Growth Factor
Desi�n Life {vears)
Total Rigid �SAL
Reliability (percentage}
Overall Standard De�iation
Cor�crete Modulus of Rupture �
Concrete Modulus af Elasticity
Draina�e Coefficient
Des��n V�fues
Ca[lector
Portland Cement Concrete
Lime Stabilized
Manua[}
1.5
25
90
0.39
62D
1.D
Meacham Internationa� Airport Midfield Taxiway Redevelopment June 15, 2018
FCS Project No. 19;7370 Page 10
R�si�r� Parametcrs
i.oad Transfer Coefficient
Initial Pavement Serviceability
Terminal Pavement5erviceabifity
Desi�n CSR fsu
Design CBR (lime stabiiized su
Effective Modulus of Subgrade Reaction (psi/inch)
i3�slgati 3fal�e�
3.0
4.5
2.25
5
15
221
The pavement thickness determinations were performed in accordance with th� AASHTO Guide
the Design of Pavement Structures (1993 edition} guidelines and the WinPAS software. 8ased an
tha results of our analysis, the pa�ement may be designed and installed using a PCC pa�ement
section bearing on lime stabilized suhgrade as summarized befow:
iable 5.2.2 Raadway Pavement Section
--�— � - - n��t�r���r�,R��,��9
Pr�pa��d Rs�ac�+u��+ �y��
Collectar
�nrtlanrl ��rne�t �Can�re#e
S
LirY�� Si�hiC3�.�tlA�l
F:3
�he pavement design calculatfons are pro�ided in the appendix of the report. An important
consideration with the design and construction of pavements is surFace and subsurface drainag�.
Where standing water develops, aither on the pavement surface or within the sub-base layer,
softening of the subgrade and other problems related to the deterioration of the pavement can be
expected. Furthermor�, good drainage Should reduce the possibility of the subgrade materials
becoming saturated during the normal service period of the pavement.
In order to minimize ma�ements, positive drainage should be conducted during all phases of
construction and post construcYion all cracks and joints in the pa��ment should be routinely sealed.
For the cEesign and construction af raadway pavement, the subgrade should be prepared 9n
accordance with the recorr�mendatiflns in the "Earthwork Operatians" section of this report.
5.3 ROADWAY PAVEMEN� MATERIALS
Roadway pavement materials should be in strict accordance with �he most current City of �ort
Worth Pa�ement Design Standards. In some instances these speci#ica#ions reference TxDOT
s�ecification and standards. Pavement should be specified, constructed and tested to meet the
follawing requirements:
Meacham Internatinnal Rirport Midfield Taxiway Redevelopment 3une �5, 20�8
FCS Project Na. 19:7370 PQJe 11
1. Port�and Cement Concrete: ltem 360 of the TxDOT Standard Specifications. Specify a
minimurr� compressive strength of 4,Oa0 Ibs. per sq inch at 28 days. Concrete should be
designed with 3 to 5 percent en�rained air.
2. Reinforcing 5teel: No. 3 reinforcing 6ars placed at 18 inches maximum spacing on center,
each direction.
Lime 5tat�ilized Sui�grade: TxDOT Item 260, and the City of Fori Worth — Pa�ement Design
Manual, January 29, 2015 (revised December 14, 2Q15j, Sections S.2 and 5.3.
We recommend a minimum of 8% hydrated lime (6y c!ry weight of soil) be used to modify and stabilize
the clay su6grade soils. The hydrated lirr�e should meet the requirernents of I�am 26fl in the TxDOT
Standard Specificatians for Construction of Highways, Streets and Bridges. Lim� stabilized subgrade
should be thoroughly mixed and blended with the upper 8 inches of t�e clay subgrade (TxDOT [tem
260).
This roadway lime stabilized subgrade mixture should be uniformly compacted to a minimum of 95%
of its maximum Standard Proctor dry density (ASTM D-698j at moisture content of 3 percentage points
above its optimum maisture content. �ime treatrnent should extend at least 1 foot beyoncE exposed
�a�err�ent edges to reduce the effects af shrinkage and associated loss ofsubgrade support. Roadway
density tests should be �erFormed as per the QA guidelines provided in the Appendix of this report.
5.4 SO�.UBLE SULFATES
Soluble 5ulfate tests were per-formed according to TxDOT test method Tex 145-E on sampled soils
to evaluate the potential for F�eave due ta an expansi�e lime-sulfate reaction. The laboratory test
results indicated that soluble sulfate concentrations ranges fram ]ess than 1,OOD ppm io 4,173 ppm
in fhe subgrade soils. Soluble sulfates of 4,174 ppm and 3,633 ppm were measured in soil samples
from borings B-6 and P-8, respecti�ely. Test results were summarized in Table-2 in Appendix A. 5oil
with soluble suffate cor�centrations of 3,QOa pprrt or iess indicate a Iower levei of risk assaciated
with sulfate-incEuced heave.
Sail with solubEe sulfate cancentrations of 3,000 ppm or more are considered to require specia�
treatrr�ent considerations when lime stabilized in accordance with TxDOT "G�idelines for
Modification and 5tabilization of Soils and Base for Use in Pavement Structures" (2005). Double
lime stabilization, or removal of the �xisting high sulfate material and replacement with flexible
bas� should be considered. Sulfate contents should be confirmed by additional laboratory tests
during the can5truction phase after final grading.
Meacham International AirportMidfield Taxiu�ayRedevelopment June �.5, 2018
ECS Project IVo. 19:7370 Puge 12
6.0 S1TE CON5TRUCTIOi� RECOMMEN�ATIONS
The Federal A�iation Administration (FAA) Standards for Specifying Construction of Airports — AC
150/5370-10G (dated 7/21/2014 or newer) should 6e fallowed forthe Taxiway and Apron (AirFiefd}
redevelopments. The following table outlines the perCinent FAA Standards.
Tabl� 6.Q.1 Airfield Material
Ni+�te�iai 7y�e � F�4A S#��nlf,�r�l
Aggregate Base Item P-154
Lime 5tabilized 5ubgrade Item P-155
5ubgrade ]tem P-152
A design CBR of �5 may be used as design input value for the 12-inch lime stabilized sub-base under
the taxiway pa�ement.
The following sections outlines site construction recommendations for the proposed roadways.
5.1 SUBGRADE PREPARATION
In a dry and undisturbed state, the upper 1-foot of the majarity of the soil at the site will pra�ide
gaad subgrade support for fill placement and construction operations. However, when wet, tF�is
sail will degrade quickly with disturbance fram c4ntractor operations. Therefore, good site drainage
shau[d be maintained during earthwork operaiions, which would help maintain the integrity of t�e
soil.
The surface of the site should be kept �aro�erly graded in order to enhance drainage of the surface
water away from the proposed impro�ement areas during the canstruction phase. We recommend
that an attempt be made to enhance the natural drainage without interrupting its pattern.
The soils at the site are maisture and disturbance sensitive, and cantain �ines which are considered
moderately erodible. Therefore, the contractor shauld carefulfy plan his operation to minimize
exposure of the suE�grade to weather and constructian equipmeni traFfic, and pro�ide and maintain
good site drainage cfuring eartMwork operations to help maintain t�e integrity of the surficial soils.
AII erosion and sedimentation shall be controlled in accordance with sound engineering practice
and current jurisdictional requiremen#s.
6.1.7. Praafrolling
After stripping and removing all unsuitable surface materials, cutting to the proposed grade, and
prior to the placem�nt of any struc�ural fill, the exposed subgrade should be examined by the
Geotechnica� Engineer or authorized representative. The exposed subgrade should be thoroughly
proofrolled with previously approved construction equiprrtent having a minimum axle load of 10
tons (e.g. fully loaded tandem-axle dump truck). ihe areas subject to proofrolling shoulci be
tra�ersed by the equipment in the sarr�e direction with overlapping passes af the vehicle under the
Meacham International Airport Midfield Taxiway Redevelopment June 15, 2D18
FCS Project No. .19:737D PQge 13
observation of the Geotechnical Engineer or authorized representative. T�is pracedure is intencfed
to assist in identifying any localized yielding materials.
In the event t�at unstable or "pumping" subgrade is identified lay the proofrolling, those areas
should be marked for repair prior to th� piacement of any subsequent structural fifl ar other
constructian materials. Me#hods of repair af unstable subgrade, such as undercutting or moisture
conditioning or chemicaf stabilization, should be discussed with the Geotechnical Engineer to
determine the appropriate procedure with regard �o fhe existing conditions causing the instability.
If t}�e area is deemed toa srrtafl for a piece of ec�uipment to tra�erse the excavated area it should
be thoroughly probed by the Geotechnical Engineer or authorized representati�e.
6.2 ROCK EXCAVATION CONSIDERA'fiONS
Shallow rock was encountered during our subsurFace exploration and rock exca�ation techniques
may be necessary for this project. It has t�een our experience that single-tooth rippers can usually
rip to depths on the order of two (2) to three {�) feet below the top of the tan limestone in large,
open, excavatians. Below that, or in smali exca�ations, mor� extensi�e efforts are required. If
excavations are ad�anced deeper than 1 to 2 fe�t below the top of the tan limestone, exca�ation
ar ri�ping can be achie�ed only with great difficulty, and other means are normally required in order
tv facilitate remo�al of the rock.
If exposed rock is encountered near the proposed finaE grade of the proposed pavement, then the
rock surface should be graded to pro�ide art even and uniform platform for the access drive. Four
(4) inches of compacted crushed rock or flexible base may be placed to provide uniform subbase
surface for the pavement.
For purposes of contract terms, we recommend that "rock" be defined as follows:
"Rock shall E�e defined as those natural materials which cannot be exca�ated in an open excavation
with a Caterpillar Model No. D-8, heavy duty tract type-tractor, weighted at not less than 285 hp
flywheel pawer and equipped with a single-shanic hydraulic ripper, capable o� exerting not less than
45,OOD Ibs. breakout force, or equivalent machinery. For footings, utility �renches and pits, rock
shall be defined as those materia3s that cannat �e exca�ated with a Caterpillar Model No. 215D LC
tract-type hydraulic exca�ator, equipped with a 42-inch wide short-tip radius rock bucket, rated at
nat less than 120 hp flywheel power with bucket-c�rling force of not ]ess than 25,Q00 Ibs. and stick-
crowd force of not less than 18,000 Ibs."
�epending on the excavation methods, the rock at this site wiil typically exca�ate in relatively large,
bloc�Cy and platy pieces, which are dEfficult to compact for suitable long-term perFormance. Alsa,
these materials experience rapid degradation due ta weathering aver relati�ely short periods of
time, once exposed to air and water conc�itions. Therefore, these larger pieces, which break up as
rock-like fragments in the ini�ial exca�ation, must be compacted with sufFicient compaction energy
to substantially break them dawn into soi] size particles during constructian.
Exca�a�ed tan limestone may be suitable for fill within the pa�ing limits. For the purposes of this
report, all rock rnaterials excavated at the site will ba considered nondurable. Nondurabie rock
materia�s remo�ed during exca�ations may be used as fill if 5uitably decomposed by mechanical
effort. Durability is the term used to describe the ability of a rack or rock-like mater�al to withstand
Meacham InternationalAirport Midfield Taxiwayliedevelopment June 15, 2015
FCS Project No. 19;7370 Page 14
Iong term chemical and mechanical waatF�ering without size degradation. Any rocfc excavated from
the site and used as earthwork fi11 should ha�e a well-gradecE grain size cEistribution with roc�C and
soil par�icles ranging from clay or silt size parCicles to a maximum size of 4 inches irt diameter with
2 inch thick pfates. Particles larger than this shoulcE be decomposed by mechanical com�action
equipmentto achie�ethe desired grain size distributio�.
Dnce appropriat�Iy bro�Cen down, this material may then be placed and compacted at workable
moisture contents abo�e the optimum moisture content and compacted to at feast 95% of the
Maximum �ry I]ensity as obtain using the 5tandard Proctor Method (ASTM D-698).
6.3 EAFiTHWORK OPERATIONS
Prior to placem�nt of any new fill, all roadway sui�grades should be 5carified to a minimum cEepth
of 6 inches, moisture conditioned and compacted to at least 95% of Maximum Dry Density as
obtained by the Standard Proctar Method (ASTM D-698) moisture conditioned at ieast 3
percentage points aba�e the optirnum moisture content �afue. All fills should be benched into the
existing soils. lmportec{ soi! useci for general fil{ should not have a Plasticity Index (PI) of greater
than the material encountered onsite.
Soil moisture le�els should be preser�ed (by variaus methads that can includ� co�ering with plastic,
watering, etc.j until new fili, or pa�aments are placed. AI� fill soils should be pfaced in 8 inch loose
lifts for mass grading operations and 4 inches for trench type excavations where walk behind or
"jumping jack" compaction equipment is �sed. Upan completion of #�e filling operations, care
should be taker� to maintain the sail moisture content prior to construction af pa�ements. If the
soil 6ecomes desiccated, the afFected material should be removed and replaced, or these materials
should �e scarified, moisture conditioned and recompacted.
Utility cuts should not be left open for extended periods of time and should be properly backfilled.
Backfilling sF�ould be accomplished with properiy corr�pacted on-site soils, rather than granular
materials. If granular rnaterials are used, a utility trench cut-off at the building line is recommended
to help pre�ent water from migrating through the utility trench backfill to beneath ti�e praposed
structura.
For the design and car�struction of pa�ement, the subgrade should be prepared in accardance with
the recamrnendations in the "Earthwark Operations" section of this repori and the City of Fort
Worth Standard 5pecifications.
fi.4 LlM� STABlLIZED CLAY
Based on the iime phi series te5t results, lime application rate of 8% (including 1% additional for
construction variation) hydrated lime by dry weight of clay should be usect for the proposed
roadways. The amount of [ime required should also be confirmed by additianaf laboratory tests
(lime series) during the construction phase.
The lime stabi[ized clay should be thoroughly mixed and apprapriately meflowed for at least 48
hours and tested for gradation and fime solubility (pH} prior ta final placement and campaction.
Meachom inYernationalAirportMidfreld Taxivvay Redevelopment June 15, 2018
ECS Project No. 19:7370 PQ9e 1$
Once appropriately mixed ar�d rnellowed, this material may then be placed and compacted at
workable moisture cantents of at least 3 percentage points above the optimum moisture content
and compacted to at least 95% of the Maximurn Dry Density as ohtain using tF�e 5tandard Proctor
Method (ASTM D-69$) for roadway pa�ements. Lime treatment should extend at least 1 foat
beyond exposed pavement edges to reduce the effects of shrin[cage and associated loss ofsubgrade
support.
The laboratory test r�sults i�dicated tha# soluble sulfate concentrations ranges from less than 1,000
pprn to 4,173 ppm in the sul�grade soils. Soluble sulfates of 4,174 ppm and 3,633 ppm were
measured in soil samples from borings B-6 and �-8, respecti�ely.
Soil with soluble sulfa�e concen�rations of �,d00 ppm or more are considered to require special
treatment considerations when lime stabi[ized in accordance with TxDOT "Guidelin�s for
Modification and Stabilization of Soils and Base for �se in Pa�ement Structures" (2005). Double
lime stabilization, or removal of the existing high suifate material and replacement with flexible
base sf�ould be cansidered. Doubfe lime stabilization process generally includes applying half of
the required amaunt of lime percentage to the 5ubgrade soil, adding moisture of at feast 3
percer�tage points above its optimum moisture cantent, mixing and mellowing for at feast 3 days
whila maintaining the moisture content thraughout the mellawing time. After the mellowing
period, the remaining half of the r�quired amount of lime percentage shall be applied ta the
mixture, foilowed by adding moisture to at least 3 percentage points abo�e its aptimum moisture
content, mixing and followed by compactipn.
Sulfate cantents should be confirmed by additional laboratory t�sts during the construction phase
after final gracfir�g to confirm t�e lime percentage and subbase stabilizatian process.
Please refer to the "General Recommendations fior Quality Assurance (QA) Testing" tahle provided
in the Appendix A of tE�is report for specific roadway construction materiafs testing requirements.
6.5 PLAN REVIEW
We suggest that EC5 be engaged to review tha ci�il design drawings and the pertinent geotechnical
related writien specifications prior to their substantial completion. The purpose of the re�iew is to
determine if our recommendations w�re interpreted in the manner intended. Often times, this
review results in significant improvement ta the plans and specifications.
Meacham internationalAirportMidfield Taxi�vay Redevelopment June 15, 2018
ECS Froject No. 19:7370 Page 16
7.Q CLOSING
ECS has prepared this report of find�ngs, e�aluations, and recommendations to guide geotechnical-
related design and construction aspects of the praject.
The description of the proposed project is based on information provided to ECS by Garver. If any
ofthis information is inaccurate, either due to our interpretation of the documents provid�d or site
or design changes that may occur later, EC5 should be contacted immediately in order that we can
review t�e report in light of the changes and pro�ide additional or alternate recommendations as
may be required to reflec# the proposed constructior�.
We recommend that EC5 be allowed to review the project's plans and specifications pertaining to
aur work so that we may ascer�ain consistency of those plans/specifications with the intent of the
geotechnica� report.
Fi�ld observations, monitoring, anct quality assurance testing during earthwork are an extension of
and integral to t�e geatechnical design recommendation. We recammend that the awner retain
these quality assurance services and t�at ECS be allowed to continue our in�ol�ement throughout
these critical phases of construction to pro�ide general consultation as issues arise. EC5 is not
responsible for the conclusions, opinions, or recommendatia�s of others based on the clata in this
report.
APPE�DIX A — Figures
Site Location Map
Boring Location Diagram
Regional Geolagy
WinPAS Pavement Qesign Output
General Recommendations far Roacfway Quality Assurance (QA) �esting
r �`'�^ I� ' '���' i . �}�IFy.�" i��- , --' �e-�
� I ,�*`+�l ���#���� , y���y��■ ' `��h ��
' '- y�p �;y� '��
�f'1 �' '-�}` ',��, i � � � �-r '�� �� � ' ►�. ► - � . . �
c/S C� '�-. x}�r��b � =',° �:�r.�.#'yi�.`��.. �.'+F� — �
� �.•��, ���-��' ;. ,,.," ';.' ,�# � �.k. 1�-� , '
. . k � � . . _.
�i t tr � � .rR���. 1��f� � r ' '' �
.�{P � � �� � I � t �1� �ly.
�' '��f � �;� �+ ` �� ��' �':�; �'�� '
� } � 'w t =� ' ^� ��-.�� ' *, �:. ._ � � �ii�1'1'*�'a �
�'..:��t-.,'�ti � ���i f ,��� '� � r/� � ,t���^ - �.�5�� '��� ' � .�.`,-:�+�'� �;�1
� I � �i � � ' M'
� � � i ��I��, s� � ... ,�,'� �=l �i- :�4�■irt' L. '�t,•�#r� �
t ��� _ �"` "MtE"n � •�': I�� . . " ryt�. '4� � � ��l � �i
� ` .���� �� '� F��i ��', _ + I— �'I - _ . f~ � 'trf 1�','� I "I�
��_� �� . �x�. i � �. � .
f })���� ' tif' ? �t. Yk �!�.��� + i4�- �y' " r
+�'���.� ��. ,}, r5� � ��� � y �;•, '� 4� � }�'A + �' F'���� 1
� � �' � `�' `1 �
� �,..��� f ���i���'+' � r� �} r
pr6Y� ` �+ ��' 4 � �
''$��`�'�i�iWl;�f��'������I+F'r�� ` � _' ��' +� ���� I'''y.
��V� ��r � �,'}�'���-if{ ��'�' � _ 'y {i ,� � '� �� K�����,��r �_
� �i��Y' �r4�'�'k' i- j�� I'� 1
7. � ' S � " _,J � '� .'..� + ��' �� J
���� ��'�af'y�'� *�4L'� �. - .�� �r`-��`* '�'', �'� _ �: ��
����I�'f i��l�f�����f:.�~ '�� � �':r t. r �" "y',F_
�� �,�. �; '' . � � �, ��# „ . ' .� - .'k: � ��� ��
,. , �+ �t�_ ��" ;.�'� �:i �..'�+�� ,.+�; "�; . . ''"' ,s'� xy. � , . ; '�
-.���� fji�S}� �.�} `��,�;��14��,f,�+�, ��� �����+ r .� . _ �yri� e� f� �k��� �S.r 4� "�* ��rf,'� I
K" � r � Flry{i�j�#"' G��`���/��'y� *� ��� .:a, � I � ���� r�• �'�I �� � ` �'��I �
r �J.�� ib ���*' ''�, ���k� .�'� ��*-�Y`�y , t.1i.,i�i"�r�l� ����i+r�:�,� �.
a��'� �' �� � t�a.�� ��"' �� ���• ,,-
4`� � '.ti: � rt.,.��_R,'{•���"' �t' � • C�J+ c � 'E -� � �-'��� ��•���' �i'� ��,�„�# ��f �. � �r�,�
1Jy�;� _ �aLni =,� ���� �.� "`�� . ��-• .�?�;� _•.1-• y �.+�
i �4y��1y�y *r+'�+I � f�� .� 1 `f � '�4T��y,y"���''', �lyi�l+f �
1t � � i1��".'�� .�S'� �� '�� � �pp '�yF�ly����M1�' ���
I. � R ' _ .4'�IM i a.�'�fr �v�' � � �W j'�- �C�v �
� �R-.:�:i-�._-., �`�',. r y�{ �� . �. -��-�'f �'�i� .-�`
1}. +#.rMffl � '."" � �� �A� ,y:�!• �+ _ . cyw'- r ! f � .:+' . ,�lu*;'�i�„'�.i� 4 ` �'�� '.
I+ y4"SiW� k���1. �� �� '¢_ir�= ` . � .. ' ��� � �r�; ��\+ # 7� �
' tR � y�rF '�1 rf +r._ � I. � y, .r . 'r'*.
r �+.� r'nl ' ._.� K � � �f � ��#� �t �.� �_ ' �� _ _ __ - . i' , i ',���' � �� � �.
f_ .w*��_.�_�i .'+4y�. } ' '� , ' ��• +' S
�t�,�K3.. r. ,}� -'fy��i�+1 ' f� 1 I .� S
'*4 sr I. V' ++i ' � . ,
1 1�. �_ �� �r� � ��,.'� � 4f+ � �' � _ � _ `f- " { ��;: �
:�i�., �r-��S��F*�k++,�,� . ++" r fi'• 4� � _ �
M•� li�_" 'tifT,f! �♦� xI,►� f 5 •� -�, ��� I � �
�y ����*��4ir1�5.1��`'��� +11�_�_ ��n n'�� � �' ' '� ~... . . . " ' `�
/�.ti �f11Jl� ' r' r } ��' ri: - � � � M �� ` . . � ..�1114� p1S
L�, � �'+�`4 ' J � � . . il r � , s . � �l-.
i� ��� �-" �;� �.�,a � � �y�C � .'�y 4��� Y� ry �I
���'_�'�.r , _� _ � "�.;�,+{ �' 1 �} ���;1� � � f' �
n � � � � .' '
• . Cl�t n , , - `� ' ;w„
1 . .F ��� ��{ � ' �� i F' ,�. �' -� ;� �y� �4,' �
� �I"±j ` ,�.�"-����. _ : �� ��� ��/'� � � I �� . ' ' ����.' ����fE� �
- �4 `� �- ��{ ,r r :Ai�`� 'f� �. � �� i '.1�'I � � +I �1 +! ,ry
fF•'t4a�;t� .� ,'�y � w������;��r,��� * � ' � r ��� � P. �'ii .j�i
W i'��" � ��� � �„�'�„.., - � _ l r•���� ,�. �
*���J`Y. �� • �� _ � � �'1 � : � � � � I[ A.i " r:i���:"r,�� ������# �
� .7o-.jr�wx.rr� ��fi.} ��- �}�: � �' � i nF [.� - + �fFr}i'� I��.
�Y:a. t��i " � �4 _ ��*,T�7i;�'. .14�}r �� .S '.�� � ��fl ��
� : t. � 7�� �t�# ��- qF�t + � l�+� ���� ' �1.;1
� + L = �4��".,,:F�-.�{ ��t�{f;� .�, �i, +i r �r�i .i�`
� � r��'" �j�( ��� ��-y}. ` �. s � i- I• � � ���+ � � ��� � ,
i��r -� � � y ,� •' r �T? � ' .._ �.�+ � � -y°q • f'. �55. C'-� t ti� _
!� _�;`` "'�� �4 .� ' � �`` " � i �'�'yf, 1�� � � �! 'E"+, � � ��
_ [.� +� x�i I ��{� `J I ��L� �r4' `I'��~'t � � �
'� x ---�;�. �- �' �q ?i, � `
�
,t� � � 't ��.. x � '�w# '
���_�:-, }� �� „�� +� -t w4' r }.�e�"4 � �� _ ,�;�
��Y 'F� ' ! "`—��. �, � �J��-• �. �J�-s�.' ;w•.,;.
ti ����,� j. �'; �;c �a �u,� °+ �� - ,�' �-
��i�������''�'�,�� ,'� ' , -��-'.z�'�1�- r� ���, , r' ,� A�' �
�l: � �+�IF1..� .:3= �. ' �. ��� �����'*
. �i ���r� �� � ��+ � � �4 - t� � �.' �ti _� �# �k f' ' . "w4 � j �;�
�.�__���"��,� ��* �► h` . ��":;� _ �;F�'� � � . � t�_r�', .�='�"�
J' ECS Sout�west, LLP
Site I.ocatian Map 3033 Keilway Drive, Suite 110
Meacham International Airport Carrollton, Texas 75006
Midfield Taxiway Rede�elopment
2D1 American Cancaurse -; �------- __ SCALE: NT5 PROJECT No.: 19-7370
Fort Worth, Texas
PM: LB DATE: June 15, 2018 FIGURE: SLM
s
� ����
�
�r
u
a
0
�
m
v
m
m
N
�
m
D
�
�
0
�
�...
�
a
�
0
x,
w
m
0
�
a
y
w
r
O
�
O
7
_ � ;#�� _
�r
� Cti I
,�
L �,*�,- ` r'� , _ �, ,
r'�� +,� * �,' ��, � - ;
-f��il�i'_,� �� � 4 � �' �� � � T��
� - i . . . .'i- , _ � �
"y^�i:• � r��` '�����
� �.
� �` .� : � �I a�y�� �� f � T � ■
� r�
� k 3 1� 5�
S� f E i�
�
� � + ��, �iz I'-1�4�Y` -.-�.
_ ,�:� ��� .. �
��- � - , t.
.�•�. - _� ��
ir � �
.41''
�� ,:: �
.� �� __ �, . �
�.� �' �
��.�-?��--I��] �x
� �;rv= � ��
�, -- ��,
� .,
.�- �- ,�_
� . �"�
�'�� �. r+�
' *��.
. . � _� � *�,
� ��
_, ��:� `
���} � � �
.�i
�� • 4 i
�
�# -
} 7
r+
�
�
f �f
# ly
� 5 '
. { �} ' ri
� �II
. � � +
�''' "' . �,,. ;� �� .
� � ��; . �
Borin� LocaYion Dia�ram
Meacham International Rirport
Midfield Taxiway Redevelopment
201 American Concourse
Fort Worth, Texas
_ =—� EC5 Southwest, LLP
� 3033 Kellway Qrive, Suite 170
�� Carrollton, Texas 75006
W SCALE: NTS Projett No.: i9-7376
PM: LB DATE: June 15, 2018 FI6URE: BLD
� � �l � �# .' ^f . � ir � �� ��• �f � '-`r•��. _ V W
r—+ (�' ! + �{ :>�' � � �� � �5� �' -�
. {� { J�. � � ��� y ������j �*
�i C"7 � � 4 ���-� ' , f� �� ~ Y���; �f���. -" +'���'� � -.
t } _ t ..� r" -�� F ���
Cr7 �� � r
; �,�1 Ir � �� .-.���c � J
. '�i � f� r { .� . � /� �'+� ~� ��r �e{ { $ � �� � �
� i '� � { �[' .. f �5 ' '�r � ' -..4 �• � Ry}y, }.. { ' � � , �'„��� �
,� , � 1 . �._� -a..�x�� �-3� �.,�� � ; �-
x i � � � � '' � � �* �- '� �� � � �� `
, �� �
, � �� '�� `�� �� � �� � -;� -',}� ;r ' � � � ° } � �-
- ,� � 7 ,,��,1�"���. �'�1� �� � �� `
� _ � �� .-t� � � �,� -`�.� + � � ..r�.�.{-.��.�� �
� � �'� �'��.� . �. � ' � "' � ; . `#
-�, �, , � i + �' . .
, � ��-� �. ,� . � .
� - ��"���� �- � � � ; � . . � ,
� ��� ��.�� �� �i�-���� � -
}x �-.�-� �- - a � �� . . �� l�
� � � i� ��� �.� 1 � _ r' -` ,.�
�� .�
�. ' � , � � � ti��� `����*_��f � _.�
I � - �y. �/f- � _ � �'-.. � � , ,-,'
� �� L � f '{ f � }� 1' ��{ �R�"��� � 'y ��" � *3
� L �. �/ f +� ` � � '
P'f % � C � � f /
� � � �� . h - ,-�- '� {�,; ..� � r r� 4 -� .�_. f � -,
o � ` � ..�� � , �. � � � : i�'- �
o � � � -*r = � . _ � , , ; �. # -
�0 1. � { , '.. ,r" � �� r�' �s-' ' �1��
�' �' .; ; �r.� :
� �p ��` i � �'J �;� �, {�+ -�, � �1,� + # # ��' ,�
y `� /�i�* l� �� � � ' � �� - _ �� 1 �� * M1 .
O rD ' � :� � f �� �" ' ,F �k . � � ;;ry t4�'�
f 1 f ��5 ' t � " �
� � ' 1 * . � ' � � { � � � •, � �`.'��
N � ��' � . _ � •�l' - I _ ['� . ��`' ' ��;%�
� _ '��� -�'.
� r �,, j � "' {,.��ti`tik.'�� �����*'. _��,
� � -ti T� , �}' 4��'..: ti�y `[
� � . Yj� .. `�
� � — _ . � � � � �� - } �� � 4�� �
� � G � ,� � . ��� � � + i��� '������� ��
� T _�' _� � .1 � . .. - � � ������ '����*� - �
,� a �:., , ..�- � � > -- � � �
�* � - ' ' f , +#� �D -.�����`. � � . ��� � .. ...
� �, •�� �-•. - � .. .� ��'� �.
� � . * � �� � � * � y'�y\ 5 � ' • � . � ~ \�
� " a�- "� •' . ,' ~ ` � �Y i�
� 4 ` y+r.w � .�\' 4� �4�
� -����� � � � � . �� ��\ x •��� �
� � - ,14 ' . r� �' 4 x �Y '� .�' ��� ' �'+� ..�'�'.' ~ �M1 .
Q `•�y . ' . � Jy � ��''' �" " ��,�i Ir ���y �`� �� '•�\
�Fl i M1 �' ��`' * � ��; }' � ����
� � ��� . � `� `�,� .l � _ 1` �Y� � ��
Q l � ' . \�'4\�.� . ��' i ��. ���\'� \
('� .� � � , � + ■ . � �� ��' � � , .`,�' : �:�. -�� . ' +�,,
��� � f � J ~'w� � � ..�'. � . ��� y� .�, �o�
�,��� � � �� � • ���-'
� � -� y .� . . . �, � . - . ' � �� ' :��� �. �.
� � .4�.�� * _k * `��'� ���� �� 5��
�~ � .,�i ' ` ~�' 4 . ' .. k+ �..yi�� s � .
Ys ' ' � '.'y � { . _ ' ,y 'ti'.. �:' _
r � . ;� . :;� .. r ..�y.x . ;��_.� �.� .��
� � _. �.�_.�. , . . � .�� ,�. .;' . ��� �� :;�; �:�� � �',����
�y���'�ti �'k �i�'t•�#i�� .,k�� ����� {`A� 5
� ��. "� 4 � �ti{ �4 � . i . ' � *yy �,' �� ���, 1�,�`�
�� � } � k � M1 V '� ." � 4 � • k 3 ; . � . � . k . r��� •�t
; �+, I � ' �► ' �"4�w'+�i� ; � ' ry• •i 4.. •
� � 3'�_ � �' � � � - - ` � � � {' ' t{'•` �� � . � -
4 I �y� }� � ,. , , .'4-. � t
"� � � Y' -i + ih . � � �� �
f: � }{ �. . i '}�'' .�, , tik�;{s�� �� `t'
�` r� � \ `t`.� �_ ,*,�.t'��tti�`.�. 4 � .
r � Y ��.� ��; �'���' /
��' +'*�� � � ��. _'r �� k*�u � � �� * �� , f � } �+�-4.
� �• ��� ! � � + ;� �� ��� � 4' + � �
�M1 `��y �� � ���r • • � •4_• �-� ��ti�
_ _
ECS Sout we5t, LLP
R�GIONALGEOLOGY _ .� 3033 Kellway Drive, Suite 110
Meacham International Airport C�rrollton, TexaS 75�06
Midfie�d Taxiway Rede�elopment
201 American ConCourSe -------- SCAI.E: NTS PROJE'CT No.: 19-7370
Fort Worth, Texas
PM: LB DA�fE: June �.5, 2018 �IGURE: RG
l�in��S
Pavement Thickness nesign According to
1993 AASHTO Cuide for �esign of Pavements Structures
American Concrete Pavement Association
Rigid besigrt Inputs
Project Name: Meacham Airport Midfield Taxiway RedeveloprrEent
Route:
Location: Meacham Internationa[ Airport
OwnerlAgency:
Design E�gineer:
Rigid Pavement Designl�ualuatian
Concrete Thickness
Total Rigid ESALs
Reliabi�ity
Overalf S#andard De�iation
F[exural Strength
Modulus af Elasticity
a.o
1
O.OQ
d.Q
Load Transfer Coefficient
Modulus af Suhgrade Reaction
Drainage Coefficient
Initial Serviceability
Terminal Serviceability
�.oa
221 psilin.
1.00
4.50
225
Modulus of Subarade Reactipn �k-value) Determination
Resilient Modulus of the Subgrade
Unadjusted Modulus of Subgrade Reaction
Depth to 17igid Foundation
Loss of Support Value (0,9,2,3)
Modulus of 5ubgrade Reaction 221 psilin,
7.98 inches
3,000,700
90.00 percent
Q.39
62fl psi
4,000,000 psi
Friday, May 11, 2098 1:53:12PM Engineer: 3Vlichaei Batu�a P.E.
�
I �
�
� �
+ �,
� � � �
o\' N�+�1 C1 o f
� � V } � Q � O
� � O O O � � N � N
AI N p J V M VI VI AI u
�' I i � i � v V VI V� d O �, �1
I' � o �, =� � � � o
•� j � ui A U � � � GC] v�i
� o � a � a ca
N C
•- �
G �
C
N
Ul
J
� � C
O
D
� u y
� � N
L L
�ti '� a �
� }. a
C � � a � `—° $ $ �
� — — � Y
� 'ri v- � N .
�y p O �O � C Q O
� � G
�n w �n � • L
ro L L f. � �
� {,. � � Q Q Q 0 ili 7 Q
N � {n � �--I �--I rl L Q" .� �"�
aU
� '�
� � � �
� � a-+
�R o' �
p� � N
V
0
a
�
�
v a �
o � �' a7i a�
If1 � + � � �
V
� �I � m � Q
� V� 7 rl bA V]
a •� � ao � -
� a 5 �^ �
o � � Q �
a
�
�--I
C
Q O �
- +' +�
V
U U
� N ¢
a q� -O
N 4�. N �
a � � � � � a � �
+�
-�' �' o � v — — o .�
O O � Q Q O �
� � • � N �
� � L S.. V]
U7 U1 � � U1 N O Y
Q Q O p� Q a O d
c-I �-I N Q � � � � a-�
s � L N
�
� N tll
UJ � U1
Q �N�, �-
� N �
�
�
N
3
�
�o
�
�
�
U1
�
N
o.
H
�
N
�
�
�
�
'o
�
�
N
�
N
v
Q
�
((j .� L
5 �
�
� '� 1u
O �. �
c
� � � �
Q � � i
� a� �q, oo c7 r� n ao o N n ao r� n °
� �J � H 'd' N c-I � �--1 V N H � c-I N ri N ..O
O��m ti rn o m � rn o m rn o
'D v ,-a ry m 1O � � cv m `Q d ry m � o
� 0 � Q L] � d � � � � O F.1 0 � Q
� � �
19 v
7
� �"` � �
N �
� ' 7�
�
OI �' �
u�
N
�
�
L
�
�
� � � O Z
� � � Ul � � N L1 3 N L1
ri � J t+ 7 � ��J d 7 O�D U Y � W
a � � � � � � Q � � �l 7 p � N 3 C'
m a+ J ta O
GJ 4d o � s �� l`�J Q � u7i -� � U' o �� C7 ' a
bA
� � � L L
N ` � � � � � N 0. .q N C,W N � � C y��, N ri
F" �y � � o c � `° � � � � �o °Y' � 3 c�
� Q � � z � a o o � � ¢ o �
� � � � �
�
�F
++
LL �
LyJ � �
L '� L
w a u
b � �
m o �
� �
°' m
c�
LL
�
ai
ai
�
a�
a
ro
�
.fl
�
�
'o
�
�
m
�
�
U
N
t
�
t
Q
a
0
�
ti�
�
Q
r-I
I �
. �
GJ
�
t�
a
�
�
�
� +
tf� a
m �'
n � `�
� i � � Li
tl�i �
a �
Lf7 �
�
m �� vl
� VI a O
� V� �
� a
� C �
O �
y u �
�--' � � �n
� � � �
� � Q
� �
��.( � Q Q A � $ � � Q
ti� l+ ��' S�+ Y Y � u L � i-�+
+1+
V � � �� �� � �� Q. � 0
� � ` �n �n N � N h
s" IJ.. � a �. Q. � i � Q fl.
y�j I IJ � N c-I c-f N Q � r-[ �--I
y� IyJ Q L C
�� U -C
,I W` a�i N
+i L Y
� � Q] VI
�� Q �
p `� N
u
�!'�
fG �
�
N
O A�
� � �
ti.. q
O
� �� O1 m � rn o �' m
G: I� � 0 � Q � � Q o
�i��
���.
�� �. �
o ! �.
�� �
�
�.'
�
N
C
�! v L
C7 i � � w a
e''� � �j �F�-' � � (Il U Y
a �°
�u o J � � � p �
G7 fl1 V .� ,� O[ j U J
.a � � � a�'i � � � m
�
� � � � G � � � �
U
� �
� m � O � � � �
� -o a ry Q Z -6 ¢
I n �n
�
�
�
� �� �
L
� a
s �y u
? �
� Q �
� �
m
�
+
� O
� �
A� �
� W
-N �,
c �
m �
o 'o
�
�, � o
+ � `r �
� - o
.n = z �
m � Z
� rl C � 1f1
� � N � �7
q] � � � 'vNi �n
� VI VI � N �n X
w a ra �a
� � a � a �
� a � �
¢ � r o�o
�
H 0' � W
�
� N O
� fl. a=+
�' U
[J N
Ll fp
a-�
-p a N al dl
� � � !]. O_
Q c $ L � Y �
� � = — — —
� N � N N
� N
•p � � O � ¢ tll �
� ' � � � �
� Q � N [0 3 � �
� N O_ ,� � N N
� .- '� Sl. R
'� � '� r-I r-f
�
w _ �,
�
Q- f. �-+
� � u
0
�
�
�
r.i n
N c-I
m a
00
c-I d
00
0
0
N
N
}
in
L
�
0
0
N
Y
�
m
�
v
� �
�
� _
� �O �
c � fO
_ +, ai
� U
7
� �
w
�
7 �
O �
V J
o �
a �
a L
QI 47
� ,�'�'.
oc a
G
a
m
�. �
=a 'a
Q +
� O
� N
lf] �
61 �
n� �
a �
+� a
G �
0
G
O
.�
U1 N �
Q Q
fT' t-�' C �
ao �
N N 0
. L O N
N m
[�tl N �'' �
� � O �
O
N N �`1 V]
Q d t v
�--1 i...� U
a`�i
a�
Q
N �Q I N r�-I
Q � I N M
� oa
.�
�
�
[/i
N
� R
O
y�'j v�i N
� °a a�r
J � �
�
d •� Q
.� Q
3 V' X
U ~
y� a
�
o -o �
�
a�
Q� _�
ro C � O
Y (}p �i ++
� � O -p
�a� � O
.0 � U
E +' � W
a,
E '� •X o
v � v a @ �n
— 3 � a � W
� N U
� � o � � � � �
-�- � -a
m �n � � ,�- �. v a
oci ��, �v a c v �,
.N _ t, a � o v .
� - lJ U = O
•� � l�l � O Ql
Q1 Z �
� � � a o
w -� 9
Q1 �
� � [�1 O
[3 U7 �
� u
m L � �
� D Ul �
41
� O � �
a
� � Q' �
� ;�
� v ,� u
m - m nr
Q +� � � Q
a al n m ai
� N � N
� N C N
m v v a
o °1
'-^ a�n 3 ° u
� C � Ip
� � Q � ?
9 V
� _ � ✓� C
r [a � p gJ
..r � v � � �
. m � a c
� � � W �
Z tV t!i d'
a�
n�
tZi
�_
N
pPP�I�DIX � — Field Operaffons
Reference Notes for Boring l.ogs
Boring Logs B-1 to B-�9 anc! P-1 to P-32
Cored Samples (pictures) fram Pavernent Borings
.ww�..a�
�
�
NTATF.R�RI.
�
`�.5���1r���
�,a � � �
�r�
�
�
�O��i
�
���5
��
�
�� � �.a
�
��
�; ......::.
� �::::..
�! t�. T
�
�
��
��
�
�
�
�'''.' : d
>'��.R��sa�
��������� IV���� ��� ������ ����
ASPHALT
CONCii�TE
GRAVEL
BASE
VOiD
LIIVIESTOiVE
CEMENT TREATED BASE
FILL3 MAN-PLACEU 501LS
GW WELL-GRAUED GRAV�L
gravel-sand mixtures, little or no fines
GP POORLY-GRADED GRAVEL
gravel-sand mixtures, little or no iines
GM SIL7Y GRAVEL
gravel-sand sili mixiuras
C,C CI�AYEY GRAV�L
gravel-sand-clay mixiures
SW WELL-GRAD�D SANb
gravelly sand, litlle or no fines
5P POORLY-GRAQED SAND
gravelly sand, little or no fines
SM SILTY SAND
sand-silt mixtures
SC CLAYEY SAND
sand-clay mixtures
ML 51LT
non-plastic to medium plasiicity
Ml�f @LASTIC SILT
high plasticity
C�. E.EAN C�AY
!ow to medium plasticity
CH FAT CLAY
high plasticity
OL ORGANIC 511.T or GLAY
non-plastic to ]ow p[aslicity
OH ORGANIC 51LT or CLAY
high plasticiry
P7 PEAT
highly organic sails
D:�ILLI�IG �A!'APLIh2G 5YhOQOLS S AQ�!?�VIA71p��!�
S5 Split Spoon Sampler PM Pressuremeter Test
ST 5helby Tube Sampler Ftl7 Rock Bit Driliing
WS Wash Sample RC Rock Core, NX, BX, AX
SS Bulk Sample of Cuttir�gs REC Rock 5ample Recovery %
PA Power Auger (no sample) RQD Rock Quality Designation %
HSA Holfow Stem Auger CFA Continuous FEight Auger
�7k}F('s^`ATid!J
Boulders
Ca6bles
GraveL• Coarse
Fine
Sand: Caarse
Medium
Fine
Silt & Clay ("Fines"j
CO�IE9IVE 51��5 & GI.AYS
�A�i�i��.� 5��� I�c�17YF1�A71�N
ES�IHTaCiES���e`� - -
i2 inches (300 mm) or farger ��
3 inches to 12 inches (75 mm to 300 mm)
3/a inch to 3 inches (� 9 mm to 75 rnm)
4.75 mm ta 19 mm (IVo. 4 sieve ta 3/a inch)
2.DD m�rr to �J5 mrn (iVo. i 0 to No. 4 sieve)
0.425 mm ta 2.00 mm (iVo. 40 to No. 10 sievej
4.Q74 mm to 0.425 mm (No. 200 to Na. 40 sieve)
�D.D74 mm (smaller than a No. 2D0 sieve)
CC7�xft5� �IN�
R�[.A'tIVE G!�Alr��o G�iA1N�Q
AfuiOUNT' (�,j� {�aj�
Trace <5 <5
bual Symbol 10 i D
(ex: SW-SMJ
With 15 - 20 15 - 25
Adjective �25 �30
(ex: s;ny )
L!^�CCl;FIN�i}
Cn�.��n�„s1v� SI�T� GoN5i37Er;�Y}
.___"'__" .. �1 f�....�L 1....�.�...���.-i
�0.25
0.25 - <0.50
0.50 - �f.00
1.00 �2.00
2.00 - ¢4.�0
4.00 - 8.OD
�B.dQ
<3
3-4
5-8
9-i5
16-30
31 - 50
�50
Very Saft
Safi
Medium 5tiff
Stiff
Very Stiff
Hard
Very Hard
CsF3AV�LS, 91lfdDS & �+]ON-COFlE51V� '3RLTS
---�-- �p7a �DtNsrry — �- -
<5 � Very Loose
5 - 10 Laose
11 - 30 Medium �ense
31 - 50 Dense
�50 Very bense
�
�
�
4+�fk��f7 L�VELS°
WL Water Ler+el (WS)(WD}
(WS) W�ile Sampling
(WD) While Dril[ing
SHW S$asona! High WT
ACR After Casing Remova�
W� Water Levef at Drilling
Completion
�G�assifications and symbols perAS7M D 2488-09 {Visua!-lvlanual Proced�reJ unless noted ofhenvise.
Zro be consistent with genera! practrce, "POORLY GHAf�Ed"has been removed from GP, GP-GM, GP-GC, SP, SP-SM, SP-SC soil types on the boring logs.
3Non-ASTM designations are included in soi! descriptions and symbols along wdh AS7M symbol j�x: (SM-FIL.L.)].
4Typically estimated via pocket penetrometer or Torvane shear test and expressed in tons persquare foot {tst).
SStandard Penetraiion Test (SF']"} refers to the numbe� o/ hammer blows (hlow count) of a 740 !b. hammer (a�Iing 30 inches oR a 2 inch O� split spoon sampler
requrred io drive ti�e sampler 72 inches (ASTM D 1586). 'N-val�e"is another term for `blow count"and is expressed rn blows per (ooi (bpf).
6The waferlevels are [hnse �evels actually measured in the borehole a� the trmes indreated by the syml�oL The measurements are relatrvely reliable
wher� augering, wrlho�t adding fluids, in granular soils. !� c�ay and cohesive srlts, the determination of water Ievels may require several days for fhe
water leve! to stabilize. !n such cases, additrona! methods of ineasurement are ger�erally emplpyed.
�Minor deviation from ASTM D 2488-09 Note i6.
BPercentages are estimated to the nearest 5% per ASTM � 2488-09.
ReFefence Note5lor Boring Logs (FINAL 30-13-2016f 021)76 6'CS Corporate Services, LLG AlI Rights Reserved
�
�
a,
E
a
0
v
�
cu
�
N
G�
A
�
�
'x
�
�
-�
a�
�
�
�
0
�
Q
�
�
�
�
v
�
�
� �
� �
I� �
�
� N
� 'a
a �
�
�
�
U
4
J
J
�
'�"' f]p
� �
N
� O
� �
� {-''
O �
� �
N �
L��I �
�
a
�
O
�
�
Lt!
�
d
�
Q
�
0
W
�
Q
u
O
r
m
�
0
z
�
a
'o
a
�
�
r
0
� �
�
�
e�
�
.�
, (�'i� �' �
. . �'� , �
� -�
. �
, � k�
��� �
�
N
I Q"
.' � �
c
0
m
C
�
�
�
� >
f4
�
� � �• # ~+�
`r ,!�'il
!+�
� •
.{� I Q _
i +' -. .
� �+ .
� � - w �--
k - a„
a�'' � � j . �]
� {��, { � i I m
�
' i � � �
' " � a�
iti ~ �
. r� � �
(�
�
a
� i� ii
,* ; '
, I
� ,
� ` j i •
,
r� } �
G
� { : ._ i
d
. � �+
i
f �-
�ti ry . .
F � �
�
. ' � c
, ;
� + �4 �
� �+ � [�
._ .�-.
,� -
� �
. ` - . y,{... 4„_ ,'
. 5' `�,. .
_ � . . y .
�i �
.� �
�
1
�
..� ' . i I
� I
. I '
1
�' �� I
*ix , .
� .
� ,� �^ ' �
.
�
'� 5*
,� .
� i� . ,
a�
��
. _ �i� .
� ' � �S�' •�J�{�w'k'I'���31�
�
�
m
�
�
rn
I.�
N
�
U
�
O
U
c�
a
�
�
O
m
C
�
�
�
�
�
�
C�
.0
Q
Q
c�
�..
�
�
0
m
�
N
�
�
(a
a
�
N
�
Q.
0
Q.F
�
Q.�
�
�
�
�
ca
X
�
�
-�
a�
�
.�''
O
Q
Q
�
(O
�
U
fO
Q7
�
N
� �
X �
F�- �
� a�i
a 'o
o �
�
�
�o
�
a'
�
J
M
W �
41 �
� pp
3 a--'
O �
N] �
N �
� �
�
a
�
O
w
�
ur
�
a
�
a
�
0
w
�
0
v
0
n
m
�
0
z{�.�
U
01
�
C�..
��'+�
� �.
!.���
il��,��
r""�5. �
Ii i'*'�
�� +
+ yfr
_��
�
i�� �!+
T;
y�.� �
� ` � �i - �
�,A t. - �
� Y * ! O[]
r i �
. ' �� I �
i I' �
• � . { �5 " , � •�
, { * � a..
y . . �
� � �
, � . .
� + , { �.'','.�t"t- ,'.,��, �, 7
,a ;-,�,,.',* ,=�!; ,1
I
.' �y � I � .
. � � �
�. . 1 r
. �y� �
F � �F
} � �
. �� ' _ a
� � � �� �
� ��� �
�
� �� ,
� �
k � ��
i . ,
r � ,
.'
4
� �
a.
�
m
�
a�
Q�
�
�
a
�. �� . �{ ��... _ �
i'
_ r �
l I�
. I i
% �. F �y .
L
, '� },
F
�fi� p
I -, , - . l �
� . ' 4
5 #+,4 C,
�
� � Y
. �
� � ' C
} �
'{ r'��� t'� .��
� . - ' : � th` . �'+
.rw,ti+ y�T i +
, � � ,
�.��.. . �
■' , ti �
�`w. 4
� '�'r� � �{� I�
.� :
a � ,
� �*L �
ry' �� �-� ' �� .
`'f' . �
�'� �� � • � ' � �'
� i}� � }� � i,. # ' � �
- . �+t-
+ 1 �� � ' ' l�. r
Y �k. + - �� i {
�- �� - + �
` ' 4, '
i �
. .- �.-, .'1��; �.rim�'�
N
m
N
L
�
r�,
I..L
Wq�
W
�
U
C
O
U
�
�
�
.a
m
C
N
�
�
�
(6
�
C4
�
Q
�
a
�
�
�
.o
m
C
Qi
W
�
c�
�
�
�C
L
Q.
Q
4J
�
cu
�
a�
ac
a
�
3
X
(6
�--'
�
4J
�
�
Q
�-
Q
�
�
�
U
�
Q�
�
�
N �
� �
� �
� U
C N
� 'n
o �
�
�
�
cs
a'
�
J
�
+'' t]p
N �
(17
� O
�+ m
�i +.-'
Q �
M �
� �
w �
m
a
�
O
�
�
�
�
a
�
�
0
w
�
0
�..�
O
r
m
n
0
Z
�
ai
.Q
a
i � i .y��
5 + -I
J
.� � �_��I
�
p .����r
�] ,
�
� ` � ��
li1 . �
. Ll..
� � �
��3 y��� � . L
1.� � , f ���'� ;r m
! i.
f ' �l. �--'
' G. ; � s . �k� �
1+,� � � � . 4. ` �
'�''�f•� f' � I�' M1 �
��'� K��h�.?'� . � ' � `�'� CL
�i. � ~
5
` - � .
.}I.�~� � i�' li,.��l•��
i� ' ' {� '�s',I`*i'4f; + ,
. F "k 1 -��,. � ;J',
I
�
� I
��
. - ,
. �:
^� I •
., .� � r� I� �..� f`
� +,� { � � ' t �
� � �i �
.re ;, ' ' �
.�
�
I m
rt�� �. �
. c
�{{{ �
v� �
� � � � � .i 'r ' 7
I; � �� IP'!� a,
h , � 1f' , ' � .,
i�:� 'r' �
yrM F� ,. � � x�' . � � ��
� �r' F�
�r
�a�i . . ' �.'.A.'V4�� #•• i �I
' � �4 -' a� �-� ►�
. �ti+����
�+*� r
�* I��
�� � ' �'
. , ti ��
�" �
�' ; � �'
, 1
� �
�� �#''
� '+.
H •} �
. d
� �� �
�
� �i..
� O
m
, �
� �
y I �
. �
. �
� .I �
� I
, } ,
' i
. � i
I ' ��.
��7_�� I� O
. , , +���_ • ; ,
' � �.sE�'; '�' a,
�r.�� - ,
� ��� �' , }- �, . .h' { � !{ �
4,{f - �-J�, ����, � , . ,�+ � ' ��� m
�� '4
F�Y �� � •�' 1 `}' I �
ri � �. � �
y� � �� �'� � '�� �' `.-'r � � ;I �
�i i � ' {' ,�`',' ' �
4 � �
'1�,ti � �. � -� I i 1 I �
� ,� ��� �,s �" -
A+ � P�
, , �� �
,�
. s.-.riF�. ' ''���
�� .� . ' 'ri.�.�,�+�. ,;,�.� :�';;i�l
c�
07
W
�
�3
LL
X
H
�
O
a.+
O
�
�
�
4,7
a
J
...1
a-�
H
d
�
�
Q
�
G/1
�
Nd
�
�C
C
Q.
0
a
�
U1
a
a�
�
�
ro
3
'X
�
F--
�
�
.�''
O
Q
¢
�
�
�
�
a
�
�
�
Z
�
UJ
O
i
a
�
t�A
�
.p
m
�
N
�
N
7
ta
a
�
Q
l/]
w
J
d
�
¢
�
�
w
�
O
�
n
m
n
O
Z
�
m
O
0.
F �_�
�
.�# ��*.
� ;�� �
���� �
� � ,��.._.�,.�L- �' -
, �
� . ' T
�• � a
, ��
' '` i�� #_' ' d
~. ��a� �• m
• r �
. ��
1 �
� �
1' �' f . ;I;a-,'$1�;',
� , '{ +'"��{��I't����••
41� ��ii :�
. - I _ y{ � ,''�����.#*� � i'ti �
� • � • -.t,�,��.. •.i��,
� � ti � __'�a.�x��"-�,� 1'
, �i �..
� e. �
�� I
. ' _ + � I
.. ���"
. � �w • �,
1 .
�
y� + .
_ I� �}� �
�• � _ er �+ �
I � _ � + � �
F+A �
.� � �
� ,' * 51 �
�F�� {, . �
� �
• i# ��
� f � s,. .�
. ��{ �
FF'+' ' � '
' F 5�. I
� + '� i
,
t .'� � �I
. �
7�
. #'k
� � `.�K'.
.':�f'�
�} M
. ' �'� � �
�"� _ �
.'+ � W
. � �
�
a�i
. �
. �
a
t � II ` .+,-�.i .K 4F�4�L` -'i����
� { •F ,�*1}+{y�, � ���
� ��:•' V' �. �r` k .
.� � r
. ' 'i � I'
�p i
i
�,
i � �,�ti �� �
r� ' �. '. �
.. � p { �
, .- ° I , - +w�+ �
�'i� . � r ; .� m
� ��-yr�.�' �r �
i4 �� ' " � �al� � �
�,��. ��� � � .� � � - . ; �
�, �, ry���{� + �
�� � �'- ' � ,.
'�t��;�'r �r,_
'� _�_
F �^ � ��.. � � . i4F j.l�{' �Y��
��.'�i;y' _ �.'� -�,- :,.�
k � i
f
. � � ��
' �+�
� �.
. � + a �4 /"
� � ��
- . f�� � � •'�
, ,�r , . �-� � �•
� 4 L '' F ' i �
, i74 � . F ' r
, i 4� � �
� � -� � �
� s. . �
� . , , .��1� � � � �
L
t ' ' � , .lJI�yM� k � '�� . MO
S � � � 'I�� ' � e •
■ ,� 5' 4� ,$J � C
� � ' � '` • �
� � . l , ' � � �
�_ '- - � �� � :. i� . i �
� � . � t , , a
� �
�t F I
� +� , � ',V � �
��"+,{''1.'_,_' � � ,+ � 1 ,
, '# . #�.:�+�_�Y.�f.'117i
�
��•
W
�
�
i.i
,
N
�
K
N
F—
�
O
a+
O
L
L
+��
M
�
�
�
�
�
�}
�
�
�
0
�
�
C�
w
�1--�
�
4J
�
�
0
a�
7
N
�
N
�
A
�
�
'x
ra
�
�
N
�
�
a
�.
a
�
m
�
�
{�i
c�
C
�
�
�
Z
�
N
O
i
a
�
�
�
.b
m
�
v
�
v
�
Q
�
O
�
�
w
J
d
Q
�
�
�
�
O
V
0
�
m
r
O
�
L1
Q1
.p
�
� �
� � �U .
� � � � .�
�k i
� �� �.
. ,. �
.�
xi�� �� Ilf � I�
�,�' .� ,�]L`e �.
. .� �`��j
_ �.!
T
���I
��
� 1
� ,{ . f
�
It� "
, � �q.
4"� �
;'w�. �
�. �
��r .
/
'` � �'.
r
1 .+�i �
■ � I}�j� ,"5
.+
� . l�.��-
.� �r`'I �
,r� F
r ' Y
i
� *����ii� �
� � �1
a]
: '� �i C
� �L
� •' -�� �k Q
r f..� � �
. I 'F � Q�i
� . �
� �
r : d
5� �
0
� . .. i
,, . � i
� ` I � I
, t �
�
D ;5�. F� �
I i� . , � T
s ;" ��.� �
.� � �� �
_ �
� .� m
5=� �
�� ,� _'. ''� �
' � � � �
, �
� �p ; . d
� y'•{ �;7Y� � ' j��j �*,�� � y�X"r�
�+{a �.�i 0-'4r {' •� ���i��,i.f+ ��L,
la4}L�._ .�.� j..��R
��`' ��
��
.w�
�� ' '
� { � �
. � � �: � '
�� �� , .i�� �
'�'�t � II 'P��
r }' k
,Js �� � � � �l�t�' # [4
. i ���
�� � � � �
'I tf � k: ' �
�r+4� � �a,:.- r�
r� .��� � �I �y���� �.�
_ ���� 4
i5�'
�1 �
� •�
� i''++
: �5�'.Y
r �* r
. ' =�ro a
{ �- �
�-" �� -Mo
��•
� �
�
,�
�
�
Cl.
U
yl. ' i . �
{ _ ' ' 11 "�,'T'''-�+�3 :��I\
, � :�
�
.��
+ �.
� �
:;; � �v
F-ti F 4
R
e
�-
.�
��
�
�, ��
�
►�
I �
.� �
� �
' , x m
�; �
� . �
.�� �
7
C6
�
F� iC��'''•.'r �'�;!�j4#
� ,`� . .ii�'F � 'F;�..4.►�
,'� .� Y,I�'. ,.'.5'� �, .
F :I`- � �! .'r`� � i -' f.1 �} �•�� ' �J � �y,�
4�i .�� ����i{�tiq�i•k`�'Ir_'
f�� �
kl�r����M1��-�,��.r ��t�
�
l.l.l
�
�
�
LL
N
f0
X
H
i
Q
Y
�
y
L
16
�
a:
�
�
:_:
�
a�
3
s
�
Q
�
�
U
W
�
Q]
�
Q
�
w
�
a�
-�
a,
�
a
�
3
'%
f6
�
�
v
�
�
�
a.
¢
E
�
t
u
�
N
�
N
�
�
Z
U
�
.O
L
d
�
an
�
.�
0
m
�
Qc�
C
Q�
�
�
a
�
O
�
N
I,A.I
J
d
�
Q
�
C�
�
�
0
V
0
�
m
n
�
�
u
UJ
.O
�
i ,
_ � -,.
,�
i� ��
R _�' �1
�,
�� �
.+ r � ,
� ± �
. �� .
�- ���
� �
�r � �
{ `.�•_ S
.t
� � �,��
. �,f
.} � ���
r�� ..J
f �
��
p
�+
i �
4. �
4
� .
�,
.r-
r. .
. ti' k
�,
' y�
�, �
,�
. +�
��� m
. �
. a
� �� �
. � [' m
� �
. � �
i �
. ,' j �
0_
� .
,1-
' ��
r� �
' � i
� . � a u�
�
ai � a
� � �L � � : . ��'
� � `'
.�
. I �-� `,
*'x i� �
S� [
{N' �i�_
� � ' �-s
`� ► ��� `
�� - r�, � � .� �,
, . � � � ��x.
� .'y �
� m
� � I �
. �
�C
�� i C
., ,
�u
F` 'I . . - �
it... +t.����{ I� k�f:
� �" � ��'�
Y, • ' �!S
'_f # ..%� Y. i ' �'-.�.
.a
— �
I
�
;
T , i -. �
� ,
y" _ ,�F
� �' �F�'`41�}4{"f��P
�F � . ,+t+; F* * `'}}� ���
ti � . � � }k� ft�},�,.� �f � �44 ��
i �� •i �: ti : i��•' .?'J x. � S� � d
� '�i 1-' ''# 1 li y � ,
.` ' ,kL #'.� r3jl-•;�,.,�; �,� M
. . : '��; 7ttFlr�� � �.t":',• #i�t
N
N
�
�7
C
.o
m
C
N
�
�
{�
a
� �
• 5"r
'}
. � ��
. � ��_
' _ 1 1! "
� �* � s . r
_ '. j,�.
• � 1� ' _
i Y� � �
f' i' I � '
�� ` � '� �
e F � r5 � I �
i' .
n.r-.i i� . C
fr�'��� �r+' � � � �
�� ��. � � . �
� � � ' �
�� 5 � �
���a' r I 7' �
�' 4 ' � r ��' �� ,
,� �, , .� �� �- � � .
,�k} . i ' 1 f' . I �
F
�II -�
�
00
Q7
�
�
�-E.-.
X
�
�
Q
Y
d
L
L
�
�
a'
�
�
�
y
w
3
s
�
�
0
�
�
u�
�
�
N
�
Q.
0
a
�
a�
�
�
�
T
td
�
X
(6
�--'
�
Q)
�
�
C
�
O
Q
Q
�
(6
t
U
l4
N
�
�
[n
Z
U
�
.O
L
d
�
nn
�
L
0
m
c
v
�
a,
�
�
d.
�
O
�
�
w
�
a
�
«Q
0
w
a
O
u
0
n
m
n
O
Z
U
v
.o
a
:�
- I�
' �
�.
�
_ ., .• .
` ' d
i �'� ' �
�� � _ � � �
' �'� ti �
i ' �
`�����+���-�� �{M �•y��'•r�+ �
l+S • j�L � F A � ' �
,���
R` �7'r v� �' hl
�+I � �
�� ��'� . i«�
�����.,��� � �� -
,�-�+. 1• '�
� � �I
I � t.
. , ' 4 y
� x � .�."� +�ri �
�t
� r
� �� ���,��
:" � �
�.��;,Ci �.�'
' r k ��k �' 1
���� � .
15�• � .�
I
i
� _r,.
� � t �.
. �
�'� LL
i �
� �
i �L
. �
I m
�
� �
� �
. �
� � a
� *}' N
i` i
h{ �
� '�`�• �
��` � m°
� �
' I �
_ + I �
� ,r„_ a
��,��
• ��� �{,-,
� "'�.;
t�r'�
rf� If+ I
�r� � .
� '� i._��
�ys.,�: r..
"���"'k�,-J7
�i�.���:4� r
�
3
�I
� . ,�
L
� ` �'r�
. • rF `�!
� * �+�� l �
�� �
. � � r �i # ._�. i •d
, .�� � � t �' � _ m
� f �
.� 5 k �
�I I�I�� , � � ' �f %+ Q�
.+ { ..r� ��' i�5�. . �
��:� � - : � � „ , a�
i
, �' F � �, �`.h, � �
�x� x�� �
y������� + :+��LF
a rr. ��f i
�� .
�
, .+ . i.. . F
r � � f ' ' {��{ 1
-'� 'i
� r' �'� Il
- _ +� . r'. �
� f .{ T �7.y .I �
e �
. �
_ ,■ ' -y
' � . ♦ . ` t N, ' �
� � � .
_ . � ;�� � , ,
. �;{ �. � �� ��,� � .�
��� .+I ,. 4 * .
� i ��� � - � ���
� p, �
_�k `�
ii� r`•�'.� '
1J�.� � �w{��+� .
, �Y �
5 i_3�: i x+',�
��1k � �� s .
�::, � 5 � � � '�� � � .
• + .�~ ;i � +� . �•h�s�{ F5.1I
� _. . t�.}��; '��fi; � a
... �,:�� ,
. ''� € , �ryi. rv� �.,F l{ : y'}�
F' * IF•..�� r . }� -.�
�
N
i
�
�
, �
I �L
O
� m
�
N
Q)
� �
c�
�
ti
�0
N
�
�
�
IL
N
�
x
a�
�
s
0
r
Q
�
�
�
U
�
�
a
�
y
N
�
�
O
�
�
�
�
�
�
a,
�
�
0
a�
�
a�
�
a�
a
�
f6
3
'x
m
H
'�
N
�
�
O
Q
Q
�
�
U
�
C�
C
f6
z
�
a�
'o
�
a
�
�
c
O
�
�
v
�
�
�
a
�
0
L
�
{�
�
J
dc
C
Q
S!"1
�
LF..I
�
�
V
0
�
m
n
Q
z
�
N
.O
d
_�
.��
�� �
. t.
. �}}�
. �f �
, �
5
�
F; �'rt�� �`
� '���
� N
, _ . . y �
i� �� ' `�
' I
f,,,_a� �' F�I
� t,�.�i �
� �
i,� C
� Q
� 1',+� m
� I j
�� - �
�
' "x. t ; .lil ` .� ` �, ff � �s
� F .t F +��y'* t`'��
i ' •F����
, , .r' �t �, .
; � ._ � - � � �'
�
i�l
�
IS �
,�
w,
,
�-
r �
.�
� � �
��
1 � • Y
�
�
�
��
�i
c
�� �
�ry�"
F'* , •���#f ���
:,�.,�ri�= ��,�:�
+ k t� �
P
�
�
�
�
.y
Q
m
�
Qi
a�i
�
c�
�
�
�0
m
�
�
i37
l�
APP�IVDIX C — Laboratory Testing
Laboratory 7'esting Summary —Table 1
Laboratory Testing Sur�tmary — Tabfe 2
Lime pN Series Test Results
Modified Practor Test Results
CBR Test Results
�
�
+1�
�
�
�
�
�
�
/b��
�.d
�
�
�
� �
� �
� �
�
� �
�
�� �
o �'
0 �
i Q
�
� lB
O
�
t'6
�
�
i
�
�
�
Q
QS
�
�
�
�
�
�
�
.�
�
�
�
�
�w
'CY
�
O
�
B
�
�
�
�
�
�
+1�+
�
�
�
�
Gi
�
a1
�
�
�
�
�
�
Ci
�
.�,
0
�
d
�
4
N
r
�
C�
�
�
❑
�
�
M
�
�
�
�
�
�
�
a.�
�
ai
�O
�
m
�
A
�
�
�
�
�
�
�
�
�
�
�
QJ
�
.�
�
[J.I
�
�
.�
.�
�
�
�
�
�
d
.�
�
�
.1r
C�
�
�O
�
�
m
�
.�
�
a� �
a�
�v
U� � N I� h Q N �
� N
� C ('7 N O r V
N �
� a..
� �
U
C
�
�o rn o �
� r O O
� �
�
G
(q N
C �
O � N Q � d
N � �0
� � � �
� Q
Cl
N N
� � o 0
O �0
� � o � �ri
jd„ "p [�! N
�
�, � ch r� co c� r� � r � a 6,
�� j U 67 O� O O O � Q r d �
= e�- � �
C � Q '��
N j � a0 ao 00 (fl � a N C`�
N a0 �s J � f� CO [4 '�i'
N N O� � (fl CO CO M �f? CO � I�
� � z
�n ao u�i n a� � � c4
� 4- N C7 N N r N r ('')
.�
J
p� J 00 ll] O? e~-- c~- (�1 N f� O]
� a. N
�
�
Q J �' (�D V�' t`'7 C'�7 V' � i'MJ �
� N� .._I � J .—E (� J J U �
�� C� U {� U c!� U U CD U
o tin �. o? � �n c� �t;
� � � � N N � � r
�.^� (V c�7 N C� (V V' � t� � �� �' (O C�[ M N N
Q t37 i i c i i � � � � i N � � � � r
�� O C�! O N O N �(D � a � N� 0 N d O
m �
�� r N �(V r N C'7 � C4 � N C�! M r- N r r
� � i i � r i � � i i � i
(a � Ul � C� CI) CfJ (n (n (n (n (n UJ (n U} (n fn (n fn
Cn Z
� Q7
�..a r- N M '� � (O kti ao
O a � (Y7 m 00 OQ �0 CQ G1Q
m �
U
.N
N
a
C
O
�
a
�
X
N
�
�
U
.N
d
CL
E
� ;�
� U
u] ...
� y
a �
� �
H �
¢ a
� �
p J
V a
�
C_l �
� J
Q
�{J N
4 j,
�4 �
ti C
� �
� U
� w
Qu+
m
a U
� �o
M �
� a
❑ �
� �
��
¢
� U
c+� �
ti �
� �
� Q
N
a r
� �
¢ �
N �
C
� o
.- U
N �
0 �
� p
F �
�
`� U
� �
N
C
O
w
W =
o m
z o
1�
�
�
�+
�
�
�
�
r�
�
�
�
�
�
�
�
N �
� �
� �
l�r �
� �'
�.�u Q1
o �
� +y�
� �-
� 0
� �
O
B
�
�
�
�
�
�
�
Q
Q�
7
�
�
�
A'
�
�
�
.�
r
'i�
�
�
�
b
�
�
�
�
�
0
�
�
�
�
�
�
�
�
�
�
f�
�
�
Q1
�
�
�
�
�1
�
.O
i.�
�
�
O
N
�
�
c0
�C�i
�
�
�
h
M
h
L
�
�
�
�
�
.r+
v
�
.O
�
a
�
�
�
n
�
�
�
�
�
�
m
�
�
�
�1
�
.�
�
�
�
�
.�
.�
a
�
�
i�
�
�
.�
�
�
�
�
�
'a
�
a
m
�
.�
�
��
�L
U� uz �n a o
�
O N
N �
C .r;,
C �
O
U
�
�
a� o o a a a
'O � � p O O O
N
�
� �
� � � =:� � Q
'in Q {" d- � o
� v � � � r
� 7 T
O
�
N �
� � � oo N M V.
� � � a CO 4� r'
j,L 'p N N N c'�7
�
�., .� N 6� M � 0 (O � O CO
Q C� U � � � � N I� 6] I� �
�� 6� Q a0 � 6] 03
� O,o
U.� � � C�J ti CD r 00 6� �; � 6] N �
�f3 I� u] c0 M N a0 o r- di O
� a Z� M CV 1� a0 �!7 � Cfl CO a0 Iti �CJ
C") r f� OO r 00 4� 6� 6] (fi
� � M e- M N N c'i M C'7 M c'7 �
�
J
� � 00 CD O a0 Cfl N � 'd' N � (fl a0
L � N � r N N N N C�[ N
�
N
¢ J �� LC7 � C`7 N 6? K- d' N 6)
J tl' N i17 � d' � CO �L? [D CD t� N
�� J. J = J J = _ _ _ _ � J
��; {_i (� ci ci C_7 c� c� U U U C� C�
F"'
� N OD C+') P') I� � N �
� p � r � N � N N C*! �
O �
�� li� lf? N� r� 'r r N'ef' r 1� N 00 Q (V �
� N � f1 � f� � � i � � � � � � i �
❑ � M(� O� O� � Q N C? � O CO � O�
W p
N �
d .fl r
�� Cn (n (1J fJ7 (p (n (q (n UJ fn UJ (n VJ C� Cn U?
(1) Z
� � Q r N M � �!]
�� 00 � e- r r �
m � (� m m � �1 Q� m �]
z
U
N
(0
d
e
0
Z
a
z
axi
�
c
�
�U
N
m
d
d
.�
� J
� U
d' N
0 �
� �
H J
Q �
� •�
p J
r �
.�
� J
F'-' J
Q
[Lj N
o j,
t� �
~ 6
❑ :_.
N
� [}
F w
Q N
m
v U
°O 'o
r-� �
M
V -p
❑ �
� G
H �
a U
m Uj
ti �
m �
N Q-
T
❑ �
��
�
Q c
N �
�p O
r (�
N �
N �
❑ �
� �O
W �
�
Q U
��
iii
c
0
N '�
�
o�
�n
�
�
J
+��.p.A
bi
(�3
�
�
�
�
�7�
�
�
�
�
�
� '�^
� VI
� �
�
� �
�
� �
8 �
i O
�
U �
�
O
�
�
�
�
�
es
� �
Y �
O Q
N
� ;�
<D �
'a
� �
��
� A
�
.�
�
�
�
�
�
�
Q
�
�.
B
c�
�
O
:F+
�
�.e
�
�
�
�
�
�
�
�
�
�
�
�
�
�+
(1
�
.O
�
�
�
M
�
�
�
.�
�
�
Z
r.a
�
�
'o
�
�
I.la
�
�.
�
�
�
�
�
�
�
�
�
�
�
�
.�
�
�
�d
�
.�
C
�i
a
d
J
�
41
L�7
�
.�
�
�
�
:i
a�
.Q
�
�
�
�
.
.
. '
�
'• �
�
� 1
�
. �
� �
w
�
� �
� � . �
. •
•
• � •
� � � • • � � .•
�
� , . �
, � .
+ ,, • .. • • � •
. • •• • �
� � a .. • • �
�
�
r • • • �
• f
•
•
• �
: � • , _ � •
� �
.
� . .
.
• .. .. .� .. .�
��
U
.N
(d
d
C
O
Z
a.
z
X
�
a
�
i
.0
N
�
�
a
.�
�D J
� U
�" N
� �
� �
H J
cn a
¢ ,�;
� ��
p J
� �
r �
a
0 J
� J
�
a E
� �
o `�
� T
�
ti �
� '�.p—
� �
� N
Q m
� U
°p "o
M �
V -p
� �
� ��
F �
Q �
M U
�
n �
m �
v a
N T
❑ H
� �s
� �
�
Q �
� Y
_ �
� U
N �
� �
� O
� �
Q U
� �
N
�
0
� :�
.� w
oa
�A
�
J
�
�
�
�
�
�
�
�
d/
�
�
�
�
N �
� �
� �
� �
� �
�
� �
Q �
6 �`
� �
� c�
O
�
�C
tl
�
�
�
Q!
� �
� g
H Q
� �
t0 �
� �
fd �
� �
�
�
.X
�
'�
�
�
�
�
O
�
B
�
i
�
�
�
�
�
�
�
�
�
e�
�
�
�
l'C
�
v
W
�O
�
a
�
ti
M
ti
�
Q�
�
�
�
�
�
�
�
�O
�
�
�
�
�
�
�
�
�
�
Id�
a
�
�
�
�
.�
�
�
tC
�
,�
.�
�
�
�
i
�
�
C
.�
�
W
�
[7
�
�O
Oe
7
.�
N
� �
Q N
� �'-'--'
U � � Q
� r N
N N
� .�
� �
�
U
C
�
N Q o O
� Q O O
�
�
Cli a�
� � c�i� 0�0 N
� � o- ch cfl
� � .�
� �
� O
N QY
� � � O �
� C U1 a O Cp
� '� N �
�
� � rn c� co
❑ � _, a b O tD
a � �
C � � '�
�" N j (p � M tD f� o� M N O
tU N � � �'`� � � � tC� ['� Cfl � OQ?
Q. � Z �
� 6] 1� d' O o0 CO f'�]
uf Q- N N N N N N ir1 M �
.�
J
� a. C`Q? N � N ~ N N N �
`m
�
�
¢ � us a r�0i � � � c�o c`�o m
� �y
U) � U U � U U � U U U
� � r a � � � �
� o 0 0 � � o �n r�
Y a- C�f � N (�[
Lf�
¢� N LL? N N � M 'V' N� N N'�t' (O
� i � � � �
�� � � in c- � � N � M � O C�f V'
� d' O O O
ci� �
�- � r- N r r- c- N r N .- r N C+7
�� (/� U� (n U� (!1 l/] (n (n VJ CA U) fn
tQ a
cn z
� �
� � r- c� co � �n co r� eo rn
o a Q. � � � n.. Q-. � Ei o..
m �
U
N
�
Q
O
Z
Q
Z
ii
C
�
�U
.N
�
a
a
�E
� J
�j U
� �
❑ @
a
� J
¢ a
� �E
O J
� a
a
❑ �
J
� J
� �
�
�!J N
� N
(fl (n
� O
0 '_
G� U
� w
��
a �
d U
� O
c� �
v -o
f] �
� '�
F- �
¢ �
� U
�
��
� �
N �
o �
� �
¢ �
(V �
„ C
� �
r U
N �
N
0 �
� p
H �
�
¢ U
� �
iri
�
0
N '_
m ._
r
o m
z o
�
�
�
�+R'
�
�
�
�
�
��q
�►/
N
�
�
�
�
� �
� �
� �
� �
� �
N
� �
O �,
6 �'
/�� �
N (�
�
�
�
,�
.�.r
�
�
�
�
O
�
�
�
�
�
�
�
�
�
.�
�
�
�
i�
if
�
�
O
�
a
�
�
�
�
5�
�
�
_
�
�
[�
�
�
�
�
�
(�
�
�
�
�
,Q
�
�
�
G
N
�
�
�
�
�
�
�
�
ti
M
ti
�
�
�
�
�
�
�
ci
�
'o
�
a
�
�-�
�+
�
�
�
�
�
�
�
�
�
�
�
C�1
�
.�
C
�
L�
�
.�
.�
�
�
�
�
�
�
�
.�
�
iil
a.�
�.:
�
�O
a
7
.�
N
� �
Q. �
� �
U �
�
� �
� y.L..
C �
0
U
C
�
a� �
� �
� � �
f�
C
(tl �
C a
O
C � �
Q
� � �
� �
� O
115 �Y
C L
O � �
� � o
� � �
�
-�-� � � �
�. • Cy!
o��Q o
� C} O �n
U-� N � O M W N N � �f7 � O
c-- � N CO 00 O f� �
�. C� Z � �' Ln Cr] �' �' lf7 CQ [� <-'
Q- M N C'�� � C��[ M N N N �
�C
C
J
�7 J �C1 I� I� CD O (fl I` Iti CI7 ln
� CL � � N � N N'�"" r � M
�
�
Q J a0 +.f) � �� CV 6] N'�t oa
J N V (f� ch �' CO [*7 vi' �t V'
'� � � � UU =J JJ J
�� c�i� U U (�(n UU UU U
o � N N f` � �17 00 '�Y 6� �(O �
� v a0 � 1� 'd' N N C�[ � (O oa Y
� N C�[ r N
�� N �� �!'? N �-fl Sfl N I� N�p N
Q U7 ' c`') N ' N� � � �� �
N� ln � � i ln i �A �t7 iL] � �
� O N� N � r�' �<O O Cfl 4
a� ay
o. � r
E� u� u] cn v� v� c� u7 va c� U� cn cn
m �
cn z
�� � N M � � CD I� 00
C '4 .- r
r r � Y" �
o� Q,. � fL b. � �i. ca,. �
mz
U
.N
m
a
C
O
Z
a
z
axi
n
c
�
U
.N
�
d
d
.�
� J
� U
� y
o m
� a
¢ a
� �E
4 J
� �
� ��
�
F ,_Jj
�
Q �
�t7 N
O j,
��
h O
❑ i..
� U
F- !�-
N N
Q �
� U
� �o
c�7 �
��
� �
� 'c
� 7
¢ U
M �/j
ti �
� v
N �
p F
� 'o
��
Q C
N �
. c
��
N �
N �
� �
� �
F- o
� �
¢ U
r �
iri
�
4
N '�
�.
�
o �,
Zo
�
�
�
�
�
�
�
�
�
�Oq
MJ
�
�
�
�
�
� �
� N
G1 �
� �
� �
� �
O �
L Q
l�
� �
0
�
�
J
�
O
N
41
�
�
�
�
t�
�
fii
�
Z
.�
�
�
�O
�
�.
�
n
M
ti
��
�
�
�
�
�
r.a
%�
�
�O
�
�
I.la
�
�,
m
�
�
�
�
�
�
�
�
�
�
�
.�
�
�
�
�
.�
.�
�
�
�
�
�
�
�
.�
�
�
�
�
�
�O
�
�
a�
�
.�
�
m�
a�
�v
UL a
� �.j
� �
C ,F.,
� �
O
U
�
a
m \ � o o cQ
� � O O O �
N
�
� �
(� N
C �tl
p � u�i � a�o
C '� �- a0 M
� ? �.
� Q
�
Q1 N
� � C'� O V: �C)
O � � 0 00 f� � M
jL 'Q �-' c-� N N
�
�, � � � M N
Q��Q. t!� I� N
+ O O r
5 r r
�� o �,
.c o � rn rn � ao � cv
V y N 7 � �Ll ti � (� �(O f� N
d � Z � r 6�
� N � �
Iti r N cl' d' 6� �
y � (� r r N � N N N �
.�
�I
.� N 1� rn I� V' � N o0 00
� a (V r� c- � N r r
�
�
m
Q..�.J �' (V ch V N �' � M N
� J J J J U �--a = J U
�� U U U U Cn U U U tn
.�. cn n ao �n co �„� a c� rn cv c� ti
U o C'l �1J O 'V' � � [h V' t`') � a0 (V
� N e� r T"'
'� +^+ � aD Q � � 1� N � � e- r^ if7 [GJ � �
Q U] � � � � � � i � � � i � �' c r
� `� � (Q � � � Cf7 d CV � � in lfJ � � �
C'7 � O � � d Cr3 P') O
m �
�� N f'7 � � N M r N d' � r t�! N M <-'
N � (1J (n (n UJ CJ] (n [n Cn � (n (n Cn (/) CO (n
C� Z
� �
�� a � c.i c� � �n tfl
N N ci! N N N N
O� Q_ Q. d d � 0�_. �
m z
U
.�
�
0_.
C
O
z
a
z
ax,
a
�
.v
.N
N
a
0.
.�
� J
� U
V �
� �
� [l"
H �
Q �
� �
� J
r �
r �
� J
�-�- �
�
a �
�n m
o y,
m �
�` o
❑ :�
� U
H �
Q y
V' U
°0 'o
�- �
C•J
V �
o �
� �
Q U1
• U
m �
ti�
� �
� a
❑ M
� �
Q c
N �
C
� U
N �
N �
� i
� �
� Q
� �
¢ U
� �
iri
C
0
v �
o m
z ❑
�
J
�
�+
�
�
�
�
�
�
�
U
W
�
�
�
� �
� �
� �
�
� �
N
.A Q1
d�
� �
� ��
/�� �
V �
�
�
�
�
�
�
�
�
�
�
�
Q1
7
�
�
�
�
�
�
�
.�
�
�
�
�
�
�
O
O.
�
a
�
�
O
�
�
�
�
�
�
�
i.i
c�
�
�
�
�
�
�
i�
�
�
.�
L
�
�
T
�
N
�
Y
�
�
�
[�
�
0
�
M
�
�
�
�
�
�
�
i�
�
Q�
�O
�
a
�
�
�
�
�
CD'
�
�
r�
�
�
�
�
�
�
�
.�
�
�
�
�
.�
�
.�
�.
�
�
�
�
�
�
.�
C
LLI
�
ia
�
.9
�
�
�
�
-
' � •
.
.
•
, , �
�
�
�
•
. �
� �
� �
�
• ' . '
.
.
� � . � •
. �
, � e � �
� • •
� � . . •
■ �
� � . . �
. .• . •
. �
�
�• �•
• .
� • • � � • �
. � ,. � , . .
�
� ••
� � � � . . , . •
�
. :
.
.. �
• � . . � .
..
U
.�
�
�
c
0
Z
na
z
axi
a
�
T
�U
.N
(6
d
a
.�
� �
� �
� N
a �
� �
H J
cn a
¢
� ��
Q�
r -�
r ��
� J
I- J
Q
�ri a�i
o j,
�n �
h c
❑ �
�L U
r �
� N
f6
� U
O7 'o
r� �
v -a
❑ �'
� C
� �
a U
M (n
ti �
� �
N n
T
� M
� O
� �
a �
N �
_ C
� U
N �
N L
❑ �
� N
r �
��
¢ U
��
N
C
0
� ;c
� w
o a
Zo
N
�S
�'
�
�
� �
� �
`� �
r �
��
� �
� �
O �
� �
� �
�
O
z+
ca
�
O
�
�
�
�
J
J
.r3
.�
3
�
�
�
D
N
�
�
�
�
�
�
�
�
�
�
a.�a
�
�
�
C
�1
�
a
O
�
9
�
B
�
�
�
�
.�
�
H
'�
�
�
�
�
�
D
�
b
�
�
�
�
�
C
�
�
�
�
�
�
�
�
�
�
�
Q7
�
�
Z
�
tJ
�
.�
b
�
�
�
c�
�
�
.�
�
�
�
�
�
�
.�
�
m
�
�
�
�
�
�
�
m
a
�
i
N
�
C
.�
C
LtJ
�
�
.�
C
.�
�
�
�
b
�
d
�
.�
�
W
�
�
�1
.O
�
�
� � � ' " f�,�3 0
� o � � C � C �
'd' ' �p
� � N � � � �`1 �
� � t3 G
� �
a� �
� �
a o
m �
U �,
o �
� �
� �
� � � �
c
�l � c4l �
`m m � r�] �
m �
.� �
� � �
�
0
- 6r
m �
U �
� L
� o {1 0 � �1 �
C � t � .c N .� ,��,
p � o M C� � � qp
rt v �
C
a
g
� O O O N �.,� � �.,� � O O o r... N N O a0
�p p p Cp i� V' N OD O O O �l) � I� N a0
� M r 4(� d' l!] Y- lA ln (p Ch
� V V V � � V V V � `- � r
4�
.n
�
0
�
�
� N CV N �t ['fJ N N N (�E N N (V CV
� i � i i � � i � � � � � i i � i
Q p O O N N O 4 C] d O O O 0 O O O
N
❑
� N q7 �
�
� � � �
� � r r r r- � � r � r r r e-� �
N U� � iA CJ� Cn UJ (� Cn � C� CI� C� UJ d� Cn �
� Y Y Y
� � � �
� m m m
�
� � 4 O N M 'd' �.(T (fl OD O]
� .n r (�E (h Ln CO Iti O� r r- r
�`o � m 0� 00 CO m m fA 0� CO m m al �7 00 C� 00
�
N
�
�
�
�
�
� �
K �
� �
� �
i N
,° �
� �
o N
��
C, �
�
O
�
�
�
�
�
�
�
�
�
�
N
i
�
�
�
0
�
�
U
W
�
�
�
�
�
SAi
�
CO
di
aa
�
�
�
�
�
a
�
�
�
�
�
�
�
A
3
.�
c�
�
�
�
�
�
�
.�+
�
�
�
�
B
�
�
e
�
�
c
�
+1�
�
g
�
�
�
�
�
�
�i
�
�
�
�
�
�
.�
ie
�
�
A
M
ti
i
a�
�
�
�
�
�
v
�1
'o
�
m
�
�.
�
�
�
�
�
�
�
�
a
�
a�
�
.�
�
�
�
�
.�
�
.�
�
m
J
�
�
�
�
.�
�
�
�
C�
�
'o
�
�
n.
n.
�
� rn � � r� �- co tn
(,�0 � O O� �''� Y 4 0�
� M � � �F � ('�? f� a4
� r- r r �
(17
�
�
0
�
�
'� N � � N N � N N
� � � � � i � i i
O.. � M O p � N �
N
0
� �
�- -Q t� r c-- r � r
Ca � i� :i} cn �%} cn cn cn u�
cn z
� N N � (fl I� 00 O � N
�'n N N CV N (V M C�'? C'7
� 7 � d 0.. � � � � �
mZ
�
Q
n
�
m o � o c� �r c� aa � cQ �' a� � � �n c�
N � M � M c`7 �T N � Q � � � (O N N
'F O � � 'd' ln (p f� u7 OD Q � � a7 �fJ Qf o0
� V e-� V r r f� r v v � r
�
.d
�
O
�
N
�tl7 � i!i N N N t(l CV N N � N
N N r � i N N � i N N � � i � �
� � � � � � � i � � i � �f7 tn � i uJ
O.. p T O � � O O � O O O Q 4
tll
0
w �
Q� T Y '["' C^ T r � Y
ro� u� d� c� c� v� ch v� v� cn ch ch � c� cn c� cn
cn z
� c`u o�r Ln co � o� rn a r
C.fl r- M � �3 f` 00 O] N CV
t- � �- r-
��`o � a a. a. a�� d. a. d d d�� d. a. a
z
3 �
t
I
�--� � l .
ECS Southwest, Ll.P
Carrollton, Texas
Lime pH Series Method ASTM D2976, Dark Brown FAT CLAY (CHj
Date: 06/15/20�,�
Project Mo: 737D
Project Name: Meacham Iniernational Airpor� N�idfield Taxiway Rede�elopment
Project Engineer: L8 Principaf �ngineer: NIPB Boring No. /Sarrtple Na: B-2/Bulk
% of Lime 0% 2% 4% 6% 8% 10%
PH 8.1 12.0 12.2 12.3 12.4 12.A�
14.4 .
- �- -_. - -�� .,
120 _�^�
`r.
!
10.0 '- �
�
�'
8.0 � ,
2
�.
5.0
�#.0 �
2.0 �
0.0 �.,
0% 1°5 2� 3% 4% 5% 6% 7�Y
Percer�t (Hydratec� Lime}
8% 9% 10%
Fig�are C-1
1�` �. t '
Project No: 7370
ECS Sou#hwest, LLP
Carrolltan, Texas
Lime pH Series Method ASTM D2976, Fill, Dark Brown FAT CLAY (CH]
pate:06/15/2D18
Project Name: Meacham [nternational Airpart Midfield Taxiway Redeuefapment
Project Engineer: LB Principal Engineer: MPB Boring No. /Sample No: B-5/S-1
% of �ime Q% 2% 4% 6% �% �.0%
p� 8.3 12.2 12.3 12.4 12.5 12.5
1n.o ,
E
� _ �� . -- ____ - �...,........ .. _ _ _, -S,
12.0 - �'
f
io.a ''.
,�•
s.o �'.
x
�
6.0 :
i
4.0
2.0
0.0 _. ... .� ..
0% 1% 2% 3% 445 5% 6%P 7% 89'0 99'0 10%
Percent (Hydrated Lime}
Figure C-2
� - -- �.
�CS Southwest, E.LP
Carrallton, Texas
Lime pH Series Methad ASTM D2976, Light Brown and Dark Brown LEAN CLAY (CLj
Date:06/15/2018
Project I�o: 73i0
Project Name: #i/ieacham Internationa[ Airport Midfield Taxiuvay Redevelopment
Project Engineer: LB Principal Engineer: MPB Boring Nn. /5ample Nn: B-10/S-1
°/a afi Lime Q% 2% 4% G% S% 1p%
py 8.2 12.� �,2.3 12.4 12.4 12.4
14.0
�z.o
�.
�a.o �' �
f s�•
i.�
,�
8.0 g
x
�
6.D
1
4.O ,
i
2.0
0.0
�� 1°�
.� �
—�s--�� - — �
2% 3% 445 5� 6%
Percent [Hydrated Limej
7% S% 9% 10%
Figure C-3
1'
r
�-- - -�-
ECS Southwest, LLP
Carrollton, Texas
Lime pH Series Method ASTM D2976, Light Brown and Dark Srouvn FA'i CLAY (CWj
Date:06/15/2U1�
Project No: 7370
Praject Name: Meacham Internatianaf Air�ort f�idfield Taxiway Redevelopment
Project �ngineer: LB Principal Engineer: NI�B Boring No. /Sample No: B-19/S-�
% af Lime 0% 2% 4% 6% 8% 10%
p� S.0 7.2.1 12.3 12.4 12.4 1Z.5
i�.o
a.z.a
10.0 , �
�,
.
,�
r•
s.o �
�
a �
6.0 ,
�
4.0
2.0
O. D .._,..,._. _.�...� � .
V�6 1/9
� �— � - �-�
�
2% 3% 49'0 5% 6% 7% 8% 9% 10%
Percent (Hydrated Lime)
Figure G4
ai
o.
�
m
�
co����rio� ��s°� �����T
� �o�
L
�
�
�
a
�
�
:�
�U
'� � Q�
.�
�
O
C
�
Ll7
�
�
N
�
� 95
�`�'
a
a�'i w
— 'u,
� N
(� 'i7
N �
°' a
�
a 90
�
c
0
c�
m
� 85
�
a�
c
.�
�
0
a�
�
a�
� 80
Q� ° C
$ 13 18 23 28 33 38
�V fo r
3p.G. �
�.65
Water content, %
Test specification: ASTM D i557-12 Method A Modified
Elevl Classification Nat.
Depth USCS AASHTO Moist.
o.oa-Z.00
TEST R�SULTS
Maximurri dry density = 98.9 pcf
Qptimum moisture = 20.8 %
Project IVo. 7370 G�ient; Garver, LLC
Project: Meacham Airport Midfield TaYiway Redevelopment
05ource of Sample: B-2
��� � :�[.�1�`I`I��V!l��7, C��,F.�
' 3433 4�eHwuy C}rive, S�aite i 10 Piiun� ("�'T9j 3�2.322?
--- ri ea1r��IllQs�, TX 7b046 �ax: j21Aj �R3-96E3q
%� o�oC
Sp.G. LL PI
#4 No.200
2.65 67 39 0 7b
MATERIAL DESCRIPTION
(CH} F11T CLAY, brown and lighC brown,
with limestonc; fragments
C-S
a�
a
�
m
�
m
�
�
a�
�
102
97
a�
ro
� 92
��
�
a�'i :�'
— N
� m
ca �
� �
L d
0 87
�
82
77
����i'��.s���� ���� ���l�I��
° 3.3 c
10 15 2� 25 3D 35 40
�AV for
Sp.G. �
�.65
Water content, %
3
a Test specification: AS'I'M D 1557-12 Method A Modified
�
�
Ele�! C�assification Nat.
� Depth USCS AASHTO Maist,
� -
.�.,
o D.OD-1.flQ
m
�
�
� 7�ST R�,SULTS
� Maximum dry density = 93.3 pc�
x
� Qptimum moisture = 233 %
�
o F'roject No. 7370 Ciient. Garver, LLC
�
� Project; Meacham Airport Mid#ield Taxiway Rede�elopment
m
�
�
N OSource of Sample. B-2
� --- ... a �S.•L� t�kJ�J�� ��iVVt:_.a3 �i I��.F�,[`
N � 3�1�3 kelltvay I�ri�r�. Ssslte 9 E0 F'hane: (97"�') �92.]222
� � � � I i,ii TX 75UD6 Fax. {�'14)483-9�3d
Sp.G. L� Pl % � % �
#4 IV o.2Qp
2.65 48 7 0 43
MATERIAL DESCRIPTION
LTM� STABILIZ.ED FAT CLAY, brown
and light brown, wi[h limestone fragments
RemarEcs:
Lime Treated Clay
Figure Gs
a�
o.
�
ca
�
��Iidl������� ���� ������
12a
�
0
115
110
�
a
a
�
.N
c
as
�
�
0
905
100
95
4. ° 111.9 c
2 7 12 17 22 27 32
rAV for
3p.G. �
�.65
Wa#er content, %
Q 7est specification: ASTM D 155'1-12 Method � Modificd
�
� EIevI Classification Nat.
� DepEh U5C5 AASHTO Moist.
� ----
0 0.00-2.00 CL
a�
�
�
� TEST RESiJLTS �
.� _
� Maximum dry dezzsity T 111.9 pcf
x
� Optimum moisture = 14.5 %
.� _
o Rroject No. 7370 Client: Garver, LLC
�
� Project: Meacham Aiiporl Midfield Taxiway Redevelopment
ca
�
w
N OSource of Sample: B-l0
a�
� ;� ��G i �C��!`f'�I{tU� �'1; �..�.�
N � 3n33 Khllw7y tlrive, 5uite [10 i'hane: (�7?):i92-32'l?_
N
� . .aCarrnlituii.iX 7.si€706 }�ax:{21QJA63-8664
Sp.G. LL PI % � % C
#4 No.200
2.65 44 26 fl 56
MATERIAL DESCRIPTION
(CL) LEAN CLAY, light brown and dark
brown, with limestone fragments
C-7
a"i
n
�
ca
m
��ITdl�i'�l+���1� ���� ��r4���
11C
a
c
105
100
�i
a
7+
�
.�
C
N
'a
�
0
95
.�
85
1 .3°0 105.� C
� 10 15 20 25 30 35
w
�
� Water content, %
0
�
�
o Test sp�cification: ASTM D 1557-12 Method A Modified
�
� �ler►1 Classification Nat.
� Depth USCS AASHTO Moist.
L
o a.ao-z.00 cx
a�
�
�
� TEST RESULTS
� Maximum dry density = 105.0 pcf
x
� Optimi.un moisture = 18.3 %
�. - - -
o Project No. 7370 Clien�: Garver, LLC
�
a� Project: Meacham Airport Midfield Taxiway Rede'velopment
m
�
�
N OSource of Sample: B-19
� ' �f;� �C�i11���U���', !._� �
� � 3�33 Kellwyy �lriut, 5u#te 11A Pficnsc_ (9i�� 3'J2•32��
Uf
� ,_ ___:,, Carru9lton, T% 7�ia�6 �ax: {7.1Qj �i83-968A
� .
�AV for
3p.G. _
�.65
S�7.G. LL �]I . % > % <
�4 No.200
2.65 57 31 0 74
MATERIAL DESCRIPTIOI�
(CH} i�AT CLAY,1'aght brown and dark
bi-own, with limestone fragments
FlaUre C-8
�
m
Q
zo�
160
.�
d 120
t�
C
�
�
.N
�
�
0
�
�
,F so
d
c
d
0,.
40
0
CBR at 100% Max. Densiiy � 6.6%
for 0.'[0 in. Penetration
s
� _
_______._ 5s blows
i
0 56 6[ows i
� � � i�
m �
U ;
�
�
5 56 hlows �
i
i
i
�
i
4 33 95 97 99 101 103
f
� 1
O
a
� 0
0,
�, Penetration Depth (in.)
3
ar Molded Soaked
�
Density Percent pf �lfioisture Uensity Percent of Moisture
o (pcf} Max. Elens. {%) (pc� Max. �ens. (/o)
3 7 0 99.5 100.6 20.7 98.1 99.2 26.1
L
�
» 2 � 95.9 97 23.8 95.1 96.2 28.3
c
m -- --
� 3❑ 93.6 94.6 25.7 93.1 94.1 29.0
a�
s
+, Material �escription
o � ��
m
� (CH) FAT CLAY, brown and light brown, with limestone fragments
m
�
.�
X Project No: 7370
m
� Project: Meacham Airport Midfield Taxiway Redevelopment
L
�--�
o Sourc� af Sample: T3-2 Depth: 0.00-2.00
m
�
�
� Date;
�
m
�, ' ��� SC�iJ`� 6�11U�:��, l�L�'
� � 3n33 Ke�1[way L7�:ve, Sul[e 314 Pholte: {972) 3y2•32Z:�
� CarrvilFtzrs. T� %50i16 Fax' (214j 483-968�
� .
����i�� ��-rio r�s� ���o�r
,�s�� �� ������
Elapsed Tirne (hrs)
CBR % �.inearity Max.
Surcharge
0.10 in. 0.20 in. Gorrection ���s � Swell
(in.} {%)
6.7 5.4 0.000 10 ] .4
b.0 4.5 O.fl00 10 0.8
5.3 4.2 0.000 10 0.6
Max. Optimum
USCS Dens. Moisture LL Pi
fP��1 I°� 1
98.9 20.8 67 39
� Test DescriptionlRemarks:
F�gure G9
Molded Density (pcfl
�
�
Q
���eR�NG �i10 �'�ST ��POI�i
AST19� D'i �83-14
a zoo
�:.
e
a�
�
�
D
? 160
�
a
❑
�
� �-
� m 120 -
- u
a C
b ��/1
n �u�
v �
u �
- a
�
�
� � so
n d
ll �
47
- a
�
5
ao
6
U
_ �
3
u
6
� 0
� 0 0.1 0.2 0.3 0.4 0.5
Fenetration i]epth (in.)
Molded
6ensity Percent of Moisture �ensity
{pcf} Max. Dens. (%) (pcf�
9 0 111.5 99.b 14.5 1ll.1
2 � 108.4 96.9 17.5 108.2
3❑ 104.3 93.2 19.5 1 Q4.2
MaferiaE Description
s ,
�
�
�
�
i
7 �
�
56 bEows
i�
�
5 �
i
i
i
i
3 56 blows 56 hlows i
i
i
i
i
1 �
102,5 105 107.5 110 112.5 415
Mo[ded Cler�sity (pcfJ
Elapsed Time (hrs)
5oaked CBR {% Linearity Max.
PercentoF Moisture Surcharge
Correction �bs Swell
NEax. �ens. (%j 0.7(f in. 0.20 in. (in.) { f (%)
99.3 18.1 6.2 S.S fl.000 1Q 0.4
96.7 20.6 2.3 2.0 O.D00 ] 0 Q.2
93.1 20.7 1.5 13 O.OQD ID 0.1
Max. Opkimum
USCS Dens. Moisture LL PI
{CL.) LEAN CLAY, light brown and dark brown, with limestone fragments
Project No: 7370
Prqject: Meacham Airport Midfeld Taxiway Redevelopment
Source of Sample: B-10 Depth: 0.00-2.OQ
Date:
��;a �'a()�l.l't'6�W���, l.�#�
:��33 Kel[way Orive> Svitc 110 Pltvne: {$72) 392-32�2
�C.aisoEitan.7C 75006 Fax;{2iqj483968h
\
�
�
m
V
0
d
3
�
CL 111.9 14.5 44 26
� Test DescriptionlRemarks:
Figure C-l0
�
m
o.
zoc
16fl
.�
a
v 120
c
N
N
�r
�
c
0
«�
�o
: so
w
c
ci
4D
0
�o ,
�
�
�
56 blows
8 i
i
t
i
o i
o i
p�` 6 i
V56 blows i
i
i
A _ � _
i
�
i
i
56 h[ows �
2 �
90 94 98 102 10& 110
�
� �
v
m
� 0
0.
Molded Soaked
Density Percertt af Moisture pensity Percent of Moisture
(pcfj Max. �ens. {%) (pcf} Max. bens. {°/)
1 0 1d4,8 99.8 18.3 103,2 98.3 24.4
2 0 97.9 93.2 2I.3 97.1 92.5 26.1
3❑ 94.2 89.7 23.3 93.7 89.2 29.0
Material Descript9on
(CH) FAT CLAY, light brown and darlc brown, with limestone fragments
Project No: 7370
Projecfi: Meacham Airport Midfield Taxiway Redevefopment
Source of Sample: B-19 Depth: O.OD-2.00
Date:
��C:;'s Sci� I t�l��:�`], �.k.�
3�32 KeiiMray [�sive, Swte 114 Ph�ne: �972] 392•3222
�� Garrolitnn.iY 75pOG hax.(2�q�bd3•9fiBd
�3�A�IN� �TI� i��T R1��0��
ASill� �'9 ��3�1 �
Elapsed Time (hrs)
CBR (°/a) Lineari#y Max.
Correction SurcF�arge Swell
0.10 in. 0.20 in. {i� r (Ibs.} (a/o}
8.4 7.6 0.000 10 1.6
4.9 4.b O.QOQ 10 0.9
2.5 2.4 Q.000 1D 0.5
Max. Optimum
USCS Dens. Moisture LL PI
Ip��l (%)
GH 105.0 l83 57 3I
-� Test DescriptionlRemar�ts;
Figure Gl l
Penetration Depth (in.)
Molded �ensity (pc�
�
a�
o.
E�
c�
�
����ini� ��i� ��+s� �����-�
ASil1� �'i ��3�'� 4�
soo
400 -
�N
Q.
N 300 -
U
C
fd
w
(A
�N
Gf
�
C
O
'+.+
�6
..`'.� 200
C
�
100
0
0 0.1 4,2 0.3 0.4 0.5
a`� Malcfed
�
density Percentof Moisture
� (pct] Max. Dens. (%)
0
�
3 1 0 883 9�.6 26.5
�.
a �
� � �
c
� TT
� 3 ❑
Penetration Depth (in.)
Soaked
6ensity Percentof Moisiure
{pcf� MEax. �ens. {°/a)
88.3 94.6 34.1
NEaterial Description
LiME STAI3ILIZED FAT CLAY, brown and [ight brown, with limestone
fragments
Projecfi No: 7370
Project: Meacham Airport Mid�eld Taxiway Rccievelopment
Source of Sample: B-2 Depth: 0.00-1.00
Date:
�� �C:� �O�!"�'�lf1l�.��, Ll�P
�3Q33 Kellway pr�ve, Suitc I# p Pi�ene: [97�) 392•3922
.. Carrnlltnn. i'X i5�06 Fax: [214}4�3-96R4
C�R %j Linearity Max.
Cprrection Surcharge Swell
0.10 in. 0.2� in. ��� � {lhs.) �o�p`
I3.4 15.9 0.000 10 0
Max. Optimucn
USCS �ens. Moisture LL PI
{P��} (°� )
93.3 23.3 48 7
--_--� Tesf Descrip�ionlRemarks:
Figur� C-12
�Cd�4o�� LTnderg�°ou��d �Fac��it�es
'�'I�[IS ]PAG]E �LE�"�' �l�T�li�'7�`��llTA]�L� �LAl�I�
C1TY OF FOKT WORTI-[ Commander Rd — Midfield Stage 2
STANDARD CONSTRUC'1'ION SPPCiP'ICATION DOCUMENTS City Project No. ] 01644
Revised 7uly 1, 2011
�C-4.�� �az��d��us E�vi�o�me�ta� �o�.d.�t�on a� ��te
7C'�IS PA�-E IL��F�[[' I�T'�'�E�T�I�i�ALl�� ��,�TI�
CITiC O�' rORT WORTH Commander Rd — Midiield Stage 2
STAt�lDARD CONSTRUCTION SPECiFTCA'rTON D�CUMENTS City Project No. 101 G44
Revised .Iuly 1, 201 [
�C-6o06.� Niin�ri�� and Womem� ���edi �us�ness
�E��erprise Co�rna.g�l�a�ce
'�'l[�IS �.�.�� I,lEI�'I' Il�T'�EI�T�I�1�A�1�� ]�]L��
CITY Of� FORT WQRTH Commander Rd — Midfield Stage 2
STANDA,RD CQN3TRUCTION SPECIFICATION I]OCUMEIJTS City Project Na. 103644
Revised July 1, 20l 1
�IJ�C-6o�7 �' r ��e 1�R.�eS
'�L']FI�S �A��E �EF'� �Il'�T�Cl`T'I'��l\TAILI.�� �I�AI'VI�
CI`�'Y OF FOR'f WORTH Commander ftd — M idfield Stage 2
STANDAI� CONSTRUCTiON SPECT�'ICAT[QN DOCiJMENTS City Project No. ] O1 G44
Revised Jufy 1, 20l 3
2�13 PR�VAlLING WAGE RATES
(Hea�y and Highway Construction Prajectsj
CLASSIFICA�ION pESCRIPTION
As�halt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Broorri or Sweeper Dperator
Concrete F'inisher, Paving and Structures
Concrete Pavement Finishing Machine Operatar
Cancrete 5aw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom $0 Tons or Less
Crane Operaior, Lattice Boom Over 80 Tons
Crawler Tractar Operaior
�lectrician
Exca�ator Operator, 50,000 pounds or less
Excavator Operator, O�er 50,000 paunds
Flagger
Form Builder/Setter, Struct�res
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation prill ap�rator, Truck Mounted
Front End Loader Operator, 3 CY or Less
Front End Loader OperaYor, Over 3 CY
Laborer, Comman
Laborer, Utility
Loac�er/Backhoe �perator
Mechanic
Milling Machine Operator
Motor Grader Operatar, Fine Grade
Motor Grader Operaior, Rough
Off Road Hauler
Pavement Marki�g Machine Operator
Pipelayer
Rec�aimer/Pulverizer dperaYor
Reinforcing 5teel Worker
Roller pperator, Asphalt
Roller Operator, Other
5craper Operator
Servicer
Sma1151ipform Machine Operator
Spreader Box Operator
Truck Dri�er Lowboy-Float
Truck Driver Transit-Mix
Truck �river, Single Axle
Truck Driver, Singfe or Tandem Axle Dump Truck
Truck f�river, Tandem Axle Tractor with Semi Trailer
Welder
Woric Zone Barricade Servicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
14.12
16.05
14.48
18.12
17.27
2D.5Z
�.A .07
19.80
17.19
16.99
10.06
13.84
13.16
17.99
21.07
13.69
14.72
10.72
12.32
15.18
17.68
1432
17.19
16.D2
12.25
13.63
13.24
11.a1
16.18
13.08
11.51
12.96
14.58
15.96
14.73
16.24
14.14
12.31
12,62
12.86
14.84
11.58
The Davis-Bacon Act prevailing wage rates shown for Hea�y and Highway construction projects were determined by
the United States Department of Labor and current as af September 201�. The titles anc! descriptions for the
classificaYions listed are detailed in the AGC of 7exas' Standard Job Classificatians and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 7.
201� PI2EVAl�ING WAGE RATES
(Commercial Canstruction Projects)
CL.ASSIFICATION D�SCRIPTION
AC Mechanic
AC Mechanic Hefper
Acoustical Ceiling lnstailer
Acoustical Ceiling fnstaller Helper
Bricklayer/Stone Mason
Bricklayer/Stone Mason Trainee
Bricklayer/5tone Mason Helper
Carpenter
Carpenter Nelper
Concrete Cutter/Sawer
Concrete Cutter/Sawer Helper
Concrete Finisher
Concrete Finisher Helper
Concrete Form Builder
Concrete Form Buifder hlelper
Drywall Mechanic
drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (Journeyman)
Elecirician Apprentice (Helperj
Electror�ic Technician
Floor Layer
Floor Layer Helper
Glazier
Glazier Helper
[nsulator
fnsulator Helper
l.abarer Common
Laborer SkiUecE
LaYher
Metal Building Assembler
Metal Buifding Assemblsr Helper
Metal Insta[ler (Miscellaneous)
Metal Installer Helper (MiscellaneousJ
Metal Stud Framer
Metal Stud Frarner Helper
Painter
Painter Helper
Pipefitter
PipefitYer Helper
Plasterer
Plasterer Helper
Plumber
Plumher Hefper
Reinforcing Steel Setter
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
25.2�4
13.67
16.83
12.70
19.45
1�.31
10.91
�7 J5
14.32
17.40
11.00
15.77
11.00
15.27
11.OD
15.36
12.5�4
15.00
11.50
19.b3
15.64
20.00
18.00
1D.OD
21.p3
12.81
16.59
11.21.
10.89
14.15
12.99
16.00
iz.aa
13.00
11.00
16.12
12.54
16.44
9.98
21.22
15.39
16.17
iz.ss
21.98
15.85
12.87
Page 1 of 2
Reinforcing Steel Setter Helper
Roofer
Roofer Helper
5heet Metal Worlcer
Sheet Mefial Worker Helper
Sprinkler System Insta]ler
Sprinkler 5ystem fnstaller Nelper
5teel Worker Structural
5teel Worker Structural Helper
Waterproofer
Equipment Operators
Concrete Pump
Crane, Ciamsheel, Backhoe, Derrick, D'Line Sho�el
Forklift
Fo�ndation Drill Operator
Front End Loader
Truck Driver
We[der
Welder Helper
S
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
is.os
16.90
11.15
J.6.35
13.11
19.17
14.15
17.00
13.74
15.D0
�.8.50
19.31
16.45
22.50
16.97
1fi.77
19.9fi
13.p0
The prevailing wage rates shown for Commerciaf construction projects were based on a salary survey conducted
and pubfished by the North 7exas Construction Industry {Fall 201ZJ independently compiled bytha Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Associationj website. www.texoassaciation.org/Chapter/wagerates.asp
Page 2 of 2
GC-�o0� �Per�mIl�s and LTt1Yit�es
T�[IS �A�IE L�E�T Il\T�'�N7["I���]C,�� ]�]LAl\TI�
CL'1'Y OP �'OFiT WOlt"fH Commander Rd — Midfield Stage 2
STANDARD CONS'�'ItUCTIQI� SPECIFICATIdN DdCUME1Q1'S City Pmject Na. 101644
Rcvised 7uly 1, 201 E
G�r�a�� l�ondt�iscri���a��on
7['][��S ]PA�IE �L��"�' �1��'�l'�T�Ol`TALI1� �I�AT\TI�
GITY OF FORT WORTH CommancEer Rd— Midfield SCage Z
STANDARD CONSTRUCTION Sl'ECIFICATION DpCUME3`!TS City PrajectNo. ]0�644
Revised July 1, 2011
���0� �� �0 Pro��a�t l[�equnremne��s
'�'l�I�S �A�]E L]E�"I' I�I7['El�T�l�OI�AIL_1LY I�ILAl�I[�
CTTY OR FORT WORTH Commander Rd -- Midfield Stage 2
STANDARD CONSTF2UCTION SPECiFTCAT'TON DOCLTMENTS Ciry Praject AIo. 101544
Revised July 1, 2011