Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 46762 (2)
C____IC,1_01TY SECRETARY . .o. rfit . .E. rii.t CONTRACTOR'S BONDING CO. FoRT ORTH CONSTRUCTION'S COPY CLIENT DEPARTMENT PROJECT MANUAL CITY SECRETAAY FOR CONTRACT NO. - THE CONSTRUCTION OF NTTA WEST VICKERY STREETSCAPE IMPROVEMENT PROJECT City Project No. 02155 �- L Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. Interim Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Richard Zavala Director, Parks and Community Services Department Prepared for The City of Fort Worth Parks and Community Services Department x r %\ t s. CARL T. DeZEE r .a • 876€35 11 ©%t� o `d',,, .4e• bus,..•�': December 2014 Kimley-Horn and Associates, Inc. gFFICgi-4111,1EWRE9 CITY SECRETARY F(. WORTH, TX FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF NTTA WEST VICKERY STREETSCAPE IMPROVEMENT PROJECT City Project No. 02155 Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. Interim Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Richard Zavala Director, Parks and Community Services Department Prepared for The City of Fort Worth Parks and Community Services Department December 2014 Kimley-Horn and Associates, Inc. . .N*"...w. A, coe g*? /\ t *j r CARL T. DeZEE ,; h9 s 87685 .'of. il `j • SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey (M) 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 000000-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of3 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project are italicized and denoted with (M); hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 02 41 13 02 41 14 02 41 15 Selective Site Demolition Utility Removal/Abandonment Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 16 Concrete Base Material for Trench Repair 03 35 13 Integral Concrete Color (111) 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 29 32 11 23 32 11 29 32 11 33 32 12 16 32 13 13 32 13 20 32 13 73 32 16 13 32 17 23 32 32 13 32 90 10 32 91 19 32 92 13 32 93 43 32 93 45 Concrete Paving Repair Flexible Base Courses Lime Treated Base Courses Cement Treated Base Courses Asphalt Paving Concrete Paving (M) Concrete Sidewalks, Driveways and Barrier Free Ramps (10 Concrete Paving Joint Sealants Concrete Curb and Gutters and Valley Gutters Pavement Markings Cast -in -Place Concrete Retaining Walls (1P Irrigation (M) Topsoil Placement and Finishing ofParkways (NI) Hydro -Mulching, Seeding, and Sodding (M) Trees and Shrubs (M) Tree Protection (M) Division 33 - Utilities 33 04 30 Temporary Water Services CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 05 14 33 05 16 33 05 26 33 11 12 33 12 10 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Concrete Water Vaults Utility Markers/Locators Polyvinyl Chloride (PVC) Pressure Pipe Water Services 1-inch to 2-inch (Ii) Division 34 - Transportation 34 41 10 Traffic Signals 34 41 11 Temporary Traffic Signals 34 41 30 Aluminum Signs 34 71 13 Traffic Control (N!) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Page 2 of 3 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORT I I COUNCIL ACTION: Approved on 5/5/2015 REFERENCE 8ONTTA W VICKERY ,* DATE: 5/5/2015 NO : C-27284 LOG NAME: STREETSCAPE PROJECT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Construction Contract with Cole Construction, Inc., in the Amount of $612,560.90 for the Construction of Streetscape Improvements Within the Right -of -Way of West Vickery Boulevard as Part of the Chisholm Trail Parkway Project (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Cole Construction, Inc., in the amount of $612,560.90 for the construction of streetscape improvements within the right-of-way of West Vickery Boulevard as part of the Chisholm Trail Parkway Project. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award and execution of a construction contract with Cole Construction, Inc., in the amount of $612,560.90 for the construction of streetscape improvements within the right-of-way from the intersection of Clover Lane to Hulen Street along West Vickery Boulevard. On March 25, 2014, (M&C C-26733) the City Council authorized award of an Engineering Agreement with Kimley Horn and Associates, Inc., in the amount of $58,400.00 for the design and engineering of streetscape and trail improvements within the right-of-way from the intersection of Clover Lane to Hulen Street along West Vickery Boulevard as a part of the State Highway 121T Chisholm Trail Parkway Project. Design phase costs including the design engineering contract and project administration total $66,900.00. The funding for the project is bond funds from the 2004 CIP for Southwest Parkway in the amount of $750,000.00. The project was advertised for bids in the Fort Worth Star-Telearam on January 8, 2015 and January 15, 2015. On January 29, 2015, the following bids were received and tabulated: !Bidders (* Low) Cole Construction, Inc. 'Green Scaping 'Fain Inc. Base Bid Totals ($) $612,560.90 $612,560.90 $691,187.50 $691,187.50 $813,048.75 $813,048.75 Base bid improvements include concrete curb and gutter repair, concrete trails and sidewalk construction, signal light modifications, landscaping and irrigation within the right-of-way from the intersection of Clover Lane to Hulen Street along West Vickery Boulevard. It is recommended that the total bid amount of $612,560.90 as submitted by Cole Construction, Inc., be approved for award of contract. In addition to the contract cost, associated contingency funding for construction inspection, change orders and testing is estimated in the amount of $70,539.10 for a project construction phase total of $683,100.00. 'Project Budaet Amount (Design Phase Administration $ 8,500.00 'Design Contract - Kimley Horn and Associates, Inc. $ 58,400.00 (Construction $612,560.90 Project Mgmt., Inspection, Material Testing, Contingencies (Total Project Cost $750,000.00 $ 70, 539.10 M/WBE OFFICE - Cole Construction, Inc., is in compliance with the City's BDE Ordinance by committing to 26 percent MBE participation on this project. The City's MBE goal for this project is 24 http://www.fortworthgov.org/council packet/mc_review.asp?ID=20972&councilda... 5/8/2015 M&C Review Page 2 of 2 percent. Staff recommends that the City Council waive all plan review, inspection, re -inspection fees and electrical permit fees. All other fees charged or assessed by the City, in accordance with applicable federal, state and local laws, ordinances, rules and regulations are not waived and included in the project cost. Staff recommends these fee waivers as an appropriate tool that will serve the public purpose of installing lighting improvements and site amenities within the City right-of-ways, as authorized by Article 3, Section 52, The Texas Constitution. Because construction of the improvements will be overseen through the permitting processes outlined in the City Code, Staff has adequate controls in place to ensure that this public purpose is carried out. The annual operating impact is estimated to be $20,000.00 for softscape (turf/plantings) and hardscape (built) maintenance in areas where new amenities will be constructed. Construction is anticipated to commence in June 2015 and be completed by November 2015. Contract time is 180 calendar days. West Vickery Boulevard is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in budget, as approved of the SH-121T Southwest Parkway Fund. Fund Appropriation Request is attached in amount of $5,600.00 Fund 2004 Bond Program- SH 121T Southwest Total Approved Project Allocation $750,000.00 TO Fund/Account/Centers Total projected Projected Encumbrances Appropriated Expenditures to Date $750,000.00 $750,000.00 Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: the current capital Project Remaining Project Balance $0.0 FROM Fund/Account/Centers C221 541600 803500215580 $612.560.90 Susan Alanis (8180) Richard Zavala (5704) David Creek (5744) ATTACHMENTS Manor and Council Communication aerial transDo ntta.i df MAYOR AND COUNCIL COMMUNICATION.Ddf http://www. fortworthgov.org/council_packet/mc_review.asp?ID=20972&councilda... 5/8/2015 SECTION 00 0515 ADDENDA END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 000515-1 ADDENDA Page 1 of 1 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 001113-1 INVITATION TO BIDDERS Page 1 of 3 ADDENDUM #1 NTTA WEST VICKERY STREETSCAPE January 14, 2015 TO ALL BIDDERS: Please Notice the change to the Invitation notice to bidders date and prequalification requirements. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. • PROJECT MANUAL REFER TO NOTICE TO BIDDERS Pre -Bid Meeting for January 5, 2015 has been changed to January 26, 2015. Replace attached Notice to Bidders. • END OF ADDENDUM #1 • Bid Opening Date: January 29, 2015. Acknowledge the receipt of this Addendum on your Proposal. By: Cornell Gordon Project Manager (817) 392-5764 Cornell.Gordon@fortworthtexas.gov Release Date: January 14, 2015 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 3 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of NTTA West Vickery Streetscape Improvement Project, City Project No. 02155 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, JANUARY 29, 2015, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Concrete sidewalk paving along the south side of West Vickery, from Concrete Street to Hulen Street. Complete installation of landscape, with fully automatic irrigation system. Removal of existing driveways, and installation of new 6" height concrete curb and gutter. Erection and disposal of temporary sediment and erosion control measures. Construction of trail head features, including colored paving, seating, shade structure, and site furnishings. PREQUALIFICATION Not Applicable (for Section 00 21 13 — INSTRUCTIONS TO BIDDERS). DOCUMENT EXANIINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthaov.ora/nurchasina/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Thomas Reprographics, 805 Lamar Street, Fort Worth, Texas. Phone: 817-336-0565 The cost of Bidding and Contract Documents is per the standard printing charges by Thomas Reprographics PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: January 26, 2015 TIME: 1:30 P.M. PLACE: City of Fort Worth Parks and Community Services Building 4200 S. Freeway, Suite 2200 Fort Worth, Texas 76115 LOCATION: Conference Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 0011 13 -3 INVITATION TO BIDDERS Page 3 of 3 City reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from user fees and bonds and dedicated by Resolution of the City of Fort Worth Parks and Community Services Department to the work under this INVITATION TO BIDDERS. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Cornell Gordon, City of Fort Worth Email: Comell.Gordon@fortworthtexas.gov Phone: 817-392-5764 AND/OR Attn: John Fielder, Kimley-Horn and Associates, Inc. Email: john.fielder@kimley-horn.com Phone: 214-420-5600 ADVERTISEMENT DATES January 8, 2015 January 15, 2015 January 22, 2015 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 001113-1 INVITATION TO BIDDERS Page 1 of2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of N7TA West Vickery Streetseape Improvement Project, City Project No. 02155 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throekmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, JANUARY 8, 2015, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Concrete sidewalk paving along the south side of West Vickery, from Concrete Street to Hulen Street. Complete installation of landscape, with fully automatic irrigation system. Removal of existing driveways, and installation of new 6" height concrete curb and gutter. Erection and disposal of temporary sediment and erosion control measures. Construction of trail head features, including colored paving, seating, shade structure, and site furnishings. The improvements included in this project must be performed by a contractor who is prc- qualified by the City at the time of V;d 3pvrirtg\ The procedures for ctuulifiution and pre - qualification urc outlined in the, Gec/e e . 00 21 13 INSTRUCTIONS TO LIDDERSk DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htto://www.fortworthvov.orv./purchasine/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Thomas Reprographics, 805 Lamar Street, Fort Worth, Texas, Phone: 817-336-0565 The cost of Bidding and Contract Documents is per the standard printing charges by Thomas Reprographics PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13- 1NSTRU BIDDERS at the following location, date, and time: DATE: January 5, 2015 TIME: 10:30 A.M. PLACE: City of Fort Worth Parks and Community Services Building 4200 S. Freeway, Suite 2200 Fort Worth, Texas 761 15 LOCATION: Conference Room CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 IONS TO NTTA West Vickery Slrcclscapc Improvement Project City Projcel, No, 02155 001113-2 INVITATION TO BIDDERS Page 2 of 2 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from user fees and bonds and dedicated by Resolution of the City of Fort Worth Parks and Community Services Department to the work under this INVITATION TO BIDDERS. INQUIRIES All inquiries relative to this procurement should be addressed to the following Attn: Cornell Gordon, City of Fort Worth Email: Cornell.Gordon@fortworthtexas.gov Phone: 817-392-5764 AND/OR Attn: John Fielder, Kimley-Horn and Associates, Inc. Email: john.fielder@kimley-horn.com Phone: 214-420-5600 ADVERTISEMENT DATES December 19, 2014 December 26, 2014 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS, 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1,2,1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized 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 whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2,1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2,2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 37 requiring prequalification at the time of bidding. Bids received from contractors who are not prequalificd (even if inadvertently opened) shall not V vr.ridc;cd. I?r�iunli�u,ion requirement work types and documentation arc as follows: 3.1.1. Pa-, ing Requirements document located at; h ttpa://oroicct,lu phkrur afiaw .com/fortwort h uni/IloNxiices/02%20 IK20constructionVy;QDpcuments/Contractor`K20Prcaualitication/fIW201`avine CfrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 717rrdi.!lk NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 002113-2 INSTRUCTIONS TO BIDDERS rage 2 of 10 3,1.2. Roadway and Pedestrian Lighting Requirements dexxi w,'t located at; htins://I)roicctaoint.buzzce . am/f'or:wortheov/Resources/02%20 inn /VLVPR €44A- IF.ICATrrti*rni2nRE 4�V1l1l c1L fill /NEVI lGiiiitl i7TT t llRL MENTSO/2 12lino/2Ot)A\/7NGA/2OC7f A CONTTORS PDF i t' 4 3.1.3. Water and Sanitary Scwtr I134uiromci•tsdocument loeatcd n7. 7 %2OConstruction%2ODocuments/Contractor%,20PrcaualifieationlWatcr%20and%2 °San itarv%20Scwcr%20Contractor%20Prcaualification%20Prouram/WSS%20pre ival%20rcnuiremcnts.doc?public 3,2. Each Bidder un1✓ers currently prcqualified, tour: bo prepared to submit to City within seven (7) calendar days prior to Bid opciaiag, the dou mcn`a`ionidcnti ficd in Owtticrt 90 43-1--1, BIDDERS PREQUALIFICATIONS. 3.2.1. Subr.ti3✓.vt ei the City conta, to provided in Paragraph 6.1. bidder(s) fz,. & p.x3je\ , dirtorr/c may require, it , in-formutk a &bout jug, aite construction schedule, the stipulated time frame. Based upon the City's assessment of the submitted information, a rcoc..uucac' t will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparet-rt fogr biddee as rtvn-rl. rretrfi.:J :...i iting-af a t:.,e;,....,;: �;eation to the City Council. within varioua sections of the Contract Documcntsk 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4,1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. CrTY OF FORT WORTH NTTA West Vickery Sirectscape Improvement Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, 02155 Revised November 27, 2012 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification 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 Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been 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 reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from 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, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 21 13 -5 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.0I ofthc Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construetion without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Cornell Gordon, Parks and Community Services Department Fax: 817-392-5724 Email: Cornell.Gordon@fortworthtexas.gov Phone: 817-392-5764 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. Addenda or clarifications may be posted via Buzzsaw at https://oroiectooint.buzzsaw.com/fonworthaov/PACS/02155%20-, %20S W%20121 T%2ONTTA%20West%o20V ickery%20Streetscape/Bid%20Docuni eats°%20Packa ae/Rcu ucst%20for%20lnformat ion 6.3. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 NTI'A West Vickery Str etscape Improvement Project City Project. No. 02155 002113-6 INSTRUCTIONS TO BIDDERS Page 6of10 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after 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 forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement 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 and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Fonn, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 21 13 -7 INSTRUCTIONS TO BIDDERS Page 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postai and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the tirne set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner 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 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject 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 unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract tirne or changes in the Work 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 favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 21 13 -9 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted 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 the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or 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 for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 21 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 of 10 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 003513-1 CONFLICT OF tNT1:Ct1_'ST AFFIDAVIT Pogo 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Forrn) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. hfl://www,ethics.state.tx.us/forms/GlQpdf lit tn://www.ethics.state.t x.us/forms/CI S.tsd f CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Forrn is being provided to the City Secretary BIDDER: Cole Construction dba Sprinkle N Sprout Company 10315 Alta Vista Rd. Address Fort Worth, Texas 76244 City/State/Zip By Ken Thorne Signature: Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ret'i.cd March 27, 2012 (Plea. (Please Print) NYTA 4i'cst Vicl.ery Strretaeape improvement Project City Project. No. 02.155 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 2155 Units/Sections: PACS Project No. 02155 D.O.E. Project No. 7371 1. Enter Into Agreement NTTA West Vickery Streetscape Improvements 00 41 00 BID FORM Page 1 of 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12 0D 35 13_Bid Proposal Workbook.xls 00 41 00 BID FORM Page 2or3 d_ "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3, Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. b. c. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 125 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a, This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid} f. Prequaliflcation Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIO or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 3513_B1d Proposal Workbaok.xis 00 41 00 BD FORM Page 3of3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid $612,560.99 Alternate Bid $277,977.00 Total Bid $ 890,537.90 7. Bid submittal This Bid is submitted on Title: Company: Address: Kenneth Thorne (Printed Name) January 29, 2015 by the entity named below. President Cole Construction Inc: 10315 Alta Vista Road Fort Worth, Texas 76244 State of Incorporation: Texas Email: brian@colecon.com Phone: 817-431-9636 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Receipt is acknowledged of the following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: Initial 00 41 00_0D 4313 00 42 43_00 43 37_00 45 12_00 35 13_13id Proposal Workbook.xls SECTION 00 42 43 PROPOSAL FORM 00 42 43 BID PROPOSAL Page 1 of I UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity I-01 Remove Fence 02 41 13 LF 207 4.00 828.00 1-02 Remove Concrete Drive 02 41 13 SF 9.773 1.50 14.659.50 1-03 Remove Conc Curb & Gutter 02 41 15 LF 24 12.00 288.00 1-04 Remove Rio Rao 02 41 13 SF 185 6.60 1.221.00 1-05 (Remove Conc Pvmt 02 41 15 SY 935 16.00 War 1-06 Unclassified Excavation by Plan (Lovell Island) 31 23 16 CY 605 6 (J,�(Su.�(J 1-07 5" Conc Sidewalk 32 13 20 SF 35.000 5.10 17.8.500.00 1-08 16" Conc Curb and Gutter Q 32 16 13 LF 210 29.00 6.09(0..00 1-101-09 ntearal Curb/Wall and Thickend EE DETAIL LF 195 72.00 �Toos al Curb Thickend Ede at Sidewalk walk SEE 3E DETAIL 19 IL LF 1.400 215 45.0000 1-119 89(t () 1-12 ISeedina. Broadcast 32 92 13 SF 84.000 0.12 10.080.00 1-13 (Block Sod Placement 32 92 13 SY 3.240 6.00 19.440.00 1-14 !Hulen Street Entry Landscape Beds 32 93 43 LS 1 19.150.00 19 150.00 1-15 Concrete Street Ent{y Landscape Beds 32 93 43 LS 1 14.070.00 14�'70.00 1-16 I Irritation System (Hulen St. & Concrete St. Entry Landscape) 32 90 10 LS 1 36.800.00 36.800.00 1-17 !Plant 2" Tree (Mistletoe Heiahts) 32 93 43 EA 3 355.00 1.065.00 1-18 !Plant 3" Tree (gMistletoe Heiohts gqhts) 32 93 43 EA 1 450.00 450.00 1-19 32 93 43 LS 1 .575.00 1-20 112"te WideToe Conc Mow Strip (M ste e toes Heiahts) SEE DETAIL LF 828 14.005.00 11.592.00 1-21 I Irrigation System (Mistletoe Heiahts) 32 9010 LS 1 7.825.00 7,825.00 1-22 Lovell Island Bed reparation 32 93 43 LS 1 19.800.00 (. �0' 1-23 (Tree Protection Fencing 32 93 45 LF 6.215 p gq 1-24 (Sediment Control Fence 31 25 00 LF 540 3.(00 ili 1 `} QQ 1-26 1-25 !Erosion nlet iProt Protection Loa 31 25 00 LF 31 25 00 LS 5.4351 1.200.00 1.200 600 1-27 13" CONDR PVC SCH 80 (T) 26 05 33 LF 35 23.00 805.00 1-28 !Concrete Riorao 31 37 00 SY 20 97.00 1.94(00 1-29 18" Flexible Base Tvoe D. GR-1 32 11 23 SY 29 9.00 261.00 1-30 4" asphalt Base �'voe B 32 12 16 SY 29 37.00 1,073.00 1-31 18" Conc Pvmt 32 13 13 SY 29 92.00 2.668.00 1-32 Barrier Free Ramo Tvqe� P-1 32 13 20 EA 2 1.160.00 1.160.00 1-34 !Remove 24" P mtMPvmt larkinaEfWl 32 17 23 LF 32 LF 230 20.00QQ04.600Q0(00 1-35 IRemove Raised Marker 32 17 23 EA 161-36 J.00 48.00 1-37 (0 Audible Pedestrian an Pushbutton Station 34 41 10 EA 2 �]831l00 0 1.??.4p000 1-38 �10/C14AWGMulti-Conductor Cable 34 41 10 LF 260 8.tU 2.08.0� 1-39 3/C 14 AW G Multi -Conductor Cable 34 41 10 LF 10 6.00 210.00 0Q 1-40 4/C AWG Multi -Conductor Cable 34 41 10 LF 20 10.00 200.00 1-41 INO 8 Bare Elec Condr 34 41 10 LF 35 6.00 210.00 1-42 Remove Sian Panel 34 41 30 EA 2 100.00 200.00 1-43 Traffic Control 34 71 13 MO 2 8.000.00 16.Q00.00 1-44 NTTA RFD-002-2007 6-Foot Tall Fence SEE DETAIL LF 207 58.00 12.006.00 1-45 1 onstruction Allowance 9999.0001 EA 1 $30 000.00 p0,`000.00 1-46 (Construction Stakina and Survey 01 71 23 LS 1 �2.100.00 2.100.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 42 43 BID PROPOSAL Page 1 of2 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls SECTION 00 42 43 PROPOSAL FORM 00 42 43 BID PROPOSAL Page I of 1 00 42 43 BID PROPOSAL Page 2 of 2 UNIT PRICE BID Bidder's Application Bidlist Item I No. ALT-01 ALT-02 ALT-03 ALT-04 ALT-05 ALT-06 ALT-07 ALT-08 ALT-09 ALT-10 ALT-11 ALT-12 ALT-13 ALT-14 ALT-15 ALT-16 ALT-17 ALT-18 ALT-19 Project Item Information Description 12" Wide Concrete Mow Strip Decomposed Granite (4" Depth) Landscape Boulder Instalaltion Cut Leuder's Limestone PvlonsjHeiaht Varies) Cut Leuder's Limestone Block (2'x6'x1.5' Seat) Plant 2" Tree Irriaation System (Alternate Tree Planting Bubblers) Plant 5 Gallon Shrub (Altemate Bid Plantina Areas) Plant 3 Gallon Shrub (Altemate Bid Plantina Areas) 113lant 1 Gallon Shrub1Altemate Bid Plantinp Areas) 12" Plant Bed Mix (A ernate Bid Plantina Areas) 13" Death Mulch (Alternate Bid Plantinq,Areasl Topsoil - 4" Depth (Plantina Bed Area Deduct) Block Sod Placement (Plantina Bed Area Deduct) (Irriaation System (Altemate Bid Plantina Bed Areas) IInteoral Colored/Textured Concrete Uoarade !Bike Rack Concrete Retaining Wall w/ Custom Bench Seatina I10' x 15' Cantilever Structure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Specification Unit of IBid Section No. Measure 1Quantity Alternate Bid Items SEE DETAIL SEE DETAIL SEE DETAIL SEE DETAIL SEE PLANS 32 93 43 32 90 10 32 93 43 32 93 43 32 93 43 32 93 43 32 93 43 32 91 19 32 92 13 32 90 10 03 35 13 SEE DETAIL SEE DETAIL SEE DETAIL Bid Summary Base Bid Alternate Bid END OF SECTION LF SF EA TON EA EA 1 EA EA EA CY CY CY SY LS SF EA LF LS Bidder's Proposal Unit Price Base Bid Subtotal 1.027 3.600 90 250 5 34 LS 257 696 20 40 165 (1001 (890) 1 800 3 268 1 Bid Value 612,560.90 14.00 14.378..00 27U.U0 L1800 360.00 90.000.00 360.0000 T�1 &80 2.540.00 2.54 0 28.00 7.196.00 22.00 15.312.00 5.00 I 100.00 54.00 12.160.00 43.00 7,095.00 45.00 I 4 500.00) 6.00 I ,5,340.00) 3.500.00 13 5b0.00 4.000.00 or 8.0011 i17.&1`b`b Iternate Bid Items Subtotal' 277,977.00 Base Bid Subtotal' 612,560.90 Total Base Bid) $612,560.90 Total Alternate Bid' 277 977.00 Total Bid' $890,537.90 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook.xls 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here called the Principal, and (Surety Name) SSurety Name tiler a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Spell _OutNumbers Here and No/100 Dollars ($ # ucreralsHere .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. hereinafter WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as NTTA West Vickery Streetscape Improvements 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of By: Company Name Here *By: S6174tyName_1 , 2014. (Signature and Title of Principal) (Signature of Attorney -of -Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Impressed Surety Seal Only 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of oy t'company or our parent company or majority owner is in the State of Texas. BIDDER: Cole Construction, Inc. dba Sprinkle N Sprout 10315 Alta Vista Rd. Fort Worth, Texas 76244 END OF SECTION CfY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110927 By.7t0)/ 7U err Title: Date: 1-29-15 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 138id Proposal Workbook.xis 00 45 12 BID FORM Pep 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Landscape Irrigation Concrete Prequalificatlon Expiration Date Cole Construction, Inc. dba Sprinkle N Sprout N/A Cole Construction, Inc. dba Sprinkle N Sprout Cole Construction, Inc. dba Sprinkle N Sprout N/A N/A The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Title: )1/L. y) ( C.„-- Date: 1-29-15 END OF SECTION 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Wcrkbaok.xls 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 004512-1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the inforrnation below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Paving Utilities (Water) Landscape and Irrigation Masonry Contractor/Subcontractor Company Name Prequalification Expiration Date The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Address City/State/Zip By: Signature: Title: Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (Please Print) (Please Print) NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code ( } ( Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No, DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes _ Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller _ Sewer Cleaning , 42-inches and smaller _ Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 0045 13 -4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 l . List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work perfoimed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever perforined any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7of8 14. Equipment $ ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - ITEM DESCRIPTION TOTAL BALANCE SHEET VALUE TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02115. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: &15,74',C77.0. C:-/C By: Company r �S- Address City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT Title: (PI Print ignature: /j- (Please Print) BEFORE ME, the undersi uthority, on this day personally appeared I1 n v H.\ g0"LYUC_ , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the salve as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -II-) &LA 2015 EILEEN BANKE My Commission Expires Notary Public inland for the State of Texas -- April 14, 2019 day of s END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation: 4. Prime Contractor Waiver Form, if firm will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilizing a joint venture to meet or exceed goal. 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of 1 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. if the total dollar value of the contract is $50,000 or less, the MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 15% of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following s. times allocated, in order for the entire bid to be considered responsive to the specifications Th; Offeror sha11 deli erthe MBE documentation iri person to the appropriate employeeTof the Managing en and obtain a iate�thne receipt Such receipt shall=be evidence l atthe Cityreceived tf e ocumentation in he tune allocated A faxed copy will not _lie accepte received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. , END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 N ITA West Vickery Streetscape Improvement Project City Project. No. 02155 004541-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 41 SMALL BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the SBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the SBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small Business Enterprises (SBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. SBE PROJECT GOAL The City's SBE goal on this project is 15% of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a SBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation, or 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's Business Diversity Ordinance, shall result in the Bid being considered non -responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The eror shall deliver the SBE documentation in_per son' to the appropriate employee o zartment and obtain a "_date/tune receipt Such recei= documentatron rrr;the tune allocated A faxed copy -iv not -e accepted; 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation: 4. Prime Contractor Waiver Form, if firm will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilizing a joint venture to meet or exceed goal. the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 FORT Wb ORTH CITY OF FORT WORTH Disadvantaged Business Enterprise ATTACHMENT 1A Page 1 of 3 Schedule of Subcontractors/Suppliers PRIME COMPANY NAME: C-%'I.-G c:J.-A:75-rev7-A t-',..t 1, 4U C__. 0 DBE PROJECT NAME: W G V T V ic,k .6-`\-/ Ti�iu ' 7 iy ----1. BID DATE: i ` al'" L `S PROJECT NUMBER: 4. O 2/..5 S ! .i'G :g77 ,-/5-5, 7S.1/ /2 / _-G-0 ,,-) �, !CITY'S DBE PROJECT GOAL: 2- % i o `�" C/- I Prime's DBE GOAL COMMITMENT: ?S ( to Please read the following statements prior to executing this form.OE Li �-- ei-cb L .--; Bidders/Offerors must provide information on all prospective subcontractors)/suppliers who submit bids/quotations in support of this solicitation. Failure to complete this form, in its entirety with:supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bit opening, exclusive of bid opening date, will:result in the bid being considered non -responsive to the bid specifications. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including DBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2nd.tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a DBE and counting those dollars towards meeting the contract committed goal. Prime contractors must also provide the previous year's annual gross receipts of all subcontractors/suppliers listed on the utilization form. This information may be expressed in the dollar ranges provided that column. i Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacture nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. in all cases, the prime contractor is responsible to identify the amounts to be used toward the committed DBE goal. If hauling services is utilized, separation of dollars for haul -in and haul out is required. In addition, the prime will be given credit for utilizing a DBE hauling firm as long as ' 'the DBE owns and operates a least one fully licensed and operational truck used on the contract. The DBE may lease trucks from another DBE firm, including DBE owner - ;operated and receive full DBE credit The DBE may lease trucks from non -DBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the DBE as outlined in the lease agreement Note: Be mindful of the 60% rule. Rev. 5-30-03 FORT WORTH CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTORS/SUPPLIERS, Check this box 0 if any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name. NAMES AND ADDRESSES OF TYPE OF WORK TO BE PERFORMED SUBCONTRACTORS/SUPPLIERS Name: C t;-,„0 Address:34) t -F-T-, Phone: en _ isQ,1 Fax: a t,- - 7.51'- 1'i ? 6 { .c Email: Pt t.,;) O. 'l c:: C, Cc7WTo u k) t` iA Contact Person: /,=\ Name: It-) iv'o i=1 . Address:3Z ' Yee l� LA.) b w a t 'C`i� 75 a3 Z- Phone: 2'14 _ 77(-3900 Fax: Email: -TZ) 3,1i.3 lZY3 �l? f ieve ES G-d sKs v., t;..0 L1. Contact Person: -=' y.�f�;�'��� Type of Work:CLt,.- c..-c.6 `�Ul �U►€.4 e40 GLtt'i' 0 tU $ AMOUNT: b►J Type of Work: 1 „�Lztnc<tbjiQ 1%45pems, Address: 650/ z?,�t•��'iu�'ryJ _5%r3�',� �✓ Phone: 8 Z` y b ZO60 76 //� Fax: l-7 - i4-4E - 18 t ( Email: C.1/4„/h&Co. Contact Person: Name: Address: Phone: Fax: Email: Contact Person: $ AMOUNT:,• 2,1 t LiZs Type of Work: vivo lv Q e•-• $ AMOUNT: Type of Work: $ AMOUNT: (i) Specify Tier CERTIFIED DBE FIRM Yes ✓ No_ Certified By:/ NCTRCA tj TXDOT Other please attach DBE certification Yes Certified By: NCTRCA „,- TXDOT Other please attach DBE certification Yes V/No` Certified By: NCTRCA TXDOT Other please attach DBE certification Yes _ No Certified By: NCTRCA TXDOT Other please attach DBE certification ATTACHMENT 1A Page 2 of 3 PREVIOUS YEAR'S ANNUAL GROSS RECEIPTS ( check one) Tess than $500K $500K to $ZM Y $2M to $5M more than $5M less than $500K /$500K to $2M 1 $2M to $5M _ more than $5M _ less than $500K _ $500K to $2M _ $2M to $5M more than $5M less than $500K $500K to $2M $2M to $5M more than $5M Rev. 5-30-03 FORT WORTH VI 4 NAMES AND ADDRESSES OF SUBCONTRACTORS/SUPPLIERS Name: Address: Phone: Fax: Email: Contact Person: Name: Address: Phone: Fax: Email: Contact Person: 07-04-15P01.45 RC CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTORISUPPLIERS TYPE OF WORK TO BE PERFORMED Type of Work: $ AMOUNT: Type of Work: $ AMOUNT: fz 0 /4 Specify CERTIFIED DBE Tier FIRM Yes — No Certified By: NCTRCA TXDOT Other please attach DBE certification Yes + No___ Certified By: NCTRCA TXDOT Other please attach DBE certification ATTACHMENT 1A Page 3 of 3 PREVIOUS YEAR'S ANNUAL GROSS RECEIPTS ( check one) _ less than $500K $500K to $2M _ $2M to $5M _ more than $5M less than $500K _ $500K to $2M $2M to $5M more than $5M The undersigned bidder agrees to enter into a formal agreement with the DBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. ALL DBE UST Author ed Sigif�fire� Title Company Name 7 IED BY THE CITY OF FORT WORTH PRIOR TO A RECOMMENDATION FOR AWARD TO THE CITY COUNCIL. Address // !, /Z— (/ City/State/Zip Code el .2 7;4 7.1; Printed Signature Contact Name and Title (if different) e77- 4 S,/7 S2, Phone Number A/e,t)f Email Address Date Fax Number Rev. 5-30-03 WI 81 N n r Q31113338 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on May 5, 2015 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Cole Construction, Inc. authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 NTTA West Vickery Streetscane Improvements 16 City Proiect No. 02155 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 125 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City Two Hundred Fifty and no/100 Dollars ($250.00) for each day that expires after the 33 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 34 of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011August 17, 2012 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX NTTA West Vickery Streetscape Improvements City Project No. 02155 005243-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of $612,560.90 Dollars (Six Hundred Twelve Thousand, 38 Five Hundred Sixty Dollars and 90.00/100). 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non -Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents (project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MWBE MBE and/or SBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011August 17, 2012 OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX NTTA West Vickery Streetscape Improvements City Project No. 02155 005243-3 Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification nrovision is specifically intended to overate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused, in whole or in nart. by any act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 nrovision is snecificallv intended to overate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in part, 96 by any act, omission or negligence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue. 'to be valid and binding upon CITY and 113 CONTRACTOR. • < . 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011August 17, 2012 OFFICIAL L WECOGIB CITY ppltiTT�SECRE b/U.111 NT—A V1resii+Vft ` ¢c�p�Imp ovements City Projectdo. 02155 005243-4 Agreement Page 4 of 4 118 7.6 Other Provisions. 119 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 120 classified, promulgated and set out by the City, a copy of which is attached hereto and 121 made a part hereof the same as if it were copied verbatim herein. 122 7.7 Authority to Sign. 123 Contractor shall attach evidence of authority to sign Agreement, if other than duly 124 authorized signatory of the Contractor. 125 126 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 127 counterparts. 128 129 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 130 131 132 133 134 135 136 137 138 139 140 tractor: City o By: Susan Alanis Assistant City Manager Date LC 17 I �-,V (Printed Name) Title: �' Address: /c7/S /1� v/$ ? �1 n ,� M&C 1,-o< 1 4 T Gt/�s-1 / Date: S 1 en i < Approved as to Form and Legality: Date r, I 4j�o.. t �nislw aek�- Assistant City Attorney City/State/Zip: Attest: City Sec (Seal) APPROVAL RECOMMENDED: chard Zavala D ' CTOR, Parks and Community Services Department CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011August 17, 2012 OFFICIAL RECORD CITY SECRETARY FT. P s"tyv`ic ry &lreetscape Improvements City Project No. 02155 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 SECTION 00 61 13 PERFORMANCE BOND § § 006113-1 PERFORMANCE BOND Page 1 of 2 Bond #SSB0422094 KNOW ALL BY THESE PRESENTS: 8 That we, Cole Construction, Inc., known as "Principal" herein and 9 RLI Insurance Company , a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, $612,560.90 13 DOLLARS (SIX HUNDRED TWELVE THOUSAND, FIVE HUNDRED SIXTY DOLLARS 14 AND 90/100), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 5th day of May, 2015, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as NTTA West Vickery Streetscape Improvements 22 City Project No. 02155. 23 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 31 Tarrant County, Texas or the United States 32 Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC Revised July 1, 2011 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Is nc court for the Northern District of Texas, Fort OFFICIAL RECORD CITY SECRETARY ENTS�u I1tYr;iRP@ t' 111 7 %w NTTA West Vickery Streetscape Improvements City Project No. 02155 006113-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 26 th day of May 6 , 20 15. 7 8 9 10 11 12 13 ATTES 14 15 -f >I-vt— �Z 16 (Princip Secretary 17 18 19 20 21 22 Witness as to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 " 37 Witness as to Surety 38 39 40 PRINCIPAL: Cole Construction. Inc.: 7 BY: /// Signature Name and Title // Address: 10315 Alta Vista Road Fort Worth, TX 76244 SURETY: RLI Insurance Company Jack M Crowley, Attorney in Fact Name and Title Address: 15305 North Dallas Parkway, #1100 Addison, TX 75001 Telephone Number: 9 7 2 -3 8 5 -9 8 0 0 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvements City Project No. 02155 RLI cis an RLI Company 9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (800)645-2402 I Fax: (309)689-2036 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Jack M. Crowley. Steven Foster. Marie Perryman, iointly or severally in the City of Addison . State of Texas , as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 ' for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 2nd day of February, 2015. State of Illinois } SS County of Peoria •. SEAL ��LIN0�5,,, ''"nnu,n,a On this 2nd day of February 2015 before me, a Notary Public, personally appeared Rov C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. Jacqu ine M. Bockler i.iii '"OFFICIAL SEAL" ,lOTART E PUB1I JACQUELINE M. BOCKLER 4 STATE Ofi 4 ut ) COMMISSION EXPIRES D1/14118 Notary Public RLI Insurance Company Contractors Bonding and Insurance Company Roy C. Die / f Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois corporations, do hereby certify that the attached Power of Attomey is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Comp,any and/or Contractors Bonding and Insurance Company this LO day of May 2015 • OFFI©I,614(iECO D RLI Insurance Company Contractors Bonding and Ins>rrrntr eoai y `a giY Roy C. Die / - - — —VieeTreAdent 4269240020212 A0059115 00 61 14 - 1 PAYMENT BOND Page 1 of 2 Bond #SSB0422094 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Cole Construction, Inc., known as "Principal" herein, and 8 RLI Insurance Company , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of $612,560.90 DOLLARS (SIX HUNDRED TWELVE THOUSAND, FIVE 13 HUNDRED SIXTY DOLLARS AND 90/100), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 5th day of May, 2015, which Contract is hereby referred to and made a part hereof for all purposes 19 as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 20 defined by law, in the prosecution of the Work as provided for in said Contract and designated as 21 NTTA West Vickery Streetscape Improvements City Project No. 02155. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX NTTA West Vickery Streetscape Improvements City Project No. 02155 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 26 th day of 3 May 20 15 . 4 ATTEST: (Princip Secretary Witness as to Principal ATTEST: Witness as to Surety PRINCIPAL: Cole Construction. Inc. ignature Name and Title Address: 10315 Alta Vista. Road Fort Worth. TX 76244 SURETY: BY: RLI Insurance Company Sig re Jack M Crowley, Attorney in Fact Name and Title Address: 15305 North Dallas Parkway, #1100 Addison, TX 75001 Telephone Number: 972-185-9800 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION OFFICIAL RECORD CITY SECRETARY 12 FT WORTH, Tit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvements City Project No. 02155 RLI® cbie an RLICompany 9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (800)645-2402 I Fax: (309)689-2036 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Jack M. Crowley, Steven Foster, Marie Perryman. jointly or severally in the City of Addison • State of Texas , as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 1 for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 2nd day of February, 2015. State of Illinois } SS County of Peoria o eO• O -'• SEAL yo,, • • c2 ss"JPCE co v OpPOR4T SEAL• /4 4. I N 0,,5 s`'O On this 2nd day of February 2015 before me, a Notary Public, personally appeared Rov C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. Jacqu ine M. Bockler Notary Public aq Y OFFICIAL SEAL" p NOTAA Marc , JACQUELINE M. BOCKLER STATE OFi ¢i�e ) COMMISSION EXPIRES 01/14/18 RLI Insurance Company Contractors Bonding and Insurance Company C Roy C. Die Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois corporations, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insuranv and/or Contractors Bonding and Insurance Com any this day of 701 5 • RLI Insurance Company Contractors Bonding and Roy C. Die 4269240020212 OFFICIAL ECO D CITY Sf :AETARY ITT IMPIY111 Vice President A0059115 1 2 SECTION 00 61 19 MAINTENANCE BOND 00 61 19 - 1 MAINTENANCE BOND Bond #SSB0422094 Page 1 of 3 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Cole Construction, Inc., known as "Principal" herein and 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 Period. 34 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 RLI Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of $612,560.90 DOLLARS (SIX HUNDRED TWELVE THOUSAND, FIVE HUNDRED SIXTY DOLLARS AND 90/100), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 5`'' day of May, 2015, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as NTTA West Vickery Streetscape Improvements City Project No. 02155; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at anytime within the Maintenance OFFNM8P.: [2%CHORD L NTTA West Vickery Streetscape Improvements City Project No. 02155 00 61 19 -2 MAINTENANCE BOND Page 2 of 3 1 NOW 'THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTH N;R, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvements City Project No. 02155 00 61 19 -3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 3 20 15 4 5 6 7 8 9 10 11 ATTES 12 13 14 (Principal) Secretary 15 16 17 18 19 20 Witness as to Principal 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 Witness as to Surety *Note: 26th day of May PRINCIPAL: Cole Cgnstruction, Inc. 'tom Name and Title / Address: 10315 Alta Vista Road Fort Worth, TX 76244 SURETY: BY: RLI Insurance ature" Jack M Crowley, Attorney in Fact Name and Title Address: 15305 North Dallas Parkway, #1100 Addison, TX 75001 Telephone Number: 9 7 2 —'i R 5— 9 R n fl If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 u FFB©Btu LAECO E ©BIT M1 ►ri-M( NTTA West Vickery Streetscape Improvements City Project No. 02155 RLI® cbic nRLICompany 9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (800)645-2402 I Fax: (309)689-2036 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Jack M. Crowley, Steven Foster. Marie Perryman. iointly or severally in the City of Addison . State of Texas , as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ( $10.000.000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 2nd day of February, 2015. State of Illinois } SS County of Peoria -- SEAL 'If ;you•. . ��;: LLIN0,5,,,,,, ', pNCE SEAL . On this 2nd day of February 2015 before me, a Notary Public, personally appeared Rov C. Die . who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. Jacqu 279 oTARY "OFFICIAL SEAL auauc JACQUELINE M. BOCKLER STATE OFI ILLINOIS' COMMISSION EXPIRES 01/14/18 Notary Public RLI Insurance Company Contractors Bonding and Insurance Company Roy C. Die I, the undersigned officer of RLI I Contractors Bonding and Insuranc Cq I is corporations, do hereby certify that the aclf!?o'1" prd�e,is in full force and effect and is irrevoca e;--and-: furthermore that the Resolution of the Company as set forth in the Power of Afrorn�' ey,is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Conjp ny and/or Contractors Bonding and Insurance Company this LO day of May 2015 • Vice President CERTIFIC TE� saki eflditikic Na RLI Insurance Company Contractors Bonding and Insurance Company Roy C. Die 4269240020212 Vice President A0059115 RLI Insuauce Company P.O_ Box 3967 Peoria, IL 61612-3967 Phone: 309-692-1000 Pax:309-563-1610 IMPORTANT NOTICE To obtain information or make a complaint TEXAS COMPLAINT NOTICE You may call RLI Insurance Company's toll free telephone number for information or to make a complaint at 800-645-2402. You may also write to RLI Insurance Company at: 9025 N. Lindbergh Drive Peoria, IL 61615 FAX # 309-683-1610 You may contact the Texas Deparment of insurance to obtain information on companies, coverages, rights or complaints at 1-R00-7S7.-";439 You may write the Texas Depa tment of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: hti.u://www_tdi.state.tx.us E-mail: ConsumerProtectionO..tdi_state.tx_us PREMIUM OR CLAIM DISPU 1ES: Should you have a dispute concerning your premium or about a claim, you should contact RLI Insurance Company first If the dispute is not resolved, -you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document vw 1012-s (02/10) M4201210 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part. However, the person or organization is only an additional insured with respect to liability for "bodily injury", "property damage" or "personal in- jury" and as described in Paragraph a), b) or c) below, whichever applies: a) If the "written contract requiring insurance" specifically requires you to provide additional insured coverage to that person or organiza- tion by the use of: i. The Additional Insured — Owners, Les- sees or Contractors — (Form B) endorse- ment CG 20 10 11 85; or ii. The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01 and the Additional Insured — Own- ers, Lessees or Contractors — Completed Operations endorsement CG 20 37 10 01; the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies. b) If the "written contract requiring insurance" specifically requires you to provide additional insured coverage to that person or organiza- tion by the use of: i. The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 and the Additional Insured — Own- ers, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04; or ii. The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 and the Additional Insured — Owners, Lessees or Contractors — Completed Op- erations endorsement CG 20 37, without an edition of such endorsements speci- fied; the person or organization is an additional in- sured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. c) If neither Paragraph a) nor b) above applies: i. The person or organization is an addi- tional insured only if, and to the extent that, the injury or damage is caused by acts or omissions of you or your subcon- tractor in the performance of "your work" to which the "written contract requiring in- surance" applies; and ii. The person or organization does not qual- ify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- CG D6 04 05 10 © 2010 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional in- sured by this endorsement still is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional in- sured under such "other insurance". 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence or an offense which may result in a claim. To the extent possible, such notice should include: i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and Page 2 of 2 iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insurance" available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or- ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. © 2010 The Travelers Indemnity Company. All rights reserved. CG D6 04 05 10 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THI POLICY, PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age desoript2on only, Limitations and exclusions may apply to these coverages_ Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered, A. Aircraft Chartered With Pilot 13. Damage To Premises Rented To You C. increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following Is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2_ of SECTION I — COVERAGES 3ES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY; This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (e) Not being used to carry any person or prop- erty for a charge. D. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex. clusior 4;—__gage=TJa—Rraper#y Ir a+.� graph 2_ of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted_ 2, The following replaces the last paragraph of Paragraph 2_, Exclusions, of SECTION 1 COVERAGES — COVERAGE A. BODILY CO D3 1611 '1'1 H. Blanket Additional Insured - Lessors Of Leased Equipment t_ I3lankot Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability —Railroads INJURY AND PROPERTY DAMAGE Li - Exclusions C. and 0. through n_ do not apply to "premises damage", Exclusion f.(1)(a) does not apply to "promises damage" caused by: a. Fire; b. Explosion; c_ Lightning; d. Smoke resulting from such fiire, explosion, or lightning; or e.. Water; unless Exclusion I. pf Section I Coverage A — Bodily Injury And Property Damage Liability is replaced by apo;her )orsnmen tt> fjtis Coverage Part that las Exclusion l Pollu- tion Injury Or Damage or Total Pollution Ey. elusion in its title_ A separate limit of Insurance applies to "premises damage" as described in Para- graph B. of SECTION Ili — LIMITS OF IN- SURANCE. 0 2011 Tha Travelers indemnity company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3_ The following replaces Paragraph B_ of SEC- TION III — LIMITS OF INSURANCE: Subject to 5, above, the Damage To Prom- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence'', whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be; a_ The amount shown for the. Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage. To Premises Rented To You Limit on the Declarations of fhis Coverage Part 4. The following replaces Paragraph a. of the definition of "insured contraot" in the DEFINI- TIONS Section a. A contract for a lease of premises, How- ever, that portion of the contract for a leaso of promises That indemnifies any person or organization for "premises . damage" is not an "insured contract'; 5. The following is added to the DEFINITIONS Section: "Premises damage" moans "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b_ The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. e_ The following replaces Paragraph 4.6.(1)(b) of SECTION IV — COIVMMERCIAL GENERAL 'Af IL(_i-Y r'r rnrrn IORS- (b) That is insurance for "premises damage' or 7. Paragraph 4.b.(1)(c) of SECTION IV COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted, C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND N of SECTION 1 — COVER- AGE: b, Up to $2,500 for the cost of bail bonds required because of accidents or traffic law Violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2_ The following replaces Paragraph 1.d_ of SUPPLEMENTARY PAYMENTS — COVER, AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured et our request to assist us in the investigation or defense of the claim or 'suit", including actual loss of earnings up to r500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WI{OIS AN INSURED: Paragraph (1)(d) above does not apply to "badily injury" arising out of providing or fail- ing to provide: "Incidental medical services" by any of your "employees" who is a nurse praoti- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" Or "volunteer workers", other than an employed or vol- unteer doctor, Any such "employees" or "volunteer workers" providing or failing to provIQe-rnsi aiu-or-eroou aarnarrrarrser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- e. ness. (i) Page 2 of G 02011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 3. The following is added to Paragraph 5, of SECTION HI LIMITS OF INSURANCE: For' the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide 'incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence"_ 4, The following exclusion is added to Para- graph 2., Exclusions, of SECTION 1 r- COV- ERAGES — COVERAGE A 0X1ILY INJURY AND PROPERTY DAMAGE LIABILITY: Sate Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with fhe knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatrnent, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances, "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. B. The following is added to Paragraph 4.b., Ex' cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS_ The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, eXceSs, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services' to any person to the Bent ao.1.irbie to Paragraph i.a.(1) of Section iI — Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II — WHO IS AN INSURED: GO D3 1611 11 COMMERCIAL GENEiAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named insured if there is no other Insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree In writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" Or "property damage" that occurred before you acquired or formed the organization; and c, Coverage 8 does not' apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO 1S AN INSURED -- BROADENED NAMED INSURED — UNNAIMMED SUE3SIDiARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain _an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" «�ar.:r z�cper#j� C#e r3ge " the oeett ?fer' ~`pet rii injury" or "advertising injury" utused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of mare than 50% In such sub- sidiary_ (2) 02011 The Travelers Indemnify Company, All lights reserved. • Page 3of6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION iI — WHO 15 AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury„ "property damage", "personal injury" or"advertising injury" that: a. Is "bodily injury" or 'property damage" that oecurS, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b_ Arises out of the ownership, maintenance or Use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits gf insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or."personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant • in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. G. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available tn_suche �y arm can®mar.; ms�ngwar nr laacnr_ whether primary, excess, contingent or an any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. I. H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION Ii — WHO 1S AN ENSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tact or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury' that: e. Is "bodily injury" or "property damage" that occurs, or is '`personal injury" or "advertising injury'' caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. • The insurance provided to such equipment lessor is subject to the following provisions: a, The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or '`personal injury" or "advertising injury' caused by an of- fense thai is committed, after the equipment lease expires_ c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be :primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION iI — WHO IS AN INSURED' Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Page 4 of 6 a) 2011 The Travelers Indemnity company. Afl tights ressivad. CGL13iu1111 by any ordinance, law or building code to include as an edditionol insured on this Coverage Part is an insured, but only with respect to liability for ..bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a_ Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations perforated for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard", J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suet, of SECTION IV — CO'INIE4C1fL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a_ above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section 11 —Who Is An insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an Individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive of I- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense_ (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- e eel e-aT01nJmorS 1Iuuse-o-us-orsu tr 'occurrence" or offense must be given as SCOW es predicable only after the "occur rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture, CG D3 1611 11 COMMERCIAL GENERAL LIABILITY (it) A manager of any limited liability company; or (ni) An executive officer 'or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense_ (3) Notice to us of such 'occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith es soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the 'occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part May apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release Or es- cape of "pollutents" which contains a requirement that the discharge, release or escape of "pollut- ants' must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6_, Repre- sentations, of SECTION W — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under Phis insurance. However, this provision does not affect our right to collect _.,,I4K;eeet--ercrnref'1'rT�" Chi-o3t�n:ib�tuw—iy i�t[. --t,.p cancellation or nonrenewai in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph R., Transfer Of Rights Of Recovery Against Others To Us, of SECTION) IV — COMMERCIAL GENERAL. LI- ABILITY CONDITIONS: e 2611 The Travelers Indemnity Company. All ri4hts resAry d. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the Insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a, "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M_ AMEI\113EL7 130t311,Y INJURY t]EONITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section; Page Bof& 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY— RAILROADS 1. The following replaces Paragraph c. of the definition of 'insured contract" hi the DEFINI- TIONS Section; c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. 2011 Ths Trav6I rs indemnity Company, All rights reseeded, CG D3 16 11 11 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY ISSUE DATE: - - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products - completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Designated Project General Aggregate(s): 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrences" under COVERAGE A (SECTION I) and for all medical expenses caused by accidents under COVERAGE C (SECTION 1) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement, The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HiRED AUTO D_ EMPLOYEES AS INSURED E_ SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRER AUTO — LIMITED WORLDWIDE COVERAGE — INDEMNITY BASIS G. WAIVED OF DEDUCTIBLE — GLASS PROVISIONS A, 'BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION 11 — LIABILITY COV- ERAGE: Any organization you newly acquire or form'dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 18Oth day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. . B. BLANKET ADDITIONAL INSURED ' The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION it -- LIABILITY COVERAGE; Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and CA T3 53 0310 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT 1. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L. NOTICE AND KNOWLEDGE OP ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period,' to be named as an addi- tional insured is an "insured" for Liability Cover- age, but only for damages to which this insurance applies and only to the extent that person or or- ganization qualifies as an "insured" under the Who Is An Insured provision contained in Section II_ C. EMPLOYEE HIRED AUTO 1_ The following is added to Paragraph A.1., Who Is An insured, of SECTION t1 — LI- ,AriLITY COVERAGE: An "employee" of yours is an "insured" white operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to to conduct of your busi- ness. M 2010 The Travelers Indemnity Company, includes copyrighted rnefarial of insurance Services Office, Inc. with its permission, Page 1 of 4 COMMERCIAL AUTO 2_ The following replaces Paragraph b. in 13.5., Other Insurance, of SECTION IV — BUSI- NE;SSS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a oontract in that individual "employee's" name, with your permisalon, while perform- ing duties related to the conduct of your businors. However, any "auto" that is leased, hired, rented or borrowed with a driver is riot a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -, LIABILITY COV- ERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS —INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION 11— LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "aecideni" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A_2_a_(4), of SECTION 11 LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "Insured" at our request, including actual loss of earnings tip to $500 a day be- cause of time off from work. E.. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- , ,rifrL t''— cy-'I rivti,—vuveu e--Tardor), of SECTION IV — BUSINESS AUTO CONDI- TIONS: • • (6) Anywhere in the world, except any country or jurisdiction while any trade sanction, ern- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or Page 2of4 within such country or jurisdiction, for Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less rind that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their house- holds. (a) With respect to any claim made or "stir brought outside the United States of America, the tenitodes and possessions of the United States of America, Puerto Rico and Canada: (i) You roust arrange to defend the "In- sured" against, and investigate Or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions, (ii) Neither you nor any other involved "insured" will make any settlement without our consent_ (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which thls insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limit Of Insurance, of SEC- TION II — LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limit Of Insurance, of SECTION 11 — \LIABILITY COVER- AGE, and not in addition to such limit. till —al iy—io—rrnaice—soon—paymenis ends when we have used up the ap- plicable lirnit of insurance in pay- ments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available 20t0 The Travelers Indemnity Company_ CA T3 53 0$ 10 includes copyrighted material or Insurance Services Office, loc. with Its permission_ (c) to the "insured" whether primary, excess - contingent or on any other basis_ This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, Its territories and possessions, Puerto Rico and Can- ada, Wo assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE - GLASS The following is added to Paragraph D_, Deducti- ble, of SECTION III - PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE LOSS OF USF - INCRSED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEG- TION ill - PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for foss of use is $65 per day, to a maximum of $750 for any one "accident". PHYSICAL DAMAGH - TRANSPORTATION EXPENSES - INCRJ ASEu LIMIT The following replaces the first sentence in Para- yrQiin—AA•a-i-- rrnirap4 rta l,411'1-12kk1Grraa..., sr SECTION III - PHYSICAL DAMAGE COVER- AGE: We will pay up to S50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type_ CA TS 53 03 10 COMMERCIAL AUTO J. PERSONAL EFFECTS The following is added to Paragraph A.4., Cover- age rxtensions, of SECTION III - PHYSICAL DAMAGE COVERAGE; Personal Effects We will pay up to $400 for "toss' to wearing ap- parel and other personal effects which are: (1) Owned by an "insured"; and (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto"_ No deductibles apply to this Personal Effects coverage. K. AIRBAGS The following is added to Paragraph E.3_, Exclu- sions, of SECTION 111 - PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b, and AA.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss", L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.Z.a., of SECTION IV- BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident." or "toss" is known to: (a) (b) (e) You (if you are an individual); A partner (if you are a partnership); A member (if you are a limited liability corn- (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident' or "loss". ©2010 The Travelers Indemnity Company. Page 3 of 4 Includes copyrighted material of tnsurontw Services Office, Inc, with its permission. COMMERCIAL AUTO M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated [n such eon tract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prefudice your rights under this insurance. How- ever this provision doss not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. Page 4 of 4 2010 The Travelers Indemnity Campsny. CA T3 53 03 '10 Includes copyrighted material of Insurance Services office, Inc. with its permIsslon. ±XasMutual® Insurance Company WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC42O3O4A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unlessa different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001062730 20140901 of the Texas Mutual Insurance Company Issued to COLE CONSTRUCTION I NC Premium $ WC420304A (ED. 1-01-2000) Endorsement No. 744--s Authorized Representative AGENT'S COPY QUSER 8-26-2014 POLICY NUMBER: 4 C07592R039 ISSUE DATE` THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: PERSON OR. ORGANIZATION: ANY PET25ON of 0I20A11IZATION {.''UNTINuELi QN IL TA 81 ADDRESS_ Tii X01:078ES-5 OR THAT PERSON coNTINURD ON IL TO 03 KIJ'DLER TX 76240 Number of Days Notice of Cancellation; 30 PROVISIONS- If we cancel this potioy for any statutorily permitted reason other than ranpaymeht Of premium, And. a number of days is shown for thanoelletibn in the schedule above, we will mail notice of Cancellation to the person or organization shown in' the schedule IL T4 05 03 11 above_ We wilt mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation_ t 2011 The Travelers Indemnity Company_ At fight, r erstd_ Page 1 of 1 POLICY NUMBER' , 7596R39A ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY. PL,EASP REAL) IT CAREFULLY. DESIGNATED ENTITY- NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: PERSON OF ORGANIZATION: SEE CA '1t 04 ADO li ESS. lOgtrAR TX 7624$ Number of Days Notice of Cancellation: 30 PROVISIONS: If wa oancet this polloy for any statutorily perrnitteci reason Other than nonpayment of premium, and a number of days Is stioWn for cancellation in the schedu above, we wilt mail notes of cancellation to the person Or organization shown in the schedule IL T4 05 OA11 above. We will mail such notice lb the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effeciva date of cancellation_ 012011 TheTravelera Indemnity Company. All rights re,eiVed_ Page 1 of 1 TeXasMutuar Insurance Company ROBERTS & CROW INC - AGC 12221 MERIT DR STE 300 DALLAS, TX 75251-2207 REF: TSF-0001062730 COLE CONSTRUCTION INC 10315 ALTA VISTA RD User ID: WASENDRS ENDTCOV (11-15-2004) TeXaSMUt Insurance Company WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY GENERAL CHANGE ENDORSEMENT The policy to which this endorsement is attached is amended as shown below: ADDED Blanket NOMC, see certificate list WC 99 03 01 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on September 1, 2014 at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001062730 20140901 of the Texas Mutual Insurance Company Issued to COLE CONSTRUCTION I NC Premium $ 0 . 00 WC990301 (ED. 1-94) Endorsement No. 1 Authorized Representative AGENT'S COPY WASENDRS 8-27-2014 TeXaSMutuar Insurance Company EXTENSION OF INFORMATION PAGE PAGE 2 NAME AND ADDRESS OF INSURED STATE 42 42 42 42 42 42 42 42 42 42 42 42 42 42 42 COLE CONSTRUCTION INC 10315 ALTA VISTA RD FORT WORTH, TX 76244-6501 WC00 WC00 WC00 WC42 ITEM 3D NUMBER 00 00B 00 01A 04 06 03 01F TM—LRC-2008 PC-2003 TM—MV-2011 TM—TRIPRA-2008 TM—TPE-2008 WC00 03 WC42 04 WC42 04 WC42 04 WC42 06 WC42 03 02 04 07 08 01 04A WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY ENDORSEMENT SCHEDULE POLICY NUMBER TSF-0001062730 20140901 ISSUE DATE 8-27-2014 ENDORSEMENT SCHEDULE ** DESCRIPTION WORKERS COMPENSATION AND EMPLO WORKERS COMP/EMPLOYERS LIAB PREMIUM DISCOUNT TEXAS AMENDATORY LIMITED REIMBURSEMENT COVERAGE POLICY CONDITIONS ENDORSEMENT MUTUAL ENDORSEMENT FORM TERRORISM RISK INSURANCE PROG TERRORISM PREMIUM ENDORSEMENT DESIGNATED WORKPLACE EXCLU GROUP PURCHASE OF WORKERS COMP AUDIT PREMIUM ENDORSEMENT NETWORK DISCOUNT TX NOTICE OF MATERIAL CHANGE TX WAIVER OF RIGHT TO RECOVER EDITION DATE 7-01-2011 7-01-2011 1-01-1994 1-01-2000 1-01-2008 3-25-2003 1-01-2012 1-01-2008 1-01-2008 1-01-1994 1-01-1994 3-23-2002 4-15-2006 1-01-1994 1-01-2000 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on September 1, 2014 at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001062730 20140901 Issued to COLE CONSTRUCTION INC Premium $ 0 .00 NCCI Carrier Code 29939 WC000001 A (ED. 7-11) of the Texas Mutual Insurance Company Endorsement No. 1 Authorized Representative AGENT'S COPY WASENDRS 8-27-2014 TeXaSMUt InsuranceCompany WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT WC 42 06 01 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on S e p t emb e r 1 , 2014 at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001062730 20140901 of the Texas Mutual Insurance Company Issued to COLE CONSTRUCTION I NC Premium $ 0 . 00 WC420601 (ED. 1-94) Endorsement No. 1 14/1"4,32.--K44-- Authorized Representative AGENT'S COPY WASENDRS 8-27-2014 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LA KET ADDITI AL INSU ED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part. However, the person or organization is only an additional insured with respect to liability for "bodily injury", "property damage" or "personal in- jury" and as described in Paragraph a), b) or c) below, whichever applies: a) If the "written contract requiring insurance" specifically requires you to provide additional insured coverage to that person or organiza- tion by the use of: I. The Additional Insured — Owners, Les- sees or Contractors — (Form B) endorse- ment CG 20 10 11 85; or ii. The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01 and the Additional Insured — Own- ers, Lessees or Contractors — Completed Operations endorsement CG 20 37 10 01, the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies. b) If the "written contract requiring insurance" specifically requires you to provide additional insured coverage to that person or organiza- tion by the use of: i. The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 and the Additional Insured — Own- ers, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04; or ii The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 and the Additional Insured — Owners, Lessees or Contractors — Completed Op- erations endorsement CG 20 37, without an edition of such endorsements speci- fied; the person or organization is an additional in- sured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. c) If neither Paragraph a) nor b) above applies: i. The person or organization is an addi- tional insured only if, and to the extent that, the injury or damage is caused by acts or omissions of you or your subcon- tractor in the performance of "your work" to which the "written contract requiring in- surance" applies; and ii. The person or organization does not qual- ify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- CG D6 04 05 10 © 2010 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional in- sured by this endorsement still is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional in- sured under such "other insurance". 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and Hi. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insurance" available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or- ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury' is caused by an offense committed, during the policy period and: a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. Page 2of2 © 2010 The Travelers Indemnity Company. All rights reserved. CG D6 04 05 10 COMMERCIAL GENERAL. LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GEh1EFtAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to tote extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only, Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is ndt covered, A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E_ Who is An insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT Tne following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2 of SECTION I — COVERAGES -- COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY; This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being usCd to Carry any person or prop- erly for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex - graph 2. of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted_ 2 The following replaces the last paragraph of Paragraph 2_, Exclusions, of SEEGIION 1 -- COVERAGES — COVERAGE A. BODILY CG D3 1611 11 H. Blanket Additional Insured — Lessors Of Leased Equipment i_ Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge Arid Notice Of Occurrence Or Offense K. UnintentionalOrirission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability —Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n_ do not apply to "premises damage Exclusion f.(1)(a) does not apply to "promises damage" caused by; a. Fire; b. Explosion; c_ Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e.. Water; unless Exclusion f_ of Section I Coverage A — Bodily Injury And Property Damage Liability is replaced by aofher Bni-lorsement i th a Coverage Part that has Exclusion All Pollu- tion Injury Or Damage or Total Pollution Ex - elusion in its title_ A separate limit of insurance applies to "premises damage" es described in Para- graph 6. of SECTION Ill — LIMITS OF IN- SURANCE. 0 2011 The Travelers indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6_ of SEC- TION III - LIMITS OF INSURANCE: Subject to 5, above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any rotnbination of any of these causes. The Damage To Premises Rented To You Limit will be: a_ The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b, $300,000 if no amount is shown for the Damage, To Premises Rented To You Limit on the Declarations of this Coverage Part 4_ The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section_ a. A contract for a lease of premises, How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises . damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage," means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner, or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. F_ The following replaces Paragraph 4.b,(1)(b) of SECTION IV - COMMERCIAL GENERAL r ' (b) That is insurance for "premises damage"; or 7. Paragraph 4.01)(0 of SECTION IV -- COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS - COVER- AGES A AND B of SECTION 1 - COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law yioletions arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds_ 2 The following replaces Paragraph 1.d_ of SUPPLEMENTARY PAYMENTS - COVER-, AGES A AND B of SECTION 1 - COVER- AGES: d. All reasonable expenses incurred by the insured et our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence." in the [DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical seivices", first aid or "Good Samaritan servicr s" to a person, 2, The following is added to Paragraph 2.a,(1) of SECTION II - WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: "Incidental rnedical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees' or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to rr oviae strsi�ii, or=caoouTnarriarr ser— vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. (i) Page 2 of 6 02011 The Travelers Indemnity Company. All rights reserved. CG D3 1 B 11 11 E. 3. The following is added to Paragraph 5. of SECTION I)I LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Ocourrenee Limit, all related acts or omissions committed in providing or failing to provide 'incidental medico) services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence" 4, The following exclusion is added to Para- graph 2., Exclusions, of SECTION 1 COV- ERAGES - COVERAGE A k ODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceutic -Ms 'Bodily injury'' or 'property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals Committed by, or with the knowledge or consent of, the insured. 5, The following is added to the rtE)=1IVFI1ONS Section: "Incidental medical services" means: a. Medical, surgical, derttal, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess insurance, of SECTION iV COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees° or "volunteer workers' for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subiect to Paragraph .a.(4) of Section 11 - Who Is An Insured. WHO iS AN INSURED - NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II - WHO IS AN INSURED: CGD3161111 COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However. a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to Us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c, Coverage 8 does not apply to "personal in- jury'' or "advertising injury' arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED - BROADENED NAMED INSURED - UNNAMED SUBSIDIARIES The following is added to SECTION II - WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability cxtmpany, that is not shown 3s a Named Insured in the Declara- tions is a Named insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is en insured for "bodily injury" *x= pGry-darnoige r egetr€ s3f r—"p6;ze.pi�i injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. 0/2011 Tne Travelers lndemndy Company. All rights reservoir. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURES]: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or"advertising injury" that a. Is "bodily injury" or "property damage" that occurs, or is 'personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or tiOO of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro - Vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor- does not apply to! (1) Any "bodily injury" or "property damage" Mat occurs, or."personal injury" or "adver- tising injury' caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations perfomied by or on behalf of such premises owner, lessor or manager. c- The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to ci rrh nrerni�uc numar m �n2ner er less ,t whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary fo, and non-contributory with, such other insur- ance_ H. BLANKET ADDiTIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION I1 — WHO I5 AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury" "property dam- age", "personal injury" or "advertising injury" that Is "bodily, injury" or "property damage" that occurs, er is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement: and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation Or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limit" of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are Tess_ b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, aver the equipment lease expires_ c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent Or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. . BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION El — WHO IS AN INSURED! Any state or political subdivision that has issued a permit in connection with operations perforrndd by you or on your behalf and that you are required Page 4 of 6 5 2011 The Treveiors Indemnity Company. All tights reservtad. C V3 16 11 11 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury"; "property damage`, "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a_ Any "bodily injury," *property damage," "per- sonal injury' or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations - hazard". d. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Glairn or Suit, of SECTION IV -. COMMERCIAL GEN- ERAL L.IARILITY CONDITIONS; e. The following provisions apply to Paragraph a_ above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II - Who Is An insured: (1) Notice to us of such "occur-enee" or of- fense must he given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee' authorized by you to give notice of an "occurrence" or offense_ (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- dgers-,are-rnoTvrarrrsTrruure-ro-us-orscrcn "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture; GG 03 1611 11 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer -or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an 'occurrence" or offense_ Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrent " or offense as soon as practicable after any of the persons de- scribed in Paragraphs e, (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part rriay apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of 'pollut- ants' must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6_, Repre- sentations, of SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect .,.�rrYin<�ric�t��r'ctrrrurrro�—tv ....... �.ia�annyy�. cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 6., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV - Ct)IVIMEII CLAL GENERAL LI- ABILITY CONDITIONS: Page 5 of 6 ai 2 i11 The Travelers indemnity Company. At rights resrarvad. COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person} or organzatiorr, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage' that oc- curs: or b. "Personal injury" or "advertising injury" caused by an offense that is comrnitted; subsequent to the execution of that contract or ag reement. Idl_ AMVMENDEt 130011,Y INJURY DEFT iJTIDN The following replaces the definition of "bodily injury' in the DEFINITIONS Section; 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph 0. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement 2. Paragraph ff.(1) of the definition of "insured contract' in the DEFINITIONS Section is de- leted. Page B of 6 to 201 i The Travolerr Indemnity Company, AI rights reserved. CG D3 16 11 11 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY ISSUE DATE: - - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNAT GENE D PROJECT(S) L AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products - completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Designated Project General Aggregate(s): 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrences" under COVERAGE A (SECTION I) and for all medical expenses caused by accidents under COVERAGE C (SECTION 1) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL, AUTO THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following; BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provision9 of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE This endorsement broadens coverage, However, coverage for any injury, damage or medical expenses described in any of the provisions. of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement, The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO LIMITED WORLDWIDE COVERAGE —INDEMNITY BASIS G_ WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who is An insured, of SECTION 11 — LIABILITY COV- ERAGE Any organization you newly acquire or fon-n 'dur- ing the policy period over which you maintain 50°l0 or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or farm the or- ganization or the end of the policy period, which- ever is earlier. . B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in Ai., Who is An insured, of SECTION II -- LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and CA T3 53 03 10 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT 1. PHYSICAL DAMAGE -- TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L.- NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS executed by you before the "bodily injury' or "property damage" occurs and that is in effect during the policy period,' to be named as an addi- tional insured is an "insured" for Liability Cover- age, but only for damages to which this insurance applies and only to the extent that person or or- ganization qualifies as an "insured" under the Whn Is An insured provision contained in Section Il_ C. EMPLOYEE HIRED AUTO 1_ The following is added to Paragraph A.1., Who Is An Insured, of SECTION It — ABILiTY COVERA 'E: An "employed" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's' name, with your permission, while performing duties related to the conduct cif your busi- ness. 0 2010 The Trsvelera Indemnity ipriirrany, Page 1 of 4 includes copyrighted material or Insurance Services Office, Inc_ with ite pem iwion, COMMERCIAL AUTO O 2. The follovviing replaces Paragraph b. in 13.5., Other Insurance, of SECTION IV - BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while perform- ing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.i., Who Is An Insured, of SECTION 11 LIABILITY COV- ERAGE: Any "employee" of yours is an insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION lE - LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish those bonds. 2. The following replaces Paragraph A2un_(4), of SECTION 11 LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" et our request, including actual loss of earnings up to $500 a day be- cause of time of, -from work. F.. HIRED AUTO - LIMITED WORLDWIDE COV- ERAGE - I1'DENMITY BASIS The following replarpR Subparagraph (5) in Para- E.,, u , • 15n:, lei-y-Feriod-&-crertis, ---F errl4vey, of SECTION IV - BUSINESS AUTO CONDI- TIONS: • (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or Page 2of4 within such country or jurisdiction, for Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their house- holds. (a) With respect to any claim made or 'suit" brought outside the United States of America, the territories and possessions of the United States of America Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "stir and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured- pays with our consent, but only up to the limit described in Para- graph C., Limit Of insurance, of SEC- TION 11- LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limit Of Insurance, of SECTION 11 - LIABILITY COVER- AGE, and not in addition to such limit. bur-❑ibty-torrf5ic-suca-paynrer tb ends when we have used up the ap- plicable limit of insurance in pay- ments for damages, settlements or defense expenses. (b) This insurance is excess Over any valid and collectible other insurance available C�i 2010 The Traverer indemnity Company. CA T3 53 03 10 includes copyrighted material or Insurance Services Office, Inc. with Its permission. to the "insured" whether primary, excess - contingent or on any other basis_ (c) This insurance is not a substitute far re- quired or compulsory insurance in any country outside the United States, its ter - diodes and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United Stats-e of America its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION tit — PHYSICAL DAMAGE COVERAGE: Nib deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4-b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident. I, PHYSICAL DAMAGE — TRANSPORTATION I=XPEINISES — INCREASED LIMiT The following replaces the first sentence in Para - amp ✓: SECTION Ili — PHYSICAL DAMAGE COVER- AGE: We will pay up to S50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. CA T3 53 03 10 J. COMMERCIAL AUTO PERSONAL EFFECTS The following is added to Paragraph A.4., Cover- age Extensions, of SECTiON 111 PHYSICAL DAMAGE COVERAGE: Personal Effects We will pay up to $400 for "loss" to .wearing ap- parel and other personal effects which are: (1) Owned by an "insured"; and (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto"_ No deductibles apply to this Personal Effects coVetage, K. AIRBAGS The following is added to Paragraph E_3_, Exclu- sions, of SECTION ID — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "foss" set forth in Paragraphs A.1.b. and A,1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty and c. The airbags were not intentionally inflated, We will pay up to a maximum of $1,000 for any one "loos", L. NOTICE ANiD KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS; Your duty to give us or our authorized representa- tive prompt notice of the "accident" or loss" ap- plies only when the "acc;ideni' or "loss" is known to: (a) You (if you are an individual); (b) A partner Of you are a partnership); (c) A member (if you are a limited liability com- I.rarTS/), (d) An executive officer, director or insurance manager or you ate a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident' or "loss". C 2010 The Traveler Indemnity Company. Page 3 of 4 Includes copyrighted materiel or insurance Services Office, Inc, with its permission. C.OMtvIERCIAL AUTO M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION N — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written confract signed and executed prior to any "accident" er "foss"; provided that the "accident" or "loss' arises out of operations contemplated by Page 4 of 4 such contract. The waiver applies only to the person or organization designated in such eontract_ N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision cioos not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal, Ea2010 The Travelers Indemnity Corapriy. CA T3 53 03 10 includes copyrighted material of insurance Services Office, Inc. with Its permission. WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Insurance Company WC420304A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2 . 00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE , This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001062730 20140901 of the Texas Mutual Insurance Company Issued to COLE CONSTRUCTION I NC Premium $ WC420304A (ED. 1-01-2000) AGENT'S COPY Endorsement No. Authorized Representative QUSER 8-26-2014 POLICY NUMBER: < Co7g92RO39 ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement rnrdfres insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: PERSON OR ORGANIZATION: ANY PERSON OP. ORGANIZATION CONTINDND oN IL Tfl (l3 ADDRESS: TJ R S8 FOR TEAT PERSON CONTINUE!) ON TL T8 03 Kii tzL14R TX 76248 SCHEDULE Number of Days Notice of Carrcellaf on: 30 PROVISIONS: if we cancel this poitcy for any statutorily permitted reason other than noripayrneht of premium, and a number of days is shown for cancellation in the schedule above, wo will mail notice of cancellation to the person or organization Chown in the sehedrtie above_ We will mail such nutce to the address shown in the schedule above at least the- number of days shown for cancellation in the schedule above before the effective date of cancellation IL T4 05 03 11 26111 The Trsvelere 1ndemni1y Cgnirzany_ All tights reserved_ Pane 1 of 1 POLICY NUMBER` : I€A 7596R39A ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY. POEASE READ FT CAREFULLY_ DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the foliowinc; ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: PERSON OR ORGANIZATION: SEE CA TS 04 ADD L ESS I rtL , TX. 7 624 $ Number of Days Notice of Cancellation: 3e PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation_ IL T4 0$ 0 11 e2011 TtteTrevelers lndemnityCompsny. All tights re;ecved_ Page 1 of 1 Insurance Company ROBERTS & CROW INC - AGC 12221 MERIT DR STE 300 DALLAS, TX 75251-2207 REF: TSF-0001062730 COLE CONSTRUCTION INC 10315 ALTA VISTA RD User ID: WASENDRS ENDTCOV (11-15-2004) Insurance Company WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY GENERAL CHANGE ENDORSEMENT The policy to which this endorsement is attached is amended as shown below: ADDED Blanket NOMC, see certificate list WC 99 03 01 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on September 1, 2014 at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001062730 20140901 of the Texas Mutual Insurance Company Issued to COLE CONSTRUCTION I NC Premium$ 0,00 WC990301 (ED. 1.94) Endorsement No. 7/4.44,2 1 Authorized Representative AGENT'S COPY WASENDRS 8-27-2014 Insurance Company EXTENSION OF INFORMATION PAGE PAGE 2 NAME AND ADDRESS OF INSURED STATE COLE CONSTRUCTION INC 10315 ALTA VISTA RD FORT WORTH, TX 76244-6501 ITEM 3D NUMBER 42 WC00 00 00B 42 WC00 00 01A 42 WC00 04 06 42 WC42 03 01F 42 TM-LRC-2008 42 PC-2003 42 TM-MV-2011 42 TM-TRIPRA-2008 42 TM-TPE-2008 42 WC00 03 02 42 WC42 04 04 42 WC42 04 07 42 WC42 04 08 42 WC42 06 01 42 WC42 03 04A WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY ENDORSEMENT SCHEDULE ** ENDORSEMENT SCHEDULE DESCRIPTION WORKERS COMPENSATION AND EMPLO WORKERS COMP/EMPLOYERS LIAB PREMIUM DISCOUNT TEXAS AMENDATORY LIMITED REIMBURSEMENT COVERAGE POLICY CONDITIONS ENDORSEMENT MUTUAL ENDORSEMENT FORM TERRORISM RISK INSURANCE PROG TERRORISM PREMIUM ENDORSEMENT DESIGNATED WORKPLACE EXCLU GROUP PURCHASE OF WORKERS COMP AUDIT PREMIUM ENDORSEMENT NETWORK DISCOUNT TX NOTICE OF MATERIAL CHANGE TX WAIVER OF RIGHT TO RECOVER POLICY NUMBER TSF-0001062730 20140901 ISSUE DATE 8-27-2014 EDITION DATE 7-01-2011 7-01-2011 1-01-1994 1-01-2000 1-01-2008 3-25-2003 1-01-2012 1-01-2008 1-01-2008 1-01-1994 1-01-1994 3-23-2002 4-15-2006 1-01-1994 1-01-2000 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below (The following "attaching clause need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on September 1, 2014 at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001062730 20140901 Issued to COLE CONSTRUCTION INC Premium$ 0,00 NCCI Carrier Code 29939 WC000001A (ED. 7-11) of the Texas Mutual Insurance Company Endorsement No. 144/1"2 Authorized Representative AGENT'S COPY WASENDRS 1 8-27-2014 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Insurance Company TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT WC 42 06 01 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause' need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on September 1, 2014 at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001062730 20140901 of the Texas Mutual Insurance Company Issued to COL E CONSTRUCTION I NC Premium $ 0 . 00 WC420601 (ED. 1-94) AGENT'S COPY Endorsement No. 1 Authorized Representative WASENDRS 8-27-2014 00 11 13 - I INVITATION TO BIDDERS Page 1 of 2 ADDENDUM #1 NTTA WEST VICKERY STREETSCAPE January 20, 2015 TO ALL BIDDERS: Please Notice the change to the general condition requirements. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. • PROJECT MANUAL REFER TO GENERAL CONDITIONS Please note the General Conditions and Rip Rap Section of the Project Manual has been updated. • END OF ADDENDUM #2 • Bid Opening Date: January 29, 2015. Acknowledge the receipt of this Addendum on your Proposal. By: Cornell Gordon Project Manager (817) 392-5764 Cornell.Gordon@fortworthtexas.gov Release Date: January 20, 2015 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 6 Article 2 — Preliminary Matters 7 2.01 Copies of Documents 7 2.02 Commencement of Contract Time; Notice to Proceed 7 2.03 Starting the Work 8 2.04 Before Starting Construction 8 2.05 Preconstruction Conference 8 2.06 Public Meeting 8 2.07 Initial Acceptance of Schedules 8 Article 3 — Contract Documents: Intent, Amending, Reuse 8 3.01 Intent 8 3.02 Reference Standards 9 3.03 Reporting and Resolving Discrepancies 9 3.04 Amending and Supplementing Contract Documents 10 3.05 Reuse of Documents 10 3.06 Electronic Data 11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 12 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 Article 5 — Bonds and Insurance 16 5.01 Licensed Sureties and Insurers 16 5.02 Performance, Payment, and Maintenance Bonds 16 5.03 Certificates of Insurance 16 5.04 Contractor's Insurance 18 5.05 Acceptance of Bonds and Insurance; Option to Replace 19 Article 6 — Contractor's Responsibilities 19 6.01 Supervision and Superintendence 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dexember21, 2012 6.02 Labor; Working Hours 20 6.03 Services, Materials, and Equipment 20 6.04 Project Schedule 21 6.05 Substitutes and "Or -Equals" 21 6.06 Concerning Subcontractors, Suppliers, and Others 24 6.07 Wage Rates 25 6.08 Patent Fees and Royalties 26 6.09 Permits and Utilities 27 6.10 Laws and Regulations 27 6.11 Taxes 28 6.12 Use of Site and Other Areas 28 6.13 Record Documents 29 6.14 Safety and Protection 29 6.15 Safety Representative 30 6.16 Hazard Communication Programs 30 6.17 Emergencies and/or Rectification 30 6.18 Submittals 31 6.19 Continuing the Work 32 6.20 Contractor's General Warranty and Guarantee 32 6.21 Indemnification 33 6.22 Delegation of Professional Design Services 34 6.23 Right to Audit 34 6.24 Nondiscrimination 35 Article 7 - Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 36 Article 8 - City's Responsibilities 36 8.01 Communications to Contractor 36 8.02 Furnish Data 36 8.03 Pay When Due 36 8.04 Lands and Easements; Reports and Tests 36 8.05 Change Orders 36 8.06 Inspections, Tests, and Approvals 36 8.07 Limitations on City's Responsibilities 37 8.08 Undisclosed Hazardous Environmental Condition 37 8.09 Compliance with Safety Program 37 Article 9 - City's Observation Status During Construction 37 9.01 City's Project Representative 37 9.02 Visits to Site 37 9.03 Authorized Variations in Work 38 9.04 Rejecting Defective Work 38 9.05 Determinations for Work Performed 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 Article 10 - 10.01 10.02 Unauthorized Changes in the Work 10.03 Execution of Change Orders 10.04 Extra Work 10.05 Notification to Surety 10.06 Contract Claims Process Article 11 - 11.01 11.02 11.03 11.04 Article 12 - 12.01 12.02 12.03 Article 13 - 13.01 13.02 13.03 13.04 13.05 City May Stop the Work 13.06 Correction or Removal of Defective Work 13.07 Correction Period 13.08 Acceptance of Defective Work 13.09 City May Correct Defective Work Article 14 - 14.01 14.02 14.03 Contractor's Warranty of Title 14.04 Partial Utilization 14.05 Final Inspection 14.06 Final Acceptance 14.07 Final Payment 14.08 Final Completion Delayed and Partial Retainage Release 14.09 Article 15 - 15.01 15.02 15.03 Changes in the Work; Claims; Extra Work 38 Authorized Changes in the Work 38 39 39 39 39 40 Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement 41 Cost of the Work 41 Allowances 43 Unit Price Work 44 Plans Quantity Measurement 45 Change of Contract Price; Change of Contract Time 46 Change of Contract Price 46 Change of Contract Time 47 Delays 47 Tests and Inspections; Correction, Removal or Acceptance of Defective Work 48 Notice of Defects 48 Access to Work 48 Tests and Inspections 48 Uncovering Work 49 49 50 50 51 51 Payments to Contractor and Completion 52 Schedule of Values 52 Progress Payments 52 54 55 55 55 56 56 Waiver of Claims 57 Suspension of Work and Termination 57 City May Suspend Work 57 City May Terminate for Cause 58 City May Terminate For Convenience 60 Article 16 - Dispute Resolution 61 16.01 Methods and Procedures 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 Article 17 — Miscellaneous 62 17.01 Giving Notice 62 17.02 Computation of Times 62 17.03 Cumulative Remedies 62 17.04 Survival of Obligations 63 17.05 Headings 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERIVIINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed fort 1 setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day— A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an inteiiiiediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Representative —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be perfoiiiled, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71 Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in fowl, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in confoiluity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the perfoiniance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a fmal commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decem1er21, 2012 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemn any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11 Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being perfotuied and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be perfoiuled during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will confoiiii substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 -1 General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities perfoiining or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn fy and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - I General Conditions Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired petinit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Petinits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of perfoiuiance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 -1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemn and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00- 1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perfouti and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 -1 General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSIRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary deteituinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-I General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper perfoiHiance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200-1 General Conditions Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decemler21, 2012 007200-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be deteuuined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - I General Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a fowl of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decemlxr21, 2012 007200-1 General Conditions Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 General Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If fmal completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 58 of63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perfotui the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perfoinl the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and fmish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, teiininate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work teiniinated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decem1xr21, 2012 007200-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of October 10, 2014: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER NONE TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of October 10, 2014. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability S 100,000 each accident/occurrence $ 100,000 Disease - each employee $500,000 Disease - policy limit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April L 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 5 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: S1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 $500,000 $100,000 Bodily Injury per person / Bodily Injury per accident / Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: $Confirm Limits with Railroad (2) Each Occurrence: $Confirm Limits with Railroad Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be perfoiuted by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: City of Fort Worth 2013 Prevailing Wage Rates for Heavy and Highway Construction Projects SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Parkway Construction 2. Stormwater Discharges from Small Construction Activities 3. Temporary Street Use and Lane Closure SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of December 12, 2014: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor NTTA Scope of Work Trees and Irrigation SC-8.01, "Communications to Contractor" Coordination Authority City 012500 — Substitution Requirements SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: Kimley-Horn and Associates, Inc. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April I, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 1100 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY 011100-1 SUMMARY OF WORK Page 1 of 3 A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1- GENERAL 1.1 SUMMARY 012500-I SUBSTITUTION PROCEDURES Page l of 4 A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 25 00 -2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 25 00 -3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete infoiivation on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1- GENERAL 1.1 SUMMARY 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: Introduction of Project Personnel General Description of Project Status of right-of-way, utility clearances, Contractor's work plan and schedule Contract Time Notice to Proceed Construction Staking Progress Payments Extra Work and Change Order Procedures Field Orders Disposal Site Letter for Waste Material Insurance Renewals Payroll Certification Material Certifications and Quality Control Testing Public Safety and Convenience Documentation of Pre -Construction Conditions Weekend Work Notification Legal Holidays Trench Safety Plans Confined Space Entry Standards Coordination with the City's representative for operations of existing water systems Storm Water Pollution Prevention Plan Coordination with other Contractors Early Warning System Contractor Evaluation Special Conditions applicable to the project Damages Claims Submittal Procedures Substitution Procedures Con-espondence Routing Record Drawings Temporary construction facilities M/WBE or MBE/SBE procedures Final Acceptance Final Payment Questions or Comments a. b. c. d. e. f. g• h. i. J. k. 1. m. n. o. P. q• r. s. t. u. v. w. x. y• z. aa. bb. cc. dd. ee. ff. gg. hh. ii. jj CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 easements or other pertinent permits N1'TA West Vickery Streetscape Lnprovement Project City Project. No. 02155 01 31 19 -3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 31 20 PROJECT MEETINGS PART 1- GENERAL 1.1 SUMMARY 013120-1 PROJECT MEETINGS Page 1 of 3 A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 3120 -2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 3120 -3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 32 16 -2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 32 16 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE END OF SECTION Revision Log NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 PART 3 - EXECUTION [NOT USED] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY 013300-1 SUBMITTALS Page 1 of 8 A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have detennined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 1/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure 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 time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NO I'bD/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 33 00 - 7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 013300-8 SUBMITTALS Page 8 of 8 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE NTTA West Vickery Streetscape Irnprovement Project City Project. No. 02155 SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PART 1- GENERAL 1.1 SUMMARY 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 35 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of 8 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS MENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.rn. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 G. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 35 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 8 b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors G. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is perforined, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 013513-6 SPECIAL PROJECT PROCEDURES 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFOR.MATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Page 6 of 8 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 35 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: NtIC! OF CQNSINCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 Date: EXHIBIT B FORT WORTH DOE NO. XXXX Project Name: 013513-8 SPECIAL PROJECT PROCEDURES NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CONTRACTOR Page 8 of 8 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of4 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT TJSED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 for duration of construction activities as needed. NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 015526-I STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forums and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Depai tment, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (1PDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY 015813-1 TEMPORARY PROJECT SIGNAGE Pane 1 of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED toR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 58 13 -2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY 016000-1 PRODUCT REQUIREMENTS Page 1 of2 A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DA 1E, END OF SECTION Revision Log NAME SUMMARY OF CHANGE CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1; 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written pennission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 66 00 -3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Confotuting Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of4 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for perforinance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 Iocation to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, 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. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 70 00 -2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and 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 the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Rernobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 1 2 3 PART 1- GENERAL 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of5 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey to be provided by 7 the Contractor 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.1.A.1 — Survev to be provided by the Contractor. 10 2. 1.2.A.1.a.1 — Item paid by lump sum. 11 3. 1.2.A.1.b.1 — Item paid by lump sum nrice bid for "Construction Staking". 12 4. 1.2.A.2.a.1 — Item paid by lump sum. 13 5. 1.2.A.2.b.1 — Item paid by lump sum price bid for "Construction Survev". 14 6. 1.9.A.3.a — Contractor responsible for preserving and maintaining staking. 15 7. 1.9.B.1 — Construction Survev performed by Contractor. 16 8. 1.9.B.2.d — Contractor responsible for replacing damaged control data. 17 9. 1.9.B.3.b — Contractor responsible for construction survey. 18 10. 1.9.B.3.d — Contractor shall be responsible for verifying control data. 19 11. 1.9.B.3.d.1-5 — Clarified language for contractor to be responsible for verifying 20 benchmark and control data. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Construction Staking 27 a. Measurement 28 1) Measurement for this item will be lump sum. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this 31 Item will be paid for at the lump sum price bid for "Construction Staking". 32 2. Construction Survey 33 a. Measurement 34 1) Measurement for this item will be lump sum. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item will be paid for at the lump sum price bid for "Construction Survey." CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 TRV — Part 4 — Channel Segment B Water and Sanitary Sewer Relocations City Project No. 00969 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals, if required, shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Certificates 8 1. Provide certificate certifying that elevations and locations of improvements are in 9 conformance or non-conformance with requirements of the Contract Documents. 10 a. Certificate must be sealed by a registered professional land surveyor in the 11 State of Texas. 12 B. Field Quality Control Submittals 13 1. Documentation verifying accuracy of field engineering work. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Construction Staking 18 1. Construction staking will be performed by the Contractor. 19 2. Coordination 20 a. It is the Contractor's responsibility to coordinate staking such that construction 21 activities are not delayed or negatively impacted. 22 3. General 23 a. Contractor is responsible for preserving and maintaining staking. 24 b. If in the opinion of the City, a sufficient number of stakes or markings have 25 been lost, destroyed or disturbed, by Contractor's neglect, such that the 26 contracted Work cannot take place, then the Contractor will be required to re- 27 stake the deficient areas. 28 B. Construction Survey 29 1. Construction Survey will be performed by the Contractor. 30 2. Coordination 31 a. Contractor to verify that control data established in the design survey remains 32 intact. 33 b. Coordinate with the City prior to field investigation to determine which 34 horizontal and vertical control data will be required for construction survey. 35 c. It is the Contractor's responsibility to coordinate Construction Survey such that 36 construction activities are not delayed or negatively impacted. 37 d. Contractor shall restore or replace all necessary control data damaged during 38 construction operations. 39 1) Contractor shall perform replacements and/or restorations. 40 3. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 TRV — Part 4 — Channel Segment B Water and Sanitary Sewer Relocations City Project No. 00969 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 a. Construction survey will be performed in order to maintain complete and 2 accurate logs of control and survey work as it progresses for Project Records. 3 b. The Contractor will need to ensure coordination is maintained with the City to 4 perform construction survey to obtain construction features including, but not 5 limited to. the following: 6 1) All Utility Lines 7 a) Rim and flowline elevations and coordinates for each manhole or 8 junction structure 9 2) Water Lines 10 a) Top of pipe elevations and coordinates for waterlines at the following 11 locations: 12 (1) Every 250 linear feet 13 (2) Horizontal and vertical points of inflection, curvature, etc. (All 14 Fittings) 15 (3) Cathodic protection test stations 16 (4) Sampling stations 17 (5) Meter boxes/vaults (All sizes) 18 (6) Fire lines 19 (7) Fire hydrants 20 (8) Gate valves 21 (9) Plugs, stubouts, dead-end lines 22 (10) Air Release valves (Manhole rim and vent pipe) 23 (11) Blow off valves (Manhole rim and valve lid) 24 (12) Pressure plane valves 25 (13) Cleaning wyes 26 (14) Casing pipe (each end) 27 b) Storm Sewer 28 (1) Top of pipe elevations and coordinates at the following locations: 29 (a) Every 250 linear feet 30 (b) Horizontal and vertical points of inflection, curvature, etc. 31 c) Sanitary Sewer 32 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 33 the following locations: 34 (a) Every 250 linear feet 35 (b) Horizontal and vertical points of inflection, curvature, etc. 36 (c) Cleanouts 37 c. Construction survey will be performed in order to maintain complete and 38 accurate logs of control and survey work associated with meeting or exceeding 39 the line and grade required by these Specifications. 40 d. The Contractor will need to ensure coordination is maintained to perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. 44 2) Use of Benchmarks to furnish and maintain all reference lines and grades 45 for tunneling. 46 3) Use of lines and grades to establish the location of the pipe.. 47 4) Submit to the City copies of field notes, if requested, used to establish all 48 lines and grades and allow the City to check guidance system setup prior to 49 beginning each tunneling drive. 50 5) Provide access for the City. when requested. to verify the guidance system 51 and the line and grade of the carrier pipe on a daily basis. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 TRV — Part 4 — Channel Segment B Water and Sanitary Sewer Relocations City Project No. 00969 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 6) The Contractor remains fully responsible for the accuracy of the work and 2 the correction of it, as required. 3 7) Monitor line and grade continuously during construction. 4 8) Record deviation with respect to design line and grade once at each pipe 5 joint and submit daily records to City. 6 9) If the installation does not meet the specified tolerances, immediately notify 7 the City and correct the installation in accordance with the Contract 8 Documents. 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL 21 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 22 City in accordance with this Specification. 23 B. Do not change or relocate stakes or control data without approval from the City. 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 TRV — Part 4 — Channel Segment B Water and Sanitary Sewer Relocations City Project No. 00969 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 1/05/2015 J. Fielder Removed/replaced words regarding City responsibility to Contractor to responsibility, Price and Payment Procedure section modifications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 TRV — Part 4 — Channel Segment B Water and Sanitary Sewer Relocations City Project No. 00969 SECTION 01 74 23 CLEANING PART 1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 017423-2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storni events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 77 19 -3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 017823-1 OPERATION AND MAINTENANCE DATA Page I of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 t/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in fmal form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, no1uial operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY 01 78 39 -1 PROJECT RECORD DOCUMENTS Page I of 4 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISH N;D [ox] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor; 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Ca11 attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1- GENERAL 024113-I SELECTIVE SITE DEMOLITION Page I of 5 1.1 SUMMARY A. Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. Disposal of removed materials B. Deviations this from City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 31 23 23 —Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Sidewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terrninal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 13 -2 SELECTIVE SITE DEMOLITION Page 2 of 5 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. f. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postlioles; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 13 -3 SELECTIVE SITE DEMOLITION Page 3 of 5 1.3 REFERENCES A. Definitions 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 13 -4 SELECTIVE SITE DEMOLITION Page 4 of 5 D. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3 .4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. E. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A H. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. I. Remove Rip Rap 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20.2012 NT'I'A West Vickery Streetscape Improvement Project City Project. No. 02155 024113-5 SELECTIVE SITE DEMOLITION Page 5 of 5 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. K. Sawcut 1. Sawing Equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 024114-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 16 OSECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 14 -2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 14 -3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing, placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Hnprovement Project City Project. No. 02155 024114-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 024114-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 0241 14 -6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) RemovaI and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 0241 14-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 024114-8 UTILITY REMOVAL/ABANDONMENT Page 8 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes e. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 024114-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 NTTA West Vickery Streetscape improvement Project City Project. No. 02155 02 41 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 14 - 11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 14 - 12 UTILITY REMOVAL/ABANDONMENT Page 12 of 16 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water -Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C9O0 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 024114-13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non -cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 0241 14 - 14 UTILITY REMOVALIABANDONMENT Page 14 of 16 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 0241 14-15 UTILITY REMOVAUABAN ONMENT Page 15 of 16 a. All storn sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 14 - 16 UTILITY REMOVAL/ABANDONN ENT Page 16 of 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NI -FA West Vickery Streetscape Improvement Project City Project. No. 02155 024115-1 PAVING REMOVAL Page 1 of 6 SECTION 02 41 15 PAVING REMOVAL PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing concrete paving, asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 11 33 - Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 N FI'A West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 15 - 2 PAVING REMOVAL Page 2 of 6 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. 1. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-Ibf/ft3 (600 kN-mhn3)) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 15 -3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power -driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or hp. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 024115-4 PAVING REMOVAL Page 4 of 6 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 02 41 15 -5 PAVING REMOVAL Page 5 of 6 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 11 33. 3. Mixing: see Section 32 11 33. 4. Compaction: see Section 32 11 33. 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 024115-6 PAVING REMOVAL Page 6 of 6 I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 03 30 00 CAST -IN -PLACE CONCRETE PART 1- GENERAL 033000-I CAST -IN -PLACE CONCRETE Page I of 25 1.1 SUMMARY A. Section Includes: 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs -on -grade d. Foundation walls e. Retaining walls (non TxDOT) f. Suspended slabs g. Blocking h. Cast -in -place manholes i. Concrete vaults for meters and valves j. Concrete encasement of utility lines B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Cast -in -Place Concrete 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast -furnace slag CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 25 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscapc Improvement Project City Project. No. 02155 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. x. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 25 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSID FORMATIONAL SUBMITTALS A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready -mixed concrete products and that com- plies with ASTM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 1 source from a single manufacturer. C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Docu- ments: a. ACI 301 Sections 1 through 5 b. ACI 117 D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. B. Waterstops 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic fonn ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, defotiued D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 VITA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type UII, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops 1. 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, %- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volelay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Honicure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non -load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-10 CAST -IN -PLACE CONCRETE Page 10 of 25 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Strectscape Improvement Project City Project. No. 02155 033000-11 CAST -IN -PLACE CONCRETE Page 11 of 25 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Fabricating Reinforcement Q. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 25 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with salve type of paint. S. Concrete Mixing 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Fonnwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-13 CAST -IN -PLACE CONCRETE Page 13 of 25 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of forrned surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-14 CAST -IN -PLACE CONCRETE Page 14 of 25 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated foinrwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items 1. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): %2 inch 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-15 CAST -IN -PLACE CONCRETE Page 15 of 25 4) Angle off vertical: 5 degrees 5) Bolt projection: + 3/8 inch b. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 25 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delalninated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: ±3/8 inch 2) Members more than 8 inches deep: ±1/2 inch b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 inches deep or less; ±1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-17 CAST -IN -PLACE CONCRETE Page 17 of 25 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self -Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-18 CAST -IN -PLACE CONCRETE Page 18 of 25 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 N rA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-19 CAST-1N-PLACE CONCRETE Page 19 of 25 b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or diy areas. J. Finishing Formed Surfaces 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If fonns remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water -fog spray 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR A. Concrete Surface Repairs 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 25 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms from beams and slabs C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for each additional 50 cubic yard or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder for testing at 56 days as needed. 7. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-23 CAST -IN -PLACE CONCRETE Page 23 of 25 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. 11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and Levelness according to ASTM E1155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances l . All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance off 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and Levelness, according to ASTM E1155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033000-24 CAST -IN -PLACE CONCRETE Page 24 of 25 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL3 0 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab -on -Grade Construction: ± % inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: ± 3 inch 3) Top surfaces of all other slabs: ± 3 inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to 3 inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Defective Work 1. Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Pace 1 of 4 SECTION 03 34 16 CONCRETE BASE MA 1ERIAL FOR TRENCH REPAIR PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE END OF SECTION Revision Log NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 03 35 13 INTEGRAL CONCRETE COLOR PART 1- GENERAL 1.1 SUMMARY 033513-I INTEGRAL CONCRETE COLOR Page I of 3 A. This section describes coloring concrete used to construct work under other contract bid items as well as any special materials and special construction techniques associated with using colored concrete. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid and where indicated on the Drawings. No separate payment will be allowed for this item. PART 2 - PRODUCTS 2.1 MATERIALS A. CONCRETE 1. Integrally color concrete using non -fading pigments conforming to ASTM C979 as follows: a. Trail Head Areas (Sand/Buff): Use non -fading synthetic iron oxides at a loading of 6 percent or more by weight of total cementitious material in the mix. Match the concrete color in reasonably close conformance with the existing integral color concrete panels located along NTTA Chisholm Trail Parkway, Sand Buff (SG237-1) by Scofield, or approved equal. 2. Add integral concrete colorant according to manufacturer's instructions. Provide a copy of those manufacturer instructions to the City before producing material for incorporation into the work. 3. The City will accept the color based on approval of color samples, and field mock-up. a. Contractor shall submit a standard color chart and color samples for review and preliminary selection by the City. b. Contractor shall provide a 3'x3' minimum mock-up of the selected color samples for approval of the City. 4. Maintain mix characteristics for colored concrete requiring a matching finish. Use the same source, brand, type, and color of portland cement, supplementary cementitious materials, aggregates, and admixtures for colored concrete throughout the project. Use CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033513-2 INTEGRAL CONCRETE COLOR Page 2 of 3 constant cement content, supplementary cementitious material content, and water/cementitious materials ratio to maintain consistent color. B. CURING COMPOUND 1. Furnish a liquid membrane -forming clear curing compound conforming to ASTM C1315, type 1. C. ADMIXTURES 1. Furnish admixtures designed for use with and compatible with colored concrete pigments. Do not use calcium chloride or other admixtures containing chlorides. D. COLORED CONCRETE MIX APPROVAL 1. GENERAL a. Obtain City approval for colored concrete mixes before placing colored concrete. The City will base approval either on a successful performance history or on trial batches. Upon City approval, the submitted sample panel (Minimum 3'x3'x3") or the test slab will be the visual quality standard for finished work under the contract. 2. PERFORMANCE HISTORY a. Use the same materials mixed in the same proportions as used on another department project where the City approved the color. Ensure that all materials, including admixtures, are of the same type and brand and from the same sources. Provide the following to the City for review and approval: 1) Project Info: Project ID, and location. 2) Mix proportions: quantities per cubic yard expressed as SSD weights and net water, water to cementitious material ratio, air content, and 28-day or earlier compressive strength. 3) Materials: type, brand, and source. 4) Sample panel: Provide a finished colored concrete sample having minimum dimensions of 3- foot by 3-foot by 3-inch, from the previous project (if available), or a photo image of the previous sample panel. 3. TRIAL BATCHES a. The contractor may use preliminary laboratory or field trial batching to establish the mix proportions necessary to conform to the contract -required color. b. Produce test slabs to demonstrate the texture, surface finish, color, and color intensity. At least 2 business days in advance, provide the City with the date and time for test slab construction. c. At a City -allowed location on the project, place, finish, and cure a 10-foot by 10- foot by 6-inch colored concrete test slab using the same methods proposed for contract work. Produce test slabs using the same workers designated to perform the contract work. Retain samples of cements, sands, aggregates, and color additives used in test slabs for comparison with materials used in contract work. d. Use at least a 2-cubic yard batch or a batch of the size proposed for production whichever is larger. e. Submit final mix design information to the City. Including specific sources and, if applicable, trade names for materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 033513-3 INTEGRAL CONCRETE COLOR Page 3 of 3 PART 3 - EXECUTION 3.1 CONSTRUCTION A. Construct work incorporating colored concrete conforming to contract specifications under the associate bid items except cure with clear curing compound and use only non -chloride admixtures as specified in Section 2.1. B. Produce consistently colored concrete in full cubic yard increments. The City will not allow variations in the amounts, types, or source of materials with the exception of minor adjustments of water and air- entraining agent. Other changes require mix re -approval. C. Schedule placement to minimize exposure to rapid drying conditions, wind and full sun, before applying curing compound. Do not place colored concrete if rain, snow, or freezing temperatures are forecast within 24-hours. D. Cover or otherwise protect adjacent concrete work from discoloration and spillage while placing and curing colored concrete. Remove and replace discolored concrete as directed by the City. E. Perform finishing operations consistently to avoid color variation. Do not begin finishing while bleed water is present. The City will order removal and replacement of colored concrete if the contractor adds water to the surface to aid in finishing. Apply strokes in the same direction during final finishing and texturing. F Protect colored concrete from premature drying and excessive cold or hot temperatures by promptly applying curing compound. Do not allow plastic sheeting to come in contact with colored concrete. G. Protect the colored concrete from damage. Do not permit construction traffic or material storage on colored concrete. Exclude foot traffic from colored concrete for at least 24 hours after placement. H. Remove test slabs not permanently incorporated into the work and restore the site after the City determines the test slab is no longer needed. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 038000-1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE S IRUCTURES PART 1- GENERAL 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head walls f. Culverts 2. This section does not include modifications to Reinforced Concrete Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 038000-2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards, the revision in effect at the time of bid opening applies. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturer's Product Data on all product brands proposed for use to the Engineer for review. 2. Include the manufacturer's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. When removing materials or portions of existing structures and when making openings in existing structures, take precautions and all erect all necessary barriers, shoring and bracing, and other protective devices to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 038000-4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV b) BASF - Concresive 1438 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars 1. Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement - based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF — Emaco Nanocrete R3 G. Pipe Penetration Sealants 1. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey — SikaSwell S-2 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 2. Store, mix, and apply all commercial products specified in this Section in strict compliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion joint or control joint to preserve the isolation between components on either side of the joint. 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if rebar is encountered and relocate the hole to avoid rebar as approved by the Engineer. Do not cut rebar without prior approval by the Engineer. B. Concrete Removal 1. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation 1. Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAFION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 038000-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 5. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the field preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 3.4 INSTALLATION [NOT USED] 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 26 05 00 - COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Summary Section 1.1.0 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Division 32 — Irrigation 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Electrical Facilities a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the lump sum price bid for "Electrical Facilities". c. The price bid shall include: 1) Furnishing and installing a complete electrical system 2) Wire 3) Cable 4) Conduit and related hardware 5) Supports 6) Excavation 7) Furnishing, placement and compaction of backfill 8) Hauling 9) Clean-up 2. Furnish and Install Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size furnished and installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid for "Furnish/Install Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 1) Conduit 2) Pole risers 3) Meter base 4) Breaker box 5) Breakers 6) Coordination with Electrical Service Provider 3. Install Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid for "Install Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit 2) Pole risers 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Underwriters Laboratories, Inc. (UL) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or Work as may be required in those references, and include such information or Work as may be specified. 2. Division 26 requirements apply to electrical work provided under any division of the Specifications B. Service and Metering 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, Three Wire, 60 Hz from transformer equipment furnished and installed by the power company. 2. Power company responsibilities a. Furnishing and installing the primary overhead conductors and pole line b. Furnishing and installing the transforrer or riser pole, primary cutouts, lightning arresters and grounding c. Furnishing and installing primary conduits and cables d. Furnishing and installing the transforrer pad and grounding (if pad -mounted transformer) e. Furnishing and installing transformer f. Terminating underground primary cables g. Furnishing metering current transformers (CT's), meter and meter wiring CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 h. Terminating secondary cables to the service transformer i. Furnishing meter base and enclosure 3. Contractor responsibilities a. Furnishing and installing secondary conduits and cables b. Furnishing and installing power company approved metering current transformer enclosure (if required by power company) c. Installing meter base d. Furnishing and installing an empty conduit with pull line from the metering current transformer enclosure to the meter enclosure. Conduit size and type approved by the power company e. Coordinating electrical service installation with power company 4. City responsibilities a. Negotiating with power company for the costs of new or revised services b. Making payment directly to power company for such costs C. Codes, Inspections and Fees 1. Obtain all necessary permits and pay all fees required for permits and inspections. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORIVIATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Materials and Equipment 1. New, except where specifically identified on the Drawings to be reused. 2. UL listed, where such listing exists. 3. Electrical service a. Service type shall be as shown on the Drawings. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranties are specified in each of the Specification Sections. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260500-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Interpretation of Drawings 1. Coordinate the conduit installation with other trades and the actual supplied equipment. 2. Where circuits are shown as home runs: Provide fittings and boxes for complete raceway installation. 3 . Verify exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Phase Balancing 1. Connect circuits on motor control centers and panelboards to result in evenly balanced loads across all phases. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD fon] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP A. Tests and Settings 1. Test systems and equipment furnished under Division 26. 2. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 1 2 3 rotation on a phase sequence motor when connected to A, B, and C phases. 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 8. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipment. 11. Refer to the individual equipment Sections for additional specific testing requirements. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACIINEENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260510-1 DEMOLITION FOR ELECTRICAL, SYSTEMS Page 1 of 4 SECTION 26 05 10 DEMOLITION FOR ELECTRICAL SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forins and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by lump sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Salvage Electrical Equipment". 3. The price bid shall include: a. Removing and salvaging electrical equipment including, but not limited to: 1) Wire and cable 2) Encasement 3) Conduit 4) Supports b. Excavation c. Furnishing, placement and compaction of backfill d. Hauling e. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. National Fire Protection Association (NFPA) a. 70, National Electrical Code (NEC) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1. Coordinate with the City or their designee 48 hours in advance of removals. 2. Coordinate with other Trades for removal of electrical services in conjunction with the removal of the associated equipment. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. All salvage materials will be delivered by the Contractor to the City at a location designated by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verify field measurements and circuiting arrangements. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Report Drawing discrepancies to City before disturbing the existing installation. 3.3 PREPARATION A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. B. Coordinate utility service outages with Utility Company to minimize length and number of outages. C. Provide temporary wiring and connections to maintain existing systems in service during construction. D. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. E. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. F. Disable system only to make switchovers and connections. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 G. Obtain permission from City at least 1 week in advance, before partially or completely disabling system. 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate and extend existing installations to accommodate new construction. B. Remove abandoned wiring to source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. 1. Cut conduit flush with walls and floors and patch surfaces. D. Disconnect abandoned outlets and remove devices. 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 2. Provide blank cover for abandoned outlets which are not removed. E. Disconnect and remove abandoned panelboards and distribution equipment. F. Disconnect and remove electrical devices and equipment that has been removed. G. Repair adjacent construction and finishes damaged during demolition and extension work. H. Maintain access to existing installations which remain active. Modify installation or provide access to panels as appropriate. I. Where the demolition or revision of any portion of a raceway or box in the raceway system, in an area, causes the raceway system of the area to no longer comply with the classification or Specification requirements of the area, provide and install such boxes, fittings, etc. as may be necessary to return the raceway system to compliance with Specifications. J. Extend existing installations using materials and methods as specified for new Work. K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to the surroundings. L. Salvaged Equipment and Materials 1. The City shall have the right to retain any or all electrical and instrumentation equipment shown or specified to be removed from the site. 2. Deliver the City's equipment to a site designated by the City. 3. If the City refuses the salvage, the Contractor must claim ownership of the materials and dispose of them properly. 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of demolition and the City will designate those items that are to remain the property of the City. 5. Take necessary precautions in removing City designated property to prevent damage during the demolition process. a. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. b. Do not use a cutting torch to separate the City's equipment or material. 6. Remove items in 1 piece or in a manner that does not impact their reuse. a. Loose components may be removed separately. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260510-4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 b. Controls and electrical equipment may be removed from the equipment and handled separately. c. Large units may be handled separately. d. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. M. Material removed from the construction site during demolition, and any equipment not otherwise designated to remain the property of the City in accordance with the pre - demolition identification process shall become the property of the Contractor, and shall be promptly removed from the construction site. N. Refurbish and replace any existing facility, to be left in place, which is damaged by the demolition operations. 1. The repair of such damage shall leave the parts in a condition at least equal to that found at the start of the work. 3.5 RESTORATION A. Clean and repair existing materials and equipment which remain or are to be reused. B. Panelboards 1. Clean exposed surfaces. 2. Check tightness of electrical connections. 3. Replace damaged circuit breakers. 4. Provide closure plates for vacant positions. 5. Provide typed circuit directory showing revised circuiting arrangement. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for conduit shall be per linear foot of the size, installation method, and type of conduit installed. 2) Limits of measurement for conduit are from center to center between ground boxes or poles, a combination of the two or to the termination point. b. Payment 1) Payment for conduit shall be made at the price bid per linear foot of the size, installation method, and type of conduit installed. c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows b) Couplings c) Weatherheads 3. Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260533-2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the Lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 4. Conduit Boxes, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for this Item shall be per each Conduit Box installed per location of installation. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid for "Conduit Box" installed. c. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing, placement and compaction of backfill 4) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute, Inc. (ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC). 3. National Electrical Manufacturers Association (NEMA). a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). b. C80.1, Electrical Rigid Steel Conduit. c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 4. National Fire Protection Association (NFPA) a. 70 — National Electrical Code (NEC). 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 2) Chapter 9, Tables. 5. Underwriters Laboratories (UL) a. 6, Electrical Rigid Metal Conduit — Steel. b. 514B, Conduit, Tubing and Cable Fittings. c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of UL. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 26 05 33 - 3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 A. Product Data 1. Submit to the City, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section 01 60 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. No separate warranty on conduit. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 CONDUIT A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA \Vest Vickery Streetscape Improvement Project City Project. No. 02155 26 05 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 3. Conforms to: a. NEMA C80.1 C. Rigid PVC Schedule 80 Conduit 1. Designed for use above ground and underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B D. Rigid PVC Schedule 40 Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B E. High Density Polyethylene (HDPE) Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. UL 651A b. UL 651B c. NEMA TC-7 F. Raceway Boxes 1. Use: Exposed raceway systems only 2. Boxes for underground systems: Refer to Section 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. b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. c. Each row calculated individually, and the single row that provides the maximum distance used to size box. 2.3 ACCESSORIES A. Conduit Outlet Bodies CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 26 05 33 - 5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1. Up to and including 2-1/2 inches a. Conduit outlet bodies and covers: Galvanized steel b. Captive screw -clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-1/2 inches a. Use junction boxes. B. Conduit Hubs 1. Watertight 2. Threaded galvanized steel 3. Insulated throat 4. Stainless steel grounding screw C. Grounding Bushings 1. Insulated lay -in lug grounding bushings 2. Tin-plated copper grounding path 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accommodate maximum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. All conduit sizes shall 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 aluminum and may be the threaded or the clamp on type. G. Expansion/Deflection Fittings 1. Use a. Embedded in concrete b. Exposed 2. Description a. Internal grounding b. 4 inch movement c. Stainless steel/cast iron H. Expansion Fittings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20. 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260533-6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 1. Galvanized steel 2. 8 inch movement 3. Internal grounding 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAIVIINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION A. Interface with Other Work 1. Coordinate the placement of conduit and related components with other trades and existing installations. B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit C. Box Applications 1. Furnish raceway j unction, pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, except where junction boxes are shown or otherwise specified 2. Conduits larger than 2-1/2 inches: Use junction boxes E. Conduit Hub Applications 1. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. F. Insulated Grounding Bushing Applications 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or switchgear, if there is no wall or floor pan on which to anchor or terminate the raceway. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 2. Other raceways: Terminate on enclosures with a conduit hub. 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be pulled. G. Conduit Fittings Applications 1. Combination expansion deflection fittings: Install where conduits cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the 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 the exposed side of conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than 10 feet. H. Conduit Penetration Seals Applications 1. Conduit wall seals: Use where underground conduits penetrate walls or at other locations shown on the Drawings 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at other locations shown on the Drawings I. Conduit Tag Applications 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor penetrations. 2. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. J. Raceway Installation 1. No conduit smaller than 1 t/4 inch electrical trade size. 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 3. Do not pull wire until the conduit system is complete in all details. 4. Install all underground raceways in accordance with Section 26 05 43. 5. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (Duxseal or equal), at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. 6. Conduit supports, for 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 mounted panel boxes, junction boxes, and conduit: Supported by strut to provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts 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. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, Table 2, "Other Bends". h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equal 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. e. The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile") will not be permitted. f. Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. g. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. h. New Conduit 1) All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent --weld method in accordance with the conduit manufacturer's reconunendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have buns and rough places smoothed and shall be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water -tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. 16) Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 mm) below the finished street grade in the street area. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260533 -10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page l0 of 12 18) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. a) No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 19) PVC conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. a) The void may be made by boring. b) Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. c) Water jetting will not be permitted. 20) If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Contractor to cut the existing pavement. 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the curb or the outside edge of the shoulder. a) The boring method used shall not interfere with the operation of streets, highways, or other facilities, and shall not weaken or damage any embankment structure, or pavement. 22) Backfill - Compaction & Density Test for All Ditchlines a) All ditchlines within paving areas of existing and proposed streets and within 2 feet (600 mm) back of curb are to be mechanically tamped. b) All 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 optimum. c) All backfill material is to be select native material, 6 inches (150 mm) diameter clods and smaller. d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 mm) lifts with densities being taken for each lfeet (300 mm) of compacted material on offsetting stations of 50 feet (15.9 M). 23) Provide adequately bent conduit and properly 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 only or PVC only). 25) Where tying into existing conduit, the Contractor must continue with the same material (metal to metal or PVC to PVC). 26) Each length of galvanized rigid metal conduit, 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 threads of all joints. 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 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. i. Existing Conduit 1) Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3.5 3.6 3.7 260533-11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 2) If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra 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 will be paid for as "extra work" on a Change Order. 4) The Inspector shall be notified prior to disconnection or removal of any existing cable. 22. Conduits from external sources entering or leaving a multiple compartment enclosure: Stub up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. 23. Conduits entering from cable tray: Stub into the upper section. 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or NEMA 7. 25. Conduit identification platens a. Install on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes and manholes. b. Install conduit plates before conductors are pulled into conduits. c. Coordinate exact identification plate location with the City at the time of installation to provide uniformity of placement and ease of reading. 26. Pull mandrels through all existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or designated for future equipment. 28. Install conduit to drain away from the equipment 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 openings, present or future, in floor or ceiling construction. 30. Do not use running threads. 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 minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within 1-feet of the cable tray. c. Weight of the conduit not supported by cable tray REPAIR / RESTORATION [NOT USED] RE -INSTALLATION [NOT USED] FIELD [oR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260533-12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Page 12 of 12 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260543-1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install a complete underground system of raceways, manholes and handholes 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways and Boxes for Electrical Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Electrical Facilities being installed. 2. Payment a. The work performed and the materials furnished in accordance with this Item 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 will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. M306 — Standard Specification for Drainage Structure Castings. 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260543-2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Plastic duct spacers B. Shop Drawings 1. Manholes, handholes and associated hardware 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Precast manholes: Manufactured in a NPCA (National Precast Concrete Association) Certified Plant 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handle and store material in accordance with manufacturer's instructions. 2. Store materials completely covered; do not expose materials to sunlight. 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS 1.12 WARRANTY A. No separate warranty for this equipment PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. Refer to Section 01 60 00. B. Conduit 1. PVC Schedule 40 or HDPE 2. Refer to Section 26 05 33 3. Terminators: Same size and type as the raceway C. Concrete cap for raceways and duct banks 1. Refer to Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1 Precast concrete 2. Designed for a AASHTO Class H2O load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to snatch the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers 1. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 6. Including frame 7. "Electric" or "Communication" raised lettering recessed flush on the cover 8. Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry's name and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. 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. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Ann lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end d. Molded in 1 piece of U.L. listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260543-4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 f. Arms vertically spaced not greater than 24 inches on center 2. Pulling irons a. Copolymer polypropylene coated 1/2 inch diameter cable b. Rated pulling strength: 7500 lbs c. Polyethylene 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. 12 inch rung spacing e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the underground system H. Polyethylene Warning Tape 1. Red polyethylene film 2. 2 inches minimum width 3. Embedded metallic wire for location tracing 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Field verify the routing of all underground duct banks before placement 2. Modify the routing to avoid underground utilities or above ground objects 3. Provide any alternate routing of the duct banks to the City for approval before installation 3.3 TRENCH EXCAVATION A. Provide suitable room for installing manholes, handholes, ducts and appurtenances B. Furnish and place all sheeting, bracing and supports. C. Excavate material of every description and of whatever substance encountered. D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before excavating E. Refer to Section 33 05 10. 3.4 INSTALLATION A. Trench Excavation 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260543-5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 2. Furnish and place all sheeting, bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 05 10. 4. Pavement a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 05 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer's instructions b. Greater than 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes 1. Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. E. Plastic spacers 1. Not more than 4 feet apart 2. Provide not less than 2 inch clearance between raceways. F. Raceway banks cover: 24 inches G. Raceway terminations at manholes: Terminator for PVC conduit H. Blank duct plugs 1. Use to seal the ends of all unused ducts in the duct system 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the underground system I. Raceways entering or exiting the underground system, rising to higher elevation 1. Seal at higher elevation before and after the installation of cables 2. No entry of water or moisture to the Underground System at any time J. Complete duct system before pulling any wire. K. Swab all raceways clean before installing cable. L. Cables in manholes and handholes 1. Train, support and restrain on cable racks. 2. Route cables passing duct entrances above all duct entrances. 3. Do not route cable in front of or below duct bank entrances. 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260543-6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 M. Tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes 3.5 REPAIR / RESTORATION A. Remove and replace sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other trenching methods, using gravel fill. B. Existing pavement 1. Saw cut and repair existing pavements above new and modified existing duct banks. 2. Cut along straight lines. 3. Replace pavement with the same type and quality of the existing paving. C. Grassy areas 1. Remove and replace sod, or 2. Loam and reseed surface 3.6 RE -INSTALLATION A. Backflling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Conunon fill material b. Void of rock or other non -porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of + 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backfill. 8. Road surfaces a. Broom and hose -clean immediately after backfilling b. Employ dust control measures at all times. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 3.7 CLEANING A. Remove all rubbish and debris from inside and around the underground system. B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner or clean, lint free rags. C. Do not use compressed air. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 31 10 00 SITE CLEARING PART 1- GENERAL 1.1 SUMMARY 31 1000- 1 SITE CLEARING Page 1 of 5 A. Section Includes: 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. 3.4 A — Protection of Trees C. Related Specification Sections include but are not necessarily limited to 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 14 — Utility Removal/Abandonment 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site Clearing" is not a bid item) a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA \Vest Vickery Streetscape Improvement Project City Project. No. 02155 311000-2 SITE CLEARING Page 2 of 5 3) Grading and backfilling of holes 4) Excavation 5) Fertilization 6) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Pei suits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required by the City's Tree Ordinance. (www.FortWorthTexas.gov) B. Preinstallation Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 311000-3 SITE CLEARING Pane 3 of 5 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. 7. Contractor shall contact NTTA project representative 48 hours (min) prior to construction to review the condition of existing trees installed and maintained by NTTA, and verify the protective fencing has been installed per the approved plans. a. Contact Information: Bryan Dennis, RLA NTTA Assistant Project Manager 214-551-2301 bdennis@ntta.org B. Hazardous Materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 311000-4 SITE CLEARING Page 4 of 5 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings of all obstructions, except those Landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 311000-5 SITE CLEARING Page 5 of 5 a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off -site in accordance with local, state, and federal laws and regulations. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 3123 16 UNCLASSIFIED EXCAVATION PART 1- GENERAL 1.1 SUMMARY 312316-I UNCLASSIFIED EXCAVATION Page 1 of 5 A. Section Includes: 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation involving the excavation of on -site materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 31 23 23 — Borrow 4. Section 31 24 00 — Embankments 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Excavation by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of measurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Unclassified Excavation by Plan". No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid shall include: 1) Excavation 2) Excavation Safety 3) Drying CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 4) Dust Control 5) Reworking or replacing the over excavated material in rock cuts 6) Hauling 7) Disposal of excess material not used elsewhere onsite 8) Scarification 9) Clean-up 1. B ii'avation by Surveyed Quantity a. Measurement 1) M surement for this Item shall bo by the cubio yam in its final position calculated using the average end arca or composite method. a) The City will perform a reference survey once the Site has been cleared to obtain existing ground conditions. b) Me City will perform a firm y construction survey. o) Th o Contractor will be paid for the cubic yardage of Excavated material calculated as the difference between the twcxxw7ayo. d) Partic peliments will be based on estimated plan quantity measurements calculated by the Engineer. Ikorfnrl t 1) Tho work performed and materials furnished in aceAxdance with this Item price bid per cubic yard of "Unclassified Excavation by Harvey" T mice bid thall include: 1) Excavation 2) F uiavation Safety 3) Drying 1) Dust Control 6) Reworking or replacing the over excavated material in rock cuts 6) Hauling 7) Disposal of excess material not used elsewhere onsito 8) Scarification 9) Clean up 1.3 REFERENCES [NOT USED] A. Definitions 1. Unclassified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavated. Any reference to Rock or other materials on the Drawings or in the specifications is solely for the City and the Contractor's information and is not to be taken as a classification of the excavation. 1.4 ADMINSTRATIVE REQUIREMENTS A. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 31 23 16-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Excavation Safety 1. The Contractor shall be solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. 1.11 FIELD CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 31 23 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 5 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Unacceptable Fill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CONSTRUCTION A. Accept ownership of unsuitable or excess material and dispose of material off -site accordance with local, state, and federal regulations at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Excavate to finish grades. 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. Excavate to finish subgrade CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. 2. In areas of over excavation, Contractor provides fill material approved by the City at no expense to the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape improvement Project City Project. No. 02155 SECTION 3123 23 BORROW PART 1 - GENERAL 1.1 SUMMARY 312323-1 BORROW Page 1 of 5 A. Section Includes: 1. Furnish, place and compact Borrow material for grading. B. Deviations from this City of Fold Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 31 23 16 — Unclassified Excavation 4. Section 31 24 00 — Embankments 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Borrow by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of measurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Borrow by Plan" for the various borrow materials. No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid shall include: 1) Transporting or hauling material 2) Furnishing, placing, compacting and finishing Borrow 3) Construction Water 4) Dust Control 5) Clean-up 6) Proof Rolling 7) Disposal of excess or waste material 8) Reworking or replacement of undercut material Borrow by Surveyed Quantity a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312323-2 BORROW Page 2 of 5 1) Measurement for this Item shall be by the cubic yard in its final position calculated using the average end ar a or composite method. a) The City will perform a reference survey once the Site has been cleared to obtain existing ground conditions. b) The City will performs a final post construction survey. c) The Contr cter will be paid f ,. the cubic- ardage f Borrow> LYJtc i calculated as the difference between the two surveys. d) Partial payments will be based on estimated plan quantity measurements calculated by the Engineer. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Borrow by Survey" for: a) Various Borrow materials c. The prioa shall include: 1) Transporting or Ix;uling material 2) F ira ebing, placing, compacting and finishing Borrow 3) Construction Water 41) Clean up 5) Dust Control 6) Proof Rolling 7) Disposal of excess or waste material 8-)—Reworking or replacement of undercut material 3. Bor'Co,Delivered Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard of loose Borrow material as delivered to the Site and recorded by truck ticket provided to tho b. Payment and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Borrow by D' i:'ery" delivered to the Site and recorded by truck ticket for: a) Various Borrow materials o. Tha price bid shall include: 1) Transporting or haulm; aerial 2) RilarKNakkig oompe Ling and finishing BolTow 3) Construction Water '1) Clean up 5) Dust Control 6) Proof Rolling 7) Disposal of excess or waste material 8) Reworking or relheinant of undercut material 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312323-3 BORROW Page 3 of 5 2. ASTM Standards a. ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils c. ASTM D6913, Standard Test Methods for Particle -Size Distribution (Gradation) of Soils Using Sieve Analysis d. ASTM D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. C. Submit laboratory tests reports for each soil borrow source used to supply general borrow and select fill materials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Stockpiled Borrow material a. Provide a description of the storage of the delivered Borrow material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Borrow material shall be tested prior to delivery to the Site. 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material from each source. a. All testing listed above shall be performed in terms of ASTM D698, ASTM D6913 and ASTM D4318-10 respectively. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate all deliveries and haul -off. B. Storage 1. Within Existing Rights -of -Way (ROW) a. Borrow materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 31 23 23 - 4 BORROW Page 4 of 5 e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of Borrow materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Borrow 1. Additional soil beneath pavements, roadways, foundations and other structures required to achieve the elevations shown on the Drawings. 2. Acceptable Fill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 3. Blended Fill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported Acceptable Fill material to meet the requirements of an Acceptable Fill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 5. Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type UII portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312323-5 BORROW Page 5 of 5 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug ]pill, weigh -batch or continuous mixing plant 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. All Borrow placement shall be performed in accordance to Section 31 24 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field quality control will be performed in accordance to Section 31 24 00. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 12/20/2012 1/28/13 NAME D. Johnson D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.2 - Measurement and Payment Section modified; Blue Text added for clarification, 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 31 25 00-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 1.3 REFERENCES A. Reference Standards 1 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standard: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 31 25 00 - 2 EROSION AND SEDIMENT CONTROL Page 2 of 9 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics —Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of latent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape improvement Project City Project. No. 02155 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 21/2 inches x 3 1/4 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent I 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. H. Erosion Control Logs 1. Provide continuous barrier using staked in place erosion control logs. 2. Logs shall be 12" diameter, 33 lbs per log, and 12 month functional longevity (minimum) 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 B. Control Measures I. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR15000O. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop —double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a bean or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide tmporaty sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20.2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 32 01 29 CONCRETE PAVING REPAIR PART 1 - GENERAL 1.1 SUMMARY 320129-1 CONCRETE PAVING REPAIR Page 1 of4 A. Section includes: 1. Concrete pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any other concrete pavement repair needed during the course of construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l . Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 01 18 - Temporary Asphalt Paving Repair 4. Section 32 12 16 - Asphalt Paving 5. Section 32 13 13 - Concrete Paving 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pavement Repair a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Pavement Repair for various: a) Street types 2) Limits of repair will be based on the time of service of the existing pavement. The age of the pavement will need to be determined by the Engineer through coordination with the City. For pavement ages: a) 10 years or less: repair entire panel b) Greater than 10 years: repair to limits per Drawings b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square yard of Concrete Pavement Repair c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing and applying all water required 3) Furnishing, loading and unloading, storing, hauling and handling all concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 4) Furnishing, loading and unloading, storing, hauling and handling all base material 5) Mixing, placing, finishing and curing all concrete 6) Furnishing and installing reinforcing steel 7) Furnishing all materials and placing longitudinal, warping, expansion and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler in the proper position; for coating steel bars where required by the Drawings 8) Sealing joints 9) Monolithically poured curb 10) Cleanup 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place concrete as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Embedment and Backfill: see Section 33 05 10. B. Base material: Concrete base: see Section 32 13 13. C. Concrete: see Section 32 13 13. 1. Concrete paving: Class H or Class HES. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 01 29 - 3 CONCRETE PAVING REPAIR Page 3 of4 2. Replace concrete to the specified thickness. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. 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. If the cut is to be covered, use steel plates of sufficient strength and thickness to support traffic. 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing 1. General a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or facture concrete adjacent to the repair area 3. Repairs: In true and straight lines to dimensions shown on the Drawings 4. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench walls 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: as specified in Drawings D. Concrete Paving 1. Concrete placement: in accordance with Section 32 13 13. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 2. Reinforce concrete replacement: as specified in Drawings 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1 — Changed to Class P to Class H CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 32 11 23 FLEXIBLE BASE COURSES PART 1 - GENERAL 1.1 SUMMARY 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 A. Section Includes: 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20. 2012 NTTA West Vickery Strcetscape Improvement Project City Project. No. 02155 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property Test Method Grade 1 Master gradation sieve size (% retained) 2-1/2 in. — 1-3/4 in. 0 1 Grade 2 0 0-10 7/8in Tex-110-E 10-35 — 3/8 in. I 30-50 — ' No. 4 ' 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % mac' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, %max." 40 45 Wet ball mill, % max. Tex-116-E increase passing the 20 20 No. 40 sieve Classification 1.0 1.1-2.3 Min. compressive strength', psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-4 t 1-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and Larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non -uniform area is found, correct the area. b. Correct I) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non -uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or fmish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 32 11 29 LIME TREATED BASE COURSES PART 1- GENERAL 32 11 29 - I LIME TREATED BASE COURSES Page 1 of 9 1.1 SUMMARY A. Section Includes: 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 23 23 - Borrow 4. Section 32 11 23 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated Lime used to prepare slurry at the job site. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Hydrated Lime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 2. Commercial Lime Slurry a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry multiplied by the weight of the slurry in tons delivered. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Commercial Lime Slurry. c. The price bid shall include: 1) Furnishing the material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321129-2 LIME TREATED BASE COURSES Page 2 of 9 2) All freight involved 3) All unloading, storing, and handling 3. Quicklime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight) of the Quicklime used to prepare the slurry. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area as established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Lime Treatment applied for: a) Various depths c. The price bid shall include: 1) Preparing the roadbed 2) Loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) Performing all manipulations required 1.3 REFERENCES A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of sluny for wet placing. b. Grade S — finely graded quicklime for use only in the preparation of slurry for wet placing. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321129-3 LIME TREATED BASE COURSES Pane 3 of 9 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-Ibf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thicluiess of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321129-4 LIME TREATED BASE COURSES Page 4 of 9 b. solids portion of the mixture when considered as a basis of "solids shall consist of principally hydrated lime of a quality and fineness meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Total "active" lime content, percent by weight Unhydrated lime content, percent by weight CaO "Free Water" content, percent by weight water content," sufficient to Table 2 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry 90.0 Min 87.0 Min 5.0 Max 5,0 Max b. Physical Requirements 87.0 Min Table 3 Lime Physical Requirements Hydrated Commercial Lime Quicklime Lime Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve Retained on No. 30 sieve Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve Retained on a 3/4 —in sieve Retained on a No. 100 sieve Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' 4.0 Max 4.0 Max 0.2 Max 0.2 Max 0.0 10.0 Max Grade Ds — 80 Min Grade S — no limits 8.0 Maxt 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 Grade 1 Grade 2 Grade 3 31 35 46 321129-5 LIME TREATED BASE COURSES Page 5 of 9 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23, for the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Borrow: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. unifoiru lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321129-6 LIME TREATED BASE COURSES Page 6 of 9 3. Storage Facility a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times, and uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to depth as shown in the Drawings. D. Application of Lime 1. Uniformly apply lime as shown on the Drawings or as directed. 2. Add lime at the percentage specified in Drawings. 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurry Placement a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the Drawings 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing 1. Begin mixing within 6 hours of application of lime. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20.2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321129-7 LIME TREATED BASE COURSES Page 7 of 9 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free from all clods and lumps, 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 6. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 11. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 5. Table 5 Gradation Requirements (Minimum % Passing) 1 Sieve Size I Base j 1-3/4 in. 1 100 1 1 3/4 in. I 85 No. 4 1 60 F. Compaction 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multiple lifts are permitted when shown on the Drawings or approved. d. Bring each layer to the moisture content directed. 2. Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENrS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321129-8 LIME TREATED BASE COURSES Page 8 of 9 b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 11 29 - 9 LIME TREATED BASE COURSES Page 9 of 9 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material I Curing (Days) PI<_35 2 PI > 35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (I per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In -place depth will be evaluated for each 500-foot roadway section 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321133-1 CEMENT TREATED BASE COURSES Page 1 of 7 SECTION 32 1133 CEMENT TREATED BASE COURSES PART 1- GENERAL 1.1 SUMMARY A. Section Includes 1. Treating subgrade, subbase and base courses by the pulverization, addition of cement, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement, base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 11 23 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Cement a. Measurement 1) Measurement for this Item shall be by the ton (dry weight). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton (dry weight) of Cement. c. The price bid shall include: 1) Furnishing Cement material 2) All freight involved 3) All unloading, storing and handling 2. Cement Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area. 2) The dimensions for determining the surface area are established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Cement Treatment placed for: a) Various depths c. The price bid shall include: 1) Pulverizing or providing the soil material 2) Handling, hauling and spreading dry or slurry cement 3) Mixing the cement with the soil either in -place or in a mixing plant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 11 33 - 2 CEMENT TREATED BASE COURSES Page 2 of 7 4) Furnishing, hauling and mixing water with the soil -cement mixture 5) Spreading and shaping the mixture; compacting the mixture, including all rolling required for compaction 6) Surface finishing 7) Water and sprinkling 8) Curing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C150, Standard Specification for Portland Cement b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TxDOT) a. Tex-101-E, Preparing soil and flexible base materials for testing b. Tex-140-E, Measuring thickness of paving layers 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Truck Delivered Cement 1. Each truck ticket shall bear the weight of cement measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of cement to the site. 1.11 FIELD [SITE] CONDITIONS A. Start cement application only when the air temperature is at least 35 degrees F and rising or is at Least 40 degrees F. B. Measure temperature in the shade away from artificial heat. C. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321133-3 CEMENT TREATED BASE COURSES Page 3 of 7 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Cement: ASTM C150 Type I, II or IP. C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23 for the type and grade shown on the Drawings, before the addition of cement. D. Water: Furnish water free of industrial wastes and other objectionable material. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape existing material in accordance with applicable bid items to conform to typical sections shown on the Drawings and as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. Uniform Portland cement mixture, free from loose or segregated areas b. Uniforrn density and moisture content c. Well bound for full depth d. With smooth surface and suitable for placing subsequent courses 2. Maximum layer depth of cement treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 11 33 -4 CEMENT TREATED BASE COURSES Page 4 of 7 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Slurry Equipment a. Use slurry tanks equipped with agitation devices for cement application. b. The City may approve other slurrying methods. c. Provide a pump for agitating the sluny when the distributor truck is not equipped with an agitator. 4. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times 3) Uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent by dry weight passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. D. Cement Application 1. Spread by an approved dry or slurry method uniformly on the soil at the rate specified on the Drawings 2. If a bulk cement spreader is used, position by string lines or other approved method during spreading to insure a uniform distribution of cement. 3. Apply to an area that all the operations can be continuous and completed in daylight within 6-hours of initial application. 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of soil and cement during dry -mixing operations 5. Do not exceed the specified optimum moisture content for the soil and cement mixture. 6. No equipment, except that used in the spreading and mixing, allowed to pass over the freshly spread cement until it is mixed with the soil. E. Mixing 1. Thoroughly mix the material and cement using approved equipment. 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free from all clods and lumps. 3. Keep mixture within moisture tolerances throughout the operation. 4. Spread and shape the completed mixture in a uniform layer. 5. After mixing, the City shall sample the mixture at roadway moisture and test in accordance with Tex 101 E, Part TTT, to determine compliance with the gradation requirements in Table 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321133-5 CEMENT TREATED BASE COURSES Page 5 of 7 Table 1 Gradation Requirements Minimum % Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 F. Compaction 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. 2. Compact material to at least 95-percent of the maximum density as determined by ASTM D698. 3. At the start of compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps shall be less than the quantity which shall cause the soil - cement mixture to become unstable during compaction and finishing. 4. When the uncompacted soil -cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. 5. The specified optimum moisture content and density shall be determined in the field on the representative samples of soil -cement mixture obtained from the area being processed. 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 7. Begin compaction after mixing and after gradation and moisture requirements have been met. 8. Begin compaction at the bottom and continue until the entire depth of the mixture is uniformly compacted. 9. Uniformly compact the mixture to the specified density within 2-hours. 10. After the soil and cement mixture is compacted uniformly apply water as needed and thoroughly mix in. 11. Reshape the surface to the required lines, grades and cross section and then lightly scarify to loosen any imprint left by the compacting or shaping equipment. G. Maintenance 1. Maintain the soil -cement treatment in good condition from the time it first starts work until all work shall is completed. 2. Maintenance includes immediate repairs of any defect that may occur after the cement is applied. 3. Maintenance work shall be done by the Contractor at the Contractor's expense and repeated as often as necessary to keep the area continuously intact. 4. Repairs are to be made in such a manner as to insure restoration of a uniform surface for the full depth of treatment. 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at least 2 inches, filling the area with treated material and compacting. 6. Remedy any low area of subbase or base shall by replacing the material for the full depth of subbase or base treatment rather than adding a thin layer of stabilized material to the completed work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321133-6 CEMENT TREATED BASE COURSES Page 6 of 7 H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the cement -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller adding small increments of moisture as needed and until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. 5. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose material, conforming to the drawn grade and line shown on the Drawings. 6. After the final layer or course of the cement modified soil has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. 7. The completed section shall then be finished by rolling with a pneumatic tire or other suitable roller sufficiently to create micro cracking. I. Curing 1. General a. Cure for at least 48 hours. b. Maintain the moisture content during curing at no lower than 2 percentage points below optimum. 2. Curing method depends on finished pavement type: a. Concrete pavement: 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing 3. Continue curing until paving operations begin. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of cement treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321133-7 CEMENT TREATED BASE COURSES Page 7 of 7 B. Depth. Test I. Take minimum of one core per 500 linear feet per each direction of travel staggering test location in each lane to determine in -place depth. 2. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] ENI) OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 32 13 13 CONCRETE PAVING PART 1 - GENERAL 1.1 SUMMARY 32 13 13 - I CONCRETE PAVING Page 1 of 23 A. Section includes: 1. Finished pavement constructed of portland cement concrete including monolithically poured curb on the prepared subgrade or other base course. 2. Integral Colored/Textured Pedestrian Areas B. Deviations from this City of Fort Worth Standard Specification I . I.1.A — Section Includes 2. 1.2.A.3.i — Payment 3. 1.2.B — Measurement and Payment 4. 1.2.0 — Measurement and Payment 5. 1.C.5 —Related Specifications 6. 2.2.L — Color Materials 7. 2.2.M — Imprinting Tools 8. 3.4.H.3 — Color Finishing 9. 3.4.M — Texturing/Stamping 10. 3.4.N — Decorative Concrete Pavement Schedule 11. 3.4 O. - Mow Strips C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 01 29 - Concrete Paving Repair 4. Section 32 13 73 - Concrete Paving Joint Sealants 5. Section 03 35 19 — Integral Concrete Color 1.2 PRICE AND PAYMENT PROCEDURES A. Concrete Pavement 1. Measurement a. Measurement for this Item shall be by the square yard of completed and accepted Concrete Pavement in its final position as measured from back of curb for various: 1) Classes 2) Thicknesses 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per square yard of Concrete Pavement. 3. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 13 -2 CONCRETE PAVING Page 2 of 23 a. Shaping and fine grading the placement area b. Furnishing and applying all water required c. Furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved d. Mixing, placing, finishing and curing all concrete e. Furnishing and installing all reinforcing steel f. Furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the Drawings g. Sealing joints h. Monolithically poured curb i. Cleanup B. Pedestrian Areas — Integral Colored/Textured 1. Measurement a. Measurement for this Item shall be by the square yard of completed and accepted Integral Colored/Textured Pavement for various: 1) Classes 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per sauare foot of Integral Colored/Textured Pavement. 3. The price bid shall include: a. Shaping and fine grading the placement area b. Furnishing and applying all water required c. Furnishing, loading and unloading. storing. hauling and handling all concrete ingredients including all freight and royalty involved d. Mixing, placing. finishing and curing all concrete e. Furnishing and installing all reinforcing steel f. Furnishing all materials and placing longitudinal. warping, expansion. and contraction ioints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units. and ioint filler material in the proper position; for coating steel bars where required by the Drawing s g. Sealing joints h. Cleanup 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321313-3 CONCRETE PAVING Page 3 of 23 c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready -Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI318 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. See Item 2.4.A. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C 1064 at point of placement. 2. Ilot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 13 - 4 CONCRETE PAVING Page 4 of 23 b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cementitious Material: ASTM C150. B. Aggregates: ASTM C33. C. Water: ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air -Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 Producer NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT ET22 SET 22 SpecPoxy 3000FS Simpson Strong Tie Simpson Strong Tie Simpson Strong Tie SpecChem 321313-5 CONCRETE PAVING Page 5 of 23 b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September I0, 2014 NTTA West Vickery Streetscape bnprovement Project City Project. No. 02155 321313-6 CONCRETE PAVING Page 6 of 23 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. 1. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the Drawings; the width shall be not less than that shown on the Drawings, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials 1. Membrane-Foiming Compounds. a. Conform to the requirements of ASTM C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound shall produce a firm, continuous uniform moisture -impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious film without running off or appreciably sagging. e. It shall not disintegrate, check, peel or crack during the required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NI'TA West Vickery Streetscape Improvement Project City Project. No. 02155 321313-7 CONCRETE PAVING Page 7 of 23 g. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. h. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane -forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. L. Color Materials 1. Color Pigment: See Section 03 35 19 M. imprinting Tools 1. Stamp Mats: Semirigid polyurethane mats with projecting textured and ridged underside capable of imprinting texture and joint patterns on plastic concrete. Contractor to coordinate with City for final pattern selection and provide mock-up for review in field. a. Approved Manufacturers: 1) Scofield L.M. Company 2) Approved eaual 2. Stamp Tools: Open -grid, aluminum or rigid plastic stamp tool capable of imprinting joint patterns on plastic concrete. Contractor to coordinate with City for final pattern selection and provide mock-up for review in field. a. Approved Manufacturers: 1) Scofield L.M. Company 2) Approved equal 3. Rollers: Manually controlled, water -filled aluminum rollers with projecting ridges_ on drum capable of imprinting texture and joint patterns on plastic concrete. Contractor to coordinate with City for final pattern selection and provide mock-up for review in field. a. Available Manufacturers: 1) Scofield L.M. Company 2) Approved eaual 4. Texture Rollers: Manually controlled, abrasion -resistant polyurethane rollers capable of imprinting texture on plastic concrete. Contractor to coordinate with City for final pattern selection and provide mock-up for review in field. a. Available Manufacturers: 1) Scofield L.M. Company_ 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Mix Design 1. Concrete Mix Design and Control a. At least 10 calendar days prior to the start of concrete paving operations, the Contractor shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall produce a quality concrete complying with these specifications and shall include the following inforination: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 13 - 8 CONCRETE PAVING Page 8 of 23 1) Design Requirements and Design Summary 2) Material source 3) Dry weight of cement/cubic yard and type 4) Dry weight of fly ash/cubic yard and type, if used 5) Saturated surface diy weight of fore and coarse aggregates/cubic yard 6) Design water/cubic yard 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8) Current strength tests or strength tests in accordance with ACI 318 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests 10) Fineness modulus of fine aggregate 11) Specific Gravity and Absorption Values of fine and coarse aggregates 12) L.A. Abrasion of coarse aggregates c. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. d. No concrete may be placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete a. Consistency 1) In general, the consistency of concrete mixtures shall be such that: a) Mortar shall cling to the coarse aggregate b) Aggregate shall not segregate in concrete when it is transported to the place of deposit c) Concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free water when removed from the mixer e) Concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal f) Surface of the finished concrete shall be free from a surface film or laitance 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, or the Contractor may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Strcetscape Improvement Project City Project. No. 02155 32 13 13 -9 CONCRETE PAVING Page 9 of 23 7) The Contractor is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class 1) Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. 3) No strength overdesign is required. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 Class of Concrete' HES Standard Classes of Pavement Concrete Minimum 28 Day Min. Maximum Cementitious Compressive Lb./CY Strength2 psi 321313-10 CONCRETE PAVING Page 10 of 23 Course Water/ Aggregate Cementitious Maximum Ratio Size, inch 564 4500 0.45 1-1/2 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Slump Requirements Concrete Use Recommended Slip-Form/Form-Riding Paving Hand Formed Paving Sidewalk, Curb and Gutter, Concrete Valley Gutter and Other Miscellaneous Concrete Design and Placement Slump, inch 1-1/2 4 4 Maximum Acceptable Placement Slump, inch 3 5 5 2) No concrete shall be permitted with slump in excess of the maximums shown. 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321313 -11 CONCRETE PAVING Page 11 of 23 b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Reternpering or remixing shall not be permitted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (name and location) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321313-12 CONCRETE PAVING Pane 12 of 23 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade 1. When manipulation or treatment of subgrade is required on the Drawings, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. 9. The Contractor shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the Contractor shall maintain the subgrade moisture and density in accordance with this Section. 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D. Placing and Removing Forrns 1. Placing Forrns a. Forms for machine -laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and aligmnent. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 13 - 13 CONCRETE PAVING Page 13 of23 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 1. General a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the Drawings. b. All reinforcing steel shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the Drawings. c. Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and load - transmission unit intersected. d. All bars shall be installed in their required position as shown on the Drawings. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for minimum lap of spliced bars where not specified on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321313-14 CONCRETE PAVING Page 14 of 23 3. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the Drawings. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the Drawings and shall be approved by the City prior to extensive fabrication. c. After the reinforcing steel is securely installed above the subgrade as specified in Drawings and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. 4. Installation of Dowel Bars a. Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. 5. Tie Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321313 -15 CONCRETE PAVING Page 15 of 23 a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the Drawings. f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. g. If sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or Longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Strectscape Improvement Project City Project. No. 02155 321313-16 CONCRETE PAVING Page 16 of 23 e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. 8. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the type shown on the Drawings. 9. Joint Filler a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the Drawings. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the Drawings. h. After the removal of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details and as specified in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer's recommendations as specified in Section 32 13 73. G. Placing Concrete 1. Unless otherwise specified in the Drawings, the finished pavement shall be constructed monolithically and constructed by machined laid method unless impractical. 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the required depth and for the entire width of the pavement by shoveling or other approved methods. 3. Any concrete not placed as herein prescribed within the time limits in the following table will be rejected. Time begins when the water is added to the mixer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 Temperature — Time Requirements Concrete Temperature Max Time — minutes (at point of placement) (no retarding agent) All temperatures Above 90°F Above 75°F thru 90°F 75°F and Below 1 Normal dosage of retarder. Non -Agitated Concrete 45 Agitated Concrete Time may be reduced by City 60 60 321313-17 CONCRETE PAVING Page 17 of 23 Max Time — minutes (with retarding agent)' 45 75 90 120 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. 4) Any surface not within the tolerance limits shall be reworked and refinished. b. Edging 1) The edges of slabs and all joints requiring edging shall be carefully tooled with an edger of the radius required by the Drawings at the time the concrete begins to take its "set" and becomes non -workable. 2) All such work shall be left smooth and true to lines. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streeiscape Improvement Project City Project. No. 02155 32 13 13 - 18 CONCRETE PAVING Page 18 of 23 2. Hand a. Hand finishing permitted only in intersections and areas inaccessible to a finishing machine. b. When the hand method of striking off and consolidating is permitted, the concrete, as soon as placed, shall be approximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown on the Drawings. c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein. 3. Integrally Colored Concrete Finish a. Integrally Colored Concrete Finish: After final floating, apply a hand -trowel finish followed by a broom finish to concrete. 1) Burlap Finish: Drag a seamless strip of damp burlap across float -finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2) Medium -to -Fine -Textured Broom Finish: Draw a soft bristle broom across float -finished concrete surface, perpendicular to line of traffic, to provide a uniform, fine -line texture. 3) Medium -to -Coarse -Textured Broom Finish: Provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch (1.6 to 3 mm) deep with a stiff -bristled broom, perpendicular to line of traffic. b. See also Section 03 35 13 I. Curing 1. The curing of concrete pavement shall be thorough and continuous throughout the entire curing period. 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the Contractor. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 13 - 19 CONCRETE PAVING Page 19 of 23 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11. Contractor shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the Drawings, and with the following additional provisions: a. Alley paving shall be constructed to the typical cross sections shown on the Drawings. b. Transverse expansion joints of the type shown on the Drawings shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the Drawings. d. Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be provided at location indicated on the Drawings or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. M. Texturing/Stamping 1. Mat Stamping: While initially finished concrete is Plastic, accurately alien and place stamp mats in sequence. Uniformly load mats and press into concrete to produce required imprint pattern and depth of imprint on concrete surface. Remove stamp mats immediately . Hand stamp edges and surfaces unable to be imprinted by stamp mats. a. Remove unembedded release agent no fewer than three days after stamping concrete. High pressure wash surface and joint patterns, taking care not to damage stamped concrete. Control, collect, and legally dispose of runoff. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321313-20 CONCRETE PAVING Page 20 of 23 2. Tool Stamping: While initially finished concrete is plastic, cover surface with polyethylene film, stretch taut to remove wrinkles, lap sides and ends 3 inches (75 mm), and secure to edge forms. Lightly broom surface to remove air bubbles. Accurately align and place stamp tools in sequence and tamp into concrete to produce required imprint pattern and depth of imprint on concrete surface. Remove stamp tools immediately. Hand stamp edges and surfaces unable to be imprinted by stamp tools. Unroll and remove polyethylene film immediately after tool stamping. a. Antiquing Agent: Apply over liquid release agent according to manufacturer's written instructions. 3. Roller Texturing: While initially finished concrete is plastic, cover surface with polyethylene film, stretch taut to remove wrinldes, lap sides and ends 3 inches (75 mm), and secure to edge forms. Lightly broom surface to remove air bubbles. Accurately align roller and repeat rolling operation to produce required imprint pattern and depth of imprint on concrete surface. Hand stamp surfaces inaccessible to roller. Unroll and remove polyethylene fihn immediately after roller stamping. a. Antiquing Agent: Apply over liquid release agent according to manufacturer's written instructions. N. Decorative Concrete Pavement Schedule a. Textured/Stamped Decorative Cement Concrete Pavement, in natural stone pattern (submit sample to City for Approval) 1) Locations indicated on plans. a) Coloring Method: Integrally colored (1) Color: As noted on plans and in Section 03 35 19 O. Mow Strips 1. Mow Strips shall be constructed to the typical cross sections shown on the Drawings. 2. Expansion ioints shall be provided at all connections to adjacent curbs or pavement. 3. All ioints shall be constructed in accordance with this specification. 4. Concrete to be 3000 PSI, trowel finish 3.5 REPAIR A. Repair of concrete pavement concrete shall be consistent with the Drawings and as specified in Section 32 01 29. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONIROL A. Concrete Placement 1. Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 13 - 21 CONCRETE PAVING Page 21 of 23 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the Contractor's expense at the same rate charged by the commercial laboratories. 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21— 0.30 80 percent 0.31 — 0.40 70 percent 0.41— 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D. Pavement Strength Test CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 13 -22 CONCRETE PAVING Page 22 of 23 1. During the progress of the work the City shall provide trained technicians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. 2. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100 percent of the minimum specified strength, with no individual core resulting in less than 90 percent of design strength, to override the results of the cylinder tests. 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the Contractor's expense as show in the following table. Percent Deficient Greater Than 0 percent - Not More Than 10 percent Greater Than 10 percent - Not More Than 15 percent Greater Than 15 percent Percent of Contract Price Allowed 90-percent 80-percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 7. The amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the Drawings and/or specifications. E. Cracked Concrete Acceptance Policy 1. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 13 - 23 CONCRETE PAVING Page 23 of 23 3. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and worlananship that meets the requirements of the contract. 4. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the Contractor will perform that work at the agreed -upon price if the City elects to do so. 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50 percent of the proposed costs of the geotechnical contract with the City. The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties. 6. If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 7. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed -upon price as directed by the City. 3.8 -3.14 [NOT USED] DATE 12/20/2012 NAME END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified items to be included in price bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division l - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Concrete Driveway a. M nsurcment 1) i`��aroncent for this Item she bo rif the square foot of completed and accepted Concrete Driveway in its final position for various: a-)-- hick esses h) TyNc 2) Dimensiena will he— al e , f.o,,, the back of •he ~ ected c cb, including the area of the curb radii and will extend to the limits specified in the Drawings. 3) Sidewalk port on of chive will be included in driveway measurement. '1) Curb on drive will bo in the driwwrf meusurement, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 NTTA \Vest Vickery Streetscape Improvement Project City Project. No. 02155 32 13 20 - 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 b. Payment 1) Tipe w x'h pc‘AFormed aiNd r aterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Driveway. o. The Kice bid shall include: 1) Excavating and preparing the subgrado 2) Furnishing and placing all materials 3. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 1.3 REFERENCES A. Abbreviations and Acronyms 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32I320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHLD PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength'- Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. b. Pre -molded asphalt board filler: ASTM D545. c. Install the required size and uniforrn thickness and as specified in Drawings. d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 3.3 PREPARATION A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 20 -5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson 4/30/2013 F. Griffin END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3213 73 - 2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion -type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 13 73 - 4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page2of5 c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: See Section 32 13 13. C. Reinforcement: See Section 32 13 13. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre -molded asphalt board filler: ASTM D545 c. Install the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 16 13 -3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand -Laid Concrete — Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strike off with a template U4 to 3/8 inch less than the dimensions of the finished curb, unless otherwise approved. 5. Machine -Laid Concrete — Curb and Gutter a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 16 13 - 4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipfonn work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforining. 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 32 17 23 PAVEMENT MARKINGS PART 1- GENERAL 1.1 SUMMARY 321723-1 PAVEMENT MARKINGS Page 1 of 11 A. Section Includes: 1. Pavement Markings a. Thermoplastic, hot -applied, spray (HAS) pavement markings b. Thermoplastic, hot -applied, extruded (HAE) pavement markings c. Preformed polymer tape d. Preformed heat -activated thermoplastic tape 2. Raised markers 3. Work zone markings 4. Removal of pavement markings and markers B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forins and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pavement Markings a. Measurement 1) Measurement for this Item shall be per linear foot of material placed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Pvmt Marking" installed for: a) Various Widths b) Various Types c) Various Materials d) Various Colors c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing (when required) 2. Legends a. Measurement 1) Measurement for this Item shall be per each Legend installed. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22. 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 17 23 - 2 PAVEMENT MARKINGS Page 2 of 11 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work perfonned and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 4. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 6. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321723-3 PAVEMENT MARKINGS Page 3 of 11 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Pvmt Marking" performed for: a) Various widths c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 7. Raised Marker Removal a. Measurement 1) Measurement for this Item shall be per each Pavement Marker removed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Remove Raised Marker" performed. c. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up 8. Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition a. Part 3, Markings 3. American Association of State Highway and Transportation Officials (AASHTO) a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 4. Federal Highway Administration (FHWA) a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 5. Texas Department of Transportation (TxDOT) a. DMS-4200, Pavement Markers (Reflectorized) b. DMS-4300, Traffic Buttons c. DMS-8220, Hot Applied Thermoplastic d. DMS-8240, Permanent Prefabricated Pavement Markings e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMTTTALS/DNFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -SUPPLIED PRODUCTS A. New Products 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Pavement Markings a. Thermoplastic, hot applied, spray 1) Refer to Drawings and City Standard Detail Drawings for width of longitudinal lines. 2) Product shall be especially compounded for traffic markings. 3) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321723-5 PAVEMENT MARKINGS Page 5 of 11 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 5) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 7) The density and quality of the material shall be uniform throughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 10) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 12) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 13) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color f) Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. b. Thermoplastic, hot applied, extruded 1) Product shall be especially compounded for traffic markings 2) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 3) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 4) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 5) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 6) The density and quality of the material shall be uniform throughout the markings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22,2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321723-6 PAVEMENT MARKINGS Page 6 of 11 7) The thickness shall be uniform throughout the length and width of the markings. 8) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 9) The minimum thickness of the marking, as measured above the plane formed by the pavement surface, shall not be less than 1/8 inch in the center of the marking and 3/32 inch at a distance of inch from the edge. 10) Maximum thickness shall be 3/16 inch. 11) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 12) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 13) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 14) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color f) Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. c. Preformed Polymer Tape 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 3M High Performance Tape Series 3801 ES, or approved equal. d. Preformed Heat -Activated Thermoplastic Tape 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 mil preformed thermoplastic or approved equal. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) round ceramic markers and shall meet or exceed the TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification DMS-4200 for high -volume retroreflective raised markers and be available in the following types: 1) Type I-C, white body, 1 face reflects white 2) Type II -A -A, yellow body, 2 faces reflect amber 3) Type II-C-R, white body, 1 face reflects white, the other red CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321723-7 PAVEMENT MARKINGS Page 7 of 11 3. Work Zone Markings a. Tabs 1) Temporary flexible -reflective roadway marker tabs shall meet requirements of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs." 2) Removable markings shall not be used to simulate edge lines. 3) No segment of roadway open to traffic shall remain without permanent pavement markings for a period greater than 14 calendar days. b. Raised Markers 1) All raised pavement markers shall meet the requirements of DMS-4200. c. Striping 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 8200. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Performance 1. Minimum maintained retroreflectivity levels for Longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph) <30 35-50 >55 2-lane roads with centerline markings only (1) All other roads (2) n/a 1 50 100 (1) Measured at standard 30-m geometry in units of mcd/m2/lux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as long as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION n/a 100 250 . A. Pavement Conditions 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing markings and other forms of contamination. 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the curing membrane. 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321723-8 PAVEMENT MARKINGS Page 8 of 11 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 minutes, no condensation develops on the underside of a 1 square foot piece of clear plastic that has been placed on the pavement and weighted on the edges. 5. Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists or pedestrians. 3.3 INSTALLATION A. General 1. The materials shall be applied according to the manufacturer's recommendations. 2. Markings and markers shall be applied within temperature limits recommended by the material manufacturer, and shall be applied on clean, dry pavement having a surface temperature above 50 degrees Fahrenheit. 3. Markings that are not properly applied due to faulty application methods or being placed in the wrong position or alignment shall be removed and replaced by the Contractor at the Contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists, it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within 5 days of written notification. . 4. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 1. Thermoplastic, hot applied, spray a. This method shall be used to install and replace long lines — centerlines, lane lines, edge lines, turn lanes, and dots. b. Markings shall be applied at a 110 mil thickness. c. Markings shall be applied at a 90 mil thickness when placed over existing markings. d. A sealer shall be used if concrete or asphalt is older than three (3) years. e. Typical setting time shall be between 4 minutes and 10 minutes depending upon the roadway surface temperature and the humidity factor. f. Retroreflective raised markers shall be used to supplement the centerlines, lane lines, and turn lanes. Refer to City Standard Detail Drawings for placement. g. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2.4.A.1 of this Specification. 2. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop -lines. b. Markings shall be applied at a 125 mil thickness. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 3. Preformed Polymer Tape a. This method shall be used to install and replace crosswalks, stop -lines, and legends. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321723-9 PAVEMENT MARKINGS Page 9of11 b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 4. Preformed Heat -Activated Thermoplastic Tape a. This method shall be used to install and replace crosswalks, stop -lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. C. Raised Markers 1. All permanent raised pavement markers on Portland Cement roadways shall be installed with epoxy adhesive. Bituminous adhesive is not acceptable. 2. All permanent raised pavement markers on new asphalt roadways may be installed with epoxy or bituminous adhesive. 3. A chalk line, chain or equivalent shall be used during layout to ensure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. D. Work Zone Markings 1. Work shall be performed with as little disruption to traffic as possible. 2. Install longitudinal markings on pavement surfaces before opening to traffic. 3. Maintain lane alignment traffic control devices and operations until markings are installed. 4. Install markings in proper alignment in accordance with the Texas MUTCD and as shown on the Drawings. 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the Drawings. 6. Place markings in proper alignment with the location of the final pavement markings. 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. 8. All markings shall be visible from a distance of 300 feet in daylight conditions and from a distance of at least 160 feet in nighttime conditions, illuminated by low - beam automobile headlight. 9. The daytime and nighttime reflected color of the markings must be distinctly white or yellow. 10. The markings must exhibit uniform retroreflective characteristics. 11. Epoxy adhesives shall not be used to work zone markings. 3.4 REMOVALS 1. Pavement Marking and Marker Removal a. The industry's best practice shall be used to remove existing pavement markings and markers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321723 -10 PAVEMENT MARKINGS Page 10 of 11 b. If the roadway is being damaged during the marker removal, Work shall be halted until consultation with the City. c. Removals shall be done in such a hatter that color and texture contrast of the pavement surface will be held to a minimum. d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than '/a inch in depth resulting from the removal of pavement markings and markers. Driveway patch asphalt emulsion may be broom applied to reseal damage to asphaltic surfaces. e. Dispose of markers in accordance with federal, state, and local regulations. f. Use any of the following methods unless otherwise shown on the Drawings. 1) Surface Treatment Method a) Apply surface treatment at rates shown on the Drawings or as directed. Place a surface treatment a minimum of 2 feet wide to cover the existing marking. b) Place a surface treatment, thin overlay, or microsurfacing a minimum of 1 lane in width in areas where directional changes of traffic are involved or in other areas as directed by the City. 2) Burn Method a) Use an approved burning method. b) For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. c) When using heat, avoid spalling pavement surfaces. d) Sweeping or light blast cleaning may be used to remove minor residue. 3) Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water -injected abrasive blasting, or brush blasting as approved. b) Remove pavement markings on concrete surfaces by a blasting method only. 4) Mechanical Method a) Use any mechanical method except grinding. b) Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 2. If a location is to be paved over, no additional compensation will be allowed for marking or marker removal. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All lines must have clean edges, square ends, and be uniform cross-section. B. The density 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 voids and shall be free of blisters. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 321723 -11 PAVEMENT MARKINGS Page 11 of 11 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Contractor shall clean up and remove all loose material resulting from construction operations. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 323213-1 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 1 of 6 SECTION 32 32 13 CAST -IN -PLACE CONCRETE RETAINING WALLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Construction of cast -in -place concrete retaining wall (4 foot maximum height) of the size and shape detailed on the Drawings and at the location shown on the Drawings. 2. Construction of TxDOT standard cast -in -place, spread foot concrete retaining wall of the size and shape detailed on the Drawings and at the location shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forins, and Conditions 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 31 23 23 - Borrow 6. Section 31 24 00 - Embankments 7. Section 32 13 20 - Concrete Sidewalks, Driveways and Barrier Free Ramps 8. Section 33 16 00 Subdrainage 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Retaining Wall with Sidewalk, Face a. b. c. Measurement 1) Measurement for this Item shall be by the square foot of the front surface of the wall. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Retaining W1Va11 Face constructed. The price bid shall include: 1) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing, placing, and compacting backfill (except in embankment areas) 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required 6) Fabricating, curing, and finishing wall including special coatings when specified CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 32 13 - 2 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 2 of 6 7) Sidewalk adjacent to Retaining Wall per Section 32 13 20 2. Concrete Retaining Wall with Sidewalk, Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position. Measurement shall be taken from face of wall to edge of concrete sidewalk. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Retaining Wall with Sidewalk, Sidewalk installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3. TxDOT Standard — Spread Footing Walls a. Measurement 1) Measurement for this Item shall be by the square foot of the front surface of the wall. Unless otherwise shown on the Drawings, measure area from finished ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Spread Footing Wall constructed. c. The price bid shall include: 1) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing, placing, and compacting backfill (except in embankment areas) 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required 6) Fabricating, curing, and finishing wall including special coatings when specified 1.3 REFERENCES A. Definitions I. Permanent Wall - Retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specified in the Drawings. B. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 1. ASTM International (ASTM): a. D4491, Standard Test Methods for Water Permeability of Geotextiles by Permittivity b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 323213-3 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 3 of 6 d. D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile 2. Texas Department of Transportation (TXDOT), Standard Specifications for Construction and Maintenance of Highways and Bridges: a. 110, Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 420, Concrete Structures e. 421, Hydraulic Cement Concrete f. 423, Retaining Walls g. 440, Reinforcing Steel h. 445, Galvanizing i. 458, Waterproofing Membranes for Structures j. 556, Pipe Underdrains 3. TXDOT Standard — Spread Footing Walls a. RW 1 (L) A — Low Footing Pressure, Design A Retaining Walls b. RW 1 (L) B — Low Footing Pressure, Design B Retaining Walls c. R\V 1 (L) C — Low Footing Pressure, Design C Retaining Walls d. RW 1 (H) A — High Footing Pressure, Design A Retaining Walls e. RW 1 (H) B — High Footing Pressure, Design B Retaining Walls f. RW 1 (H) C — High Footing Pressure, Design C Retaining Walls g. RW 2 — Retaining Wall Miscellaneous Details 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: a. Tex-616-J, Construction Fabrics 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. See Section 03 30 00. 1.6 ACTION SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. See Section 03 30 00. 1.10 DELIVERY, STORAGE, AND HANDLING A. See Section 03 30 00. 1.11 SITE CONDITIONS A. Ambient Conditions: See Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 32 13 - 4 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 4 of 6 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Concrete and Reinforcing Steel 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. 2. TxDOT Standard — Spread Footing Walls a. 420, Concrete Structures b. 421, Hydraulic Cement Concrete c. 440, Reinforcing Steel d. 445, Galvanizing e. 458, Waterproofing Membranes for Structures B. Backfill 1. Concrete Retaining Wall with Sidewalk a. Section 31 23 23 2. TxDOT Standard — Spread Footing Walls a. 132, Embankments C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00 2. TxDOT Standard — Spread Footing Walls a. 556, Pipe Underdrains D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as UV -resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random throughout the fabric. e. The fabric is mildew resistant and rot -proof, and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fabric must conform to the requirements listed in Table 1 when tested in accordance with the test methods specified. Table 1 Filter Fabric Requirements Physical Properties Test Method Value Fabric Weight, on an ambient Tex-616-J 4 oz/yard temperature air-dried, tension free sample Permittivity, 1/sec ASTM D4491 1.0, min CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 Tensile Strength, lbs Apparent Opening Size Elongation at yield, percent Trapezoidal Tear, lbs 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL (NOT USED] 323213-5 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 5 of 6 ASTM D4632 ASTM D4751 ASTM D4632 ASTM D4533 100 lbs 70-100 20-100 35 lbs PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Construct retaining walls in accordance with the Drawings and to the pertinent requirements of the following Sections: 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00 b. Section 31 23 16 c. Section 31 23 23 d. Section 31 24 00 e. Section 33 46 00 2. TxDOT Standard — Spread Footing Walls a. 110, Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 423, Retaining Walls e. 420, Concrete Structures f. 458, Water proofing Membranes for Structures g. 556, Pipe Underdrains 3.5 REPAIR A. See Section 03 30 00. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. See Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 12/20/2012 NAME D. Johnson 32 32 13 - 6 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 6 of 6 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Payment Item for concrete retaining wall with sidewalk was broken into two Items: one for the face of wall and one for the sidewalk. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 32 90 10 IRRIGATION SYSTEM PART I - GENERAL 329010-1 IRRIGATION SYSTEM Page 1 of 6 1.01 CONDITIONS OF THE CONTRACT AND DIVISION 1 - GENERAL REQUIREMENTS Are hereby made a part of this section. 1.02 SCOPE Includes furnishing all labor, materials, and equipment for the proper installation of the irrigation system, the work includes, but is not limited to the following: Furnish and install an operating irrigation system, complete and in place, including controls, supply lines, sprinkler heads, control valves and accessories as shown on the plans and as specified herein. A. Trenching and Backfill B. Automatically controlled low volume irrigation system C. Testing of all systems to ensure system is fully operational. D. All work included in the installation of the irrigation system shall be performed in accordance with the plans and specifications. E. The installation of the irrigation system will be made by an individual or firm duly licensed as an irrigator by the State of Texas. F. Backflow preventer shall be tested by a Certified Backflow Tester. Written test results shall be forwarded to appropriate City representative in the Water department.(764-3662, 6342, 3663) 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Where possible, portions of the irrigation system shall be installed prior to the construction of those paved surfaces shown on the plans. Particular attention is directed to sleeves and conduit. B. Electrical hook-up of controllers will be installed by Electrical Contractor. 1.04 CODES AND STANDARDS A. Codes: All work shall be installed according to the Standard Plumbing Code. B. Guarantee: The Contractor shall guarantee all workmanship, materials, fixtures, and equipment covered by the plans and specifications to be free of defects for a period of one (1) year from the date of acceptance of the project, and shall replace any parts found to be defective within the period of guarantee at no cost to the Owner. 1.05 EXISTING UTILITIES AND STRUCTURES CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329010-2 IRRIGATION SYSTEM Page 2 of 6 There may be certain existing underground utilities and structures which are not indicated on the plans. The Contractor shall determine the exact location of all existing irrigation systems, underground utilities and structures which are not indicated on the plans. The Contractor shall determine the exact location of all existing irrigation systems, and utilities and conduct his work in such a manner as to prevent interruption of service or damage to them. In the event of damage to existing utilities or structures, the Contractor shall be responsible for their repair or replacement. Minor adjustments in the system will be permitted to clear existing fixed obstructions subject to the City approval. Contractor to verify all locations of existing utilities, and call DigTess 1-800-344-8377 for locates 48 hours prior to digging. 1.06 SUBMITTALS Submit three (3) sets of complete shop drawings and manufacturer's product data sheets in a one-time submittal for the complete irrigation system. All proposed materials and products are subject to approval by the Architect/Engineer or Owner. 1.07 COORDINATION AND TIMING Coordinate installation of irrigation system with related trades as necessary to prevent cutting, patching, and re-routing. PART 2 - PRODUCTS 2.01 QUALITY AND BRAND Unless otherwise noted on the plans, all materials shall be new and unused. Unless otherwise noted, Hunter irrigation equipment catalog numbers are used for reference in these specifications. Contractor to provide products specified on plan, or approved equal. 2.02 POLYVINYL CHLORIDE (PVC) PIPE A. Irrigation Mainline: All main pressure line pipe shall be PVC Class 200 SDR 21 B. Irrigation Lateral Line: All lateral pressure line pipe shall be PVC Class 200 SDR 21 C. Pine Sleeve: All pipe sleeves shall be PVC Schedule 40 D. Markings: All pipe and fittings shall have the following information printed indelibly in ink, hot stamped, or molded thereon: manufacturer's name and trademark, material designation, diameter, schedule or class, and nsf logo/seal. 2.03 PVC FITTINGS All PVC pipe fittings shall be solvent weld type, Schedule 40, and of the type recommended by the pipe manufacturer. No PVC pipe is to be threaded or connected to metal pipe or metal accessories; use PVC adapter with female thread. 2.04 IRRIGATION HEADS/BUBBLERS All irrigation heads/bubblers are of the named manufacturer, in the nozzle sets, circle angles and series indicated on the plans. 2.05 BACK -FLOW PREVENTION Back -flow preventer to be a Febco Double Check valve, installed in a concrete meter box. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Sireetscape Improvement Project City Project. No. 02155 32 90 10 -3 IRRIGATION SYSTEM Page 3 of 6 2.06 GATE VALVES Gate valves shall be rated for 150 psi working pressure. Valves are to be sized as shown on the drawings, installed with specified precast adjustable box and cover. All two (2") inch and smaller valves may be Ohio brass, or approved equals. 2.07 ELECTRIC SECTION CONTROL VALVES All sectional control valves are to be 24 VAC electric solenoid operated. They shall be sized, specified, and located on the plans, and shall be equipped with flow adjustment stems. Valves shall have plastic bodies and covers, and shall be globe -type diaphragm valves of normally open design, CWP 150 psi. The control valves and controller, as approved, must be of the same manufacturer. Only one (1) electric section to operate at one time on any one controller. 2.08 WIRE All wire between the irrigation system control unit and remote section control valves is to be copper, U.L. listed, Type UF, PVC insulated No. 14, suitable for direct burial and to conform in all respects with the requirements for a N.E.C. Class II circuit (30 volts AC or less). All wire is to be color coded - - red for the "hot" leads to each of the control valve solenoids, and white for common neutral wire. 2.09 WIRE CONNECTORS All direct burial wire connectors are to have a one-piece PVC housing which, when filled with silicone, forms a reusable, one-piece, moisture -proof wire splice connector. All connectors are to be U.L. listed, rated 60C, 500 volt, for PVC insulated wire. Do not use epoxy types. 2.10 VALVE BOXES A pre -cast box of the type listed, or approved equal, shall be provided for as follows: A. Ball valve boxes shall be 10 inch diameter, plastic Arnetek. B. Section Control Valves: 10" plastic for elec.valves 2.11 AUTOMATIC LAWN SPRINKLER CONTROLLERS A. Controller: r t M n C 2n to tt, UHF Uadi, g Modem with Surge protection in stainless stem Hunter PRO-C Controller with surge protection in stainless steel enclosure. B. Rain/Freeze Sensor: Hunter WRF-CLIK Rain/Freeze sensor, install within 1,000 If of controller, in line of sight. 22-28 VAC/DC 100mA power from timer transformer. Mount as noted. 2.12 FLOW SENSOR A. Flow Sensor: Arad AC Flow Meter PART 3 - EXECUTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Strcetscape Improvement Project City Project. No. 02155 329010-4 IRRIGATION SYSTEM Page 4 of 6 3.01 DESIGN PRESSURE This irrigation system has been designed to operate with a minimum existing main water line static pressure of 75 psi. The Contractor will take a pressure reading prior to ordering and installing the system. If the pressure reading is different than that indicated, the Contractor will notify the Architect/Engineer so that the system may be re -sized if necessary. 3.02 TRENCHING Perform all excavations as required for the installation of the work including under this section, including shoring of earth banks to prevent cave-ins. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to and in a manner approved by the owner. Trenches shall be made wide enough to allow a minimum of 6 inches between parallel pipe lines. Trenches for pipe lines shall be made of sufficient depths to provide the minimum cover from fmish grade as follows: A. 18" minimum cover over irrigation lines for vehicle traffic areas. B. Minimum cover over irrigation lines to heads/dripline except vehicle traffic areas area as follows: 1) 12" minimum cover over lateral lines 2) 18" minimum cover over mainline Maintain all warning signs, shoring, barricades, flares and red lanterns as required by the safety orders of the division of industrial safety and local ordinances. 3.03 BACKFILLING A. After system is operating and required tests and inspections have been made, backfill excavations and trenches with clean soil, free of rubbish. Initial backfill material to 6 inches above the top of pipe shall be free of rocks or stones larger than one inch in diameter. Final backfill material shall be free of rocks or stones larger than 3 inches in diameter. B. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum 90% density. C. Compact trenches in areas to be planted by thoroughly flooding the backfill. jetting process may be used in those areas. D. Dress off all areas to finish grades. 3.04 PIPE LAYING Polyvinyl chloride pipe sections and fittings shall be connected with approved PVC welding solvent, conforming to, and in accordance with the manufacturer's recommendations and the following procedures. All two (2") inch and larger PVC pipe will have cleaner and heavy duty solvent used for installations. 3.05 PIPE JOINTS Pipe shall be square cut with no burr ends. Wipe all dirt and moisture from fittings, then apply solvent to both. Stab pipe into socket of the fitting, rotate about one-half turn to spread solvent uniformly. Hold joint in place about fifteen (15) seconds for it to set. Do not disturb for fifteen (15) minutes or until the chemical weld is made. Do not use excessive solvent, No PVC pipe is to be threaded for connection to metal pipe or accessories, use only a PVC solvent joint to thread adapter. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329010-5 IRRIGATION SYSTEM Page 5 of 6 3.06 VALVE AND VALVE BOX PLACEMENT All gate valves and automatic section control valves shall be set at the depth of pressure piping and shall be equipped with a valve access sleeve, if buried. If valves are specified to be in pre -cast boxes, they shall be set with a minimum of twelve (12") inches of space between their top surface and the finished grade. Valves after delivery shall be drained to prevent freezing and shall have interiors cleaned of all foreign matter before installation. Stuffing boxes shall be tightened and valves shall be fully opened and fully closed to ensure that all parts are in working conditions. Coil wire in a "pig tail" fashion inside valve box. Valve boxes shall be set plumb, vertical and concentric with the valve stem. Any valve box which has so moved from its original position as to prevent the application of the valve key, shall be satisfactorily reset by the Contractor at his own expense. 3.07 TESTING AND CHECKING A. Sprinkler/ Dripline Layout and Spacing Inspection: Verification that the irrigation design is accurately installed in the field. It will also provide for alteration or modification of the system to meet field conditions. Spacing should be within 5% of the design spacing. B. Pipe Installation Depth Inspection: All pipes in the system shall be installed to depths as previously described in Section 3.02 of these specifications. C. Open Trench Inspection: The trench and all joints and every transition in pipe size, will be open where open trench inspection is required. D. Inspections will be performed throughout the duration of the installation. Inspection may be made by the City to ensure compliance with design intent, specifications, and the irrigation codes. E. Hydrostatic Tests: a. Request the presence of the City Inspector in writing at least 48 Hours in advance of testing. b. Testing to be accomplished at the expense of the contractor and in the presence of the City Inspection or approved representative. c. Center Ioad piping with small amount of backfill to prevent arching or slipping under pressure. d. Applying continuous and static water pressure of 125 PSI when welded plastic joints have cured at least 3 hours, and with the risers capped as follows: i. Mainline and submains to be tested for 2 hours ii. No pressure loss is allowed for solvent weld and mainline pipe e. For PVC and 0-Ring Gasket Pipe, the allowable leakage shall not exceed the number of gallons per hour as determined by the following formula: L=NDP112/1,850 L = Allowable Leakage, in gallons per hour N = Number of Joints D = Pipe Diameter, in inches P = Average Test Pressure, in PSI gauge f. Repair any leaks resulting from tests. 3.08 CLEAN UP Upon completion of the work covered in this project, all debris, rock, and surplus material resulting from the work shall be removed from the site of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329010-6 IRRIGATION SYSTEM Page 6 of 6 3.09 GUARANTEE The Contractor shall guarantee all workmanship, materials, fixtures, and equipment covered by the plans and specification to be free of defects for a period of one (1) year from date of acceptance of the project and shall replace any parts found to be defective within the period of guarantee at no cost to the Owner. 3.10 "RECORD OF INSTALLATION" DRAWING The Contractor shall provide a neatly marked Irrigation Plan showing triangulated locations of all valves and showing any modifications of the original irrigation system as found in the contract documents. Show dimensions and locate valves, pipe, heads, and wire. "Record of Installation" irrigation drawings: Prepare an "As-Built/Record" drawing on a blueprint which shall show deviations from the bid documents made during construction affecting the main line pipe, controller locations, remote control valves and quick coupling valves. The drawings shall also indicate and show approved substitutions of size, material and manufacturers name and catalog name and catalog number. The drawings shall be delivered to the City/Landscape Architect before final acceptance of work. 3.11 SLEEVES A. Contractor for paving to install sleeves as shown on plans. END OF SECTION 32 9010 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. 2.2 Materials C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by cubic yard of Topsoil in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of Topsoil. b. All excavation required by this Item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. 3. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 91 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Topsoil "Enriched Top Soil" by Soil Building Solutions and meet the following conditions (or approved equal) 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material including subsoil, weeds, clay lumps, non - soil materials, roots, stumps or stones larger than 1.5 inches b. Has a high resistance to erosion c. Is able to support plant growth d. Is at least 25% organic material. 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. pH 6.0-6.5 5. Liquid Limit: 50 or less 6. Plasticity Index: 20 or less 7. Gradation: maximum of 10 perean pmri 4- No. 200 sieve The particle sizes shall be such that 98.5% of the topsoil will pass through a 1/2 inch screen, and 99% more shall pass through a 3/4 inch screen. 8. Topsoil shall be reviewed/approved by owner/landscape architect prior to installation. Contractor to submit samples in 1 gal (min.) container. B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Finishing of Parkways 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways 6 inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 91 19 -3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 a. Minimum: 1/4 inch per foot b. Maximum: 4:1 c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade from the parkway extends to the back of the walk line. 7. From that point (behind the walls), the grade may slope up or down at maximum slope of 4:1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 8 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, or as directed. B. Deviations from this City of Fort Worth Standard Specification 1. Section 1.1.A.1.c 2. Section 1.2.A.l.c C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Block Sod Placement a. b. c. Measurement 1) Measurement for this Item shall be by the square yard of Block Sod placed. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Block Sod placed. The price bid shall include: 1) Furnishing and placing all sod 2) Rolling and tamping 3) Watering and mowing (until Final Acceptance) 4) Disposal of surplus materials 2. Seeding a. Measurement 1) Measurement for this Item shall be by the square yard of Seed spread. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Seed placed for various installation methods. c. The price bid shall include: 1) Furnishing and placing all Seed 2) Furnishing and applying water for seed fertilizer 3) Slurry and hydraulic mulching 4) Fertilizer 5) Watering and mowing (until Final Acceptance) b) Disposal of surplus materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 3. Mowing a. Measurement 1) Measurement for this Item shall per each. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within 12months of the seeding date. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Block Sod 1. Protect from exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, seed must have been harvested within 100 miles of the construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 2.2 MATERIALS AND EQUIPMENT A. Materials 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass) 2) "Cynodon dactylon" (Common Bermudagrass) 3) "Buchloe dactyloides" (Buffalograss) 4) an approved hybrid of Common Bermudagrass 5) or an approved Zoysiagrass b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches f. Acceptable growing beds 1) St. Augustine grass sod: clay or clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils g. Dimensions 1) Machine cut to uniform soil thickness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) Not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnsongrass (2) Nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Conunon Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Lnprovement Project City Project. No. 02155 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium nzzdt(orurn 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestein* Schizachyrium scopariwn 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifrda 8.0 Texas Yellow Star Lindheinzeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbecicia hirta 18.0 Cutleaf Daisy Engehnannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable condition for distribution b. Applied uniformly over the planted area c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding 2) Newly established seeding areas - 100 pounds of nitrogen per acre 3) Established seeding areas - 150 pounds of nitrogen per acre 5. Topsoil: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soil Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation: clear surface of all material including: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. Compacted areas: till 1 inch deep 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 3.4 INSTALLATION A. Block Sodding 1. General a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 b. Plant between the average last freeze date in the spring and 6 weeks prior to the average first freeze in the fall. 2. Installation a. Plant sod specified after the area has been completed to the lines and grades shown on the Drawings with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing a. Furnish water as an ancillary cost to Contractor by means of temporal), metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. d. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Strcetscape Improvement Project City Project. No. 02155 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of S a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is unifornly suspended to form a homogenous slurry. 2) Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the Drawings or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. 3.5 REPAIR/RESTORATION 1. Contractor shall re-establish any disturbed areas with seed, and provide temporary watering until permanent lawn coverage is established. 2. Seeding and watering for restoration of disturbed areas shall be subsidiary to this contract. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA \Vest Vickery Streetscape Improvement Project City Project. No. 02155 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow cycle performed by the Contractor prior to consideration of acceptance by the City. C. Rejection 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] DATE END OF SECTION Revision Log NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 32 93 43 TREES AND SHRUBS PART 1 - GENERAL 1.1 SUMMARY 329343-1 TREES AND SHRUBS Page 1 of 10 A. Section Includes: 1. Tree and shrub planting and maintenance within street right-of-way and easements. 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 B. Deviations from this City of Fort Worth Standard Specification 1. 1.2 - Price and Payment Procedures 2. 1.12 - Warranty 3. 2.2.3c - Topsoil Products 4. 3.13.A - Maintenance Period 5. 3.4.A.16 — Installation of Mulch C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 — Site Clearing 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Plant Tree a. Measurement 1) Measurement for this Item shall be per each by caliper inch. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each tree to be Planted by caliper inch. c. The price bid shall include: 1) Furnishing and installing trees 2) Hauling 3) Grading and backfilling 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 2. Shrubs and Groundcover a. Measurement 1) Measurement for this Item shall be lump sum. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329343-2 TREES AND SHRUBS Page 2 of 10 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum bid price for installation of all shrubs and groundcover. Total minimum quantity installed shall be as noted on the plans. c. The price bid shall include: 1) Furnishing and installing shrubs and groundcover 2) Hauling 3) Grading and backfilling_ 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. ANSI Z60.1, American Standard for Nursery Stock 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certification from supplier that each type of tree conforms to specification requirements. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shrubs. B. Qualifications 1. Landscaper specialized in landscape and planting work C. Substitutions 1. Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non -availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329343-3 TREES AND SHRUBS Page 3 of 10 1.10 DELIVERY, STORAGE, AND HANDLING A. Do not remove container grown stock from containers before time of planting. B. Delivery and Acceptance Requirements 1. Ship trees with Certificates of Inspection as required by governing authorities. 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind -tie trees or shrubs in such maimer as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Warranty Period: 12 months 18 months after job acceptance B. Warrant trees against defects including: 1. Death 2. Unsatisfactory growth 3. Loss of shape due to improper pruning, maintenance, or weather conditions C. Plumb leaning trees during warranty period. D. Remove and replace trees found to be dead during warranty period. E. Remove and replace trees which are in doubtful condition at end of warranty period, or when approved by City, extend warranty period for trees for full growing season. PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least 2 years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus Third. c. All plants are to be grown and harvested in accordance with the American Standard for Nursery Stock. d. UnIess approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329343-4 TREES AND SHRUBS Page 4 of 10 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. c. Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. d. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. e. Where clump is specified, furnish plant having minimum of three stems originating from common base at ground line. f. Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure b) Indicated calipers on Drawings are minimum c) Averaging of plant caliber: not permitted g. Trees shall conforrn to following requirements: 1) Healthy 2) Vigorous stock 3) Grown in recognized nursery 4) Free of: a) Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun -scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape bnprovement Project City Project. No. 02155 329343-5 TREES AND SHRUBS Page 5 of 10 c. All planting beds to be top dressed with a minimum of 3" "Rustic Cut Hardwood Mulch" by Soil Building Solutions (or approved equal) and meet the following conditions 1) pH: 6.5-8.5 2) It shall be free of man-made foreign matter, lumber. treated materials, pallets, grass and leaves. 3) No particle size should exceed 3.5" in length. d. All landscape bed areas to be prepared using "Ready to Plant Bedding Mix" by Soil Building Solutions (or approved equal) and meet the following conditions 1) It shall be a mixture of 50% compost with 50% screened and weed -free native soil and screened sharp sand. 2) 98.5% of the planting bed soil particles will pass through a 1/2 inch screen and 99% or more shall pass through a 3/4 inch screen. 3) Color will be a medium brown with a weight of 1900-2250 lbs. per cubic yard (depending on the moisture content.) 4) Install to depths per planting details (8" depth min.) 5) Finished grades of planting beds to be 2" below finished grade of adjacent paving or as shown on grading plan. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap 1) First quality 2) Bituminous impregnated tape 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation b. Twine 1) Lightly talTed, medium -coarse sisal (lath) yarn 2) Do not use nails or staples to fasten wrapping c. Seal: Commercially available tree wound dressing specifically produced for use in sealing tree cuts and wounds 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting may be inspected. B. Plant material will be inspected for compliance with following requirements. 1. Genus, species, variety, size and quality 2. Size and condition of balls and root systems, insects, injuries and latent defects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329343-6 TREES AND SHRUBS Page 6 of 10 PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on Drawings. 5. In case of conflicts, notify City before proceeding with work. 6. Stake trees for City approval. B. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after delivery a. Set trees and shrubs in shade. b. Protect from weather and mechanical damage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329343-7 TREES AND SHRUBS Page 7 of 10 c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits, trenches and planted areas. a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders, watersprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 1/4 of the branching structure be removed. Retain the normal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329343-8 TREES AND SHRUBS Page 8of10 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake treesmmmediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during doinrant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress of work. B. Remove rejected trees immediately from site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. An inspection to determine final acceptance will be conducted by City at end of 12 18 month maintenance period. E. Warranty periods provided for in paragraph 1.12A. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329343-9 TREES AND SHRUBS Page 9 of 10 3.13 MAINTENANCE A. Maintenance Period shall be 12 months 18 Months after final acceptance. The City reserves the right to extend the maintenance period for up to an additional six (6) months. The unit prices) of additional service(s) will be the same as the contract price(s). The contractor's responsibilities will be to maintain and make necessary repairs and/or replacements to all plants. mow strips. edging, mulch, and irrigation system(s) within the planting bed areas as shown on plans, for the duration of the maintenance period. B. During the maintenance period if a work schedule and frequency are not shown on the Drawings, perform the minimum requirements shown below: 1. Water trees to full depth a minimum of once each week or as required to maintain healthy, vigorous growth. 2. Prune, cultivate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 7. Repairs to washouts, ruts, eroded areas, and excessive edge drop offs. 8. Replenislunent of mulch as needed to maintain 2" min. settled depth. 9. Remove litter from planting bed araes as needed, (minimum lx per week). 10. Trees. ornamental grasses, and shrubs will receive fertilizer once annually during the maintenance period. The application for all trees shall be a granular fertilizer, 50% slow release, with N-P-K ratio of 10-10-10 at a rate of Y2 pound evenly spread over a diameter of ten feet (10') surrounding the tree trunk. The application for ornamental grasses and shrubs shall be a granular fertilizer, 50% slow release. with N-P-K ratio of 10-10-10 at a rate of 5 pounds ner 1,000 sf. 11. All tree care must be supervised by an International Society of Arboriculture (ISA) Certified Arborist. Provide proof of experience upon reauest of the engineer. Remove tree staking and guying one year after installation. For trees outside of bed areas, maintain a four feet (4) mulch ring, free of grass and weeds. 12. Prune trees in accordance with ANSI A300 requirements. Remove dead. diseased, or damaged limbs on trees within 10 days of discovery. Prune trees a minimum of lx per near, and at the discretion of the City. Avoid pruning trees between February 15 and June 15. 13. Maintenance of ornamental grass and shrubs shall be supervised by either an American Society of Horticultural Science (ASHA) Certified Horticulturist; or by a Texas Nursery & Landscape Association (TNLA) Certified Nursery Professional. 14. Shrub and grass pruning shall be performed in a manner to maintain the natural shape of the plant materials, and `box', `hedge', and lolli-pop ' pruning shall not be permitted. Provide the following for ornamental grasses: a. Low ornamental grasses shall be cut low to a finished height of five inches (5") once annually. in the month of January. b. Bluestein grasses shall be but to a finished height of eight inches (8") twice annually. Once in late February, and once in early July. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project, No. 02155 329343 -10 TREES AND SHRUBS Page 10 of 10 c. Large ornamental grasses shall be cut to a finished height of eight inches (8") once annually in late February. 15. Contractor shall replace any plant that does not survive. It shall be replaced as soon as it is determined no longer alive. Contractor is to maintain new plants as described above until growth is established and maintenance period expires unless waived by the City. C. General Maintenance Notes and Specification Data 1. Repair or replace all damaged materials, regardless of the causes. including damage or loss caused by the Contractor, third parties, or acts of nature. Repair/replacements will take place within ten (10) calendar days of the notification. At the direction of the City, plant material will be replaced at the start of the next planting season. In such cases, remove dead plants immediately. Plant and irrigation maintenance work performed during this maintenance period will be paid for at the unit price for "Landscape and Irrigation Maintenance". All repairs and replacements are subsidiary to the "Landscape and Irrigation Maintenance" bid item. 2. Maintain a weekly account of all activities during the maintenance period. The record will be typed and placed in a three ring binder and will contain, at a minimum, the following items: a. Description of work b. Date begun and finished c. Materials used d. Rates of application e. List of damaged materials to be repaired/replaced f. List of items being repaired/replaced 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.1.A —Payment Items removed for tree removal and transplantation; these Items are to be perfotnied in accordance with Section 31 10 00. 3.13.A — modified maintenance period to begin 12 months after final acceptance 3.13.B — Modified maintenance period requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NT1'A West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 32 93 45 TREE PROTECTION PART 1- GENERAL 1.1 SUMMARY 329345-1 TREE PROTECTION Page 1 of 3 A. Section Includes 1. Protection of trees to remain in place from foliage, trunk, and root damage that may result from construction operations. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This item is considered subsidiary to the various bid items in the proposal. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the various bid items in the proposal. No other compensation will be allowed. PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLATION A. Protection 1. Protect trees and shrubs that are to remain in place from foliage, trunk and root damage that may result from construction operations. 2. Preserve all trees not indicated on drawings to be removed. 3. Maintain all plant materials within the protection fencing in a healthy, vigorous condition, including watering, fertilizing, pruning, pest control, and any other activities deemed necessary by the arborist to ensure the viability and vigor of the protected plant materials. 4. A qualified arborist shall perform monthly site visits documented in accordance with monthly tree care and maintenance reports. a. Perform tree care and maintenance work in accordance with the qualified arborist's recommendations during the execution of the work. 5. Protect trees that are to remain from the following damage: a. Compaction of root area by material storage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 329345-2 TREE PROTECTION Page 2 of 3 b. Compaction by driving or parking within the drip -line. c. Trunk damage by moving equipment, material storage, nailing, or bolting. d. Girding by tying constrictive material to trees. e. Poisoning by pouring solvents, gas, paint, etc. on or around trees and roots. f. Cuttina of roots 1 V2" in diameter or over with machinery. All excavation and earthwork within the drip line of trees will be done by hand. g. Changes of soil pH factor by disposal of lime base material such as concrete, plaster, etc. h. Burning of material around tree or tree itself. i. Damaging trees so that they are misshapen or sustain permanent damage. 6. Contractor shall contact NTTA proiect representative 48 hours (min) prior to construction to review the condition of existing trees installed and maintained by N11A, and verify the protective fencing has been installed per the approved plans. a. Contact Information: Bryan Dennis, RLA N 1"1 A Assistant Project Manager 214-551-2301 bdennis@ntta.org B. Pruning 1. Trees shall be pruned if affected by temporary or new construction. 2. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during the Contract period as recommended by a qualified arborist. 3. Pruning Standards: Prune trees in accordance with ANSI A300 as follows: a. Type of Pruning: Crown Cleaning b. Type of Pruning: Crown Thinning c. Type of Pruning: Crown Raising d. Type of Pruning: Crown Reduction e. Type of Pruning: Vista Pruning f. Type of Pruning: Crown Restoration 4. Cut branches with sharp pruning instruments. 5. Pruning shall consist of the following methods: a. Remove deadwood and broken limbs. Remove cross branching where necessary. b. Root Pruning Trenching Operation: 1) Trenching areas shall be determined and marked in the field by the contractor and verified by a certified arborist prior to beginning pruning operations. 2) Machinery shall only be utilized within the drip line of existing trees to remove existina pavement prior to pruning of roots. 3) Further excavation to existing roots shall be done by hand. C. Roots shall be cut by hand tools, no machinery shall be utilized. D. Tree Protection Fence 1. Install tree protection fencing around all trees shown as existing on plans. 2. Tree protection fencing shall consist o£ a. Woven wire fence installed with T-Bar posts. b. Posts shall be spaced 10' o.c. maximum. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 32 93 45 - 3 TREE PROTECTION Page 3 of 3 c. Place one strand, barbed wire along top of posts. d. Tie tundra weight orange flagging, 2' in length at 3' o.c. along wire. 3. Fencing to be installed at the drip line of all preserved trees unless construction occurs with in this zone. a. In that case, contact City for recommendations. 4. All protective fencing shall remain in place throughout the construction period. 5. a. Remove protection devices only after written permission has been granted by the City. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330430-1 TEMPORARY WATER SERVICES Page 1 of 4 SECTION 33 04 30 TEMPORARY WATER SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Water Service needed to maintain service during water main replacement project B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. Fire Hydrant Meters D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Specification 32 12 16 — Asphalt Paving 4. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10 — Water Services 1-inch to 2-inch 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit price bid for "Temporary Water Service" of the type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops f. Temporary asphalt for crossings g. Traffic Control h. Disinfection i. Removal of temporary services CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330430-2 TEMPORARY WATER SERVICES Page 2 of 4 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components — Health Effects 3. ASTM International (ASTM): a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR -PR) Based on Controlled Outside Diameter 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruption and meet requirements of Division 1 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Fire Hydrant Meters 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Description 1. Regulatory Requirements a. All Temporary Water Service components in contact with potable water shall conform to the requirements of NSF 61. B. Materials 1. Service Couplings, Fittings, and Corporation Stops a. Conform to Section 33 12 10. 2. Service lines a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 04 30 - 3 TEMPORARY WATER SERVICES Page 3 of 4 3. Temporary Water Service Main a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. 3/4-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. B. Temporary Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. b. if a fire hydrant is not available, tap existing water main. 1) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main, unless approved by the City. 2. Water service a. Connect 3/4-inch water service to 2-inch temporary water service main. b. Remove existing meters, tag with address and provide to City Inspector. c. Connect 3/4-inch temporary water service to existing private service. d. Cover domestic meter box with protective guard or barricade. C. Intersection and Driveway Approach Crossing for Temporary Water Service 1. Crossing for Temporary Water Service Main CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 04 30 - 4 TEMPORARY WATER SERVICES Page 4 of 4 a. Cover temporary service line with sufficient asphalt to protect service line and to provide a driveable crossing. b. If required to bury temporary service line due to high volume traffic, or other reasons required by the City, excavate, embed and backfill in accordance with Section 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each water service installation for leaks with full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 SECTION 33 05 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and other miscellaneous structures to a new grade B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Contract 2. Division 1 3. Section 32 4. Section 32 5. Section 33 6. Section 33 7. Section 33 8. Section 33 9. Section 33 10. Section 33 11. Section 33 12. Section 33 — Bidding Requirements, Contract Forms, and Conditions of the — General Requirements 01 17 — Permanent Asphalt paving Repair 01 29 — Concrete Paving Repair 05 10 — Utility Trench Excavation, Embedment and Backfill 05 13 — Frame, Cover and Grade Rings 39 10 — Cast -in -Place Concrete Manholes 39 20 — Precast Concrete Manholes 12 20 — Resilient Seated (Wedge) Gate Valve 12 21— AWWA Rubber -Seated Butterfly Valve 04 11 — Corrosion Control Test Station 04 12 — Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole — Minor Adjustment a. b. c. 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. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet a. Measurement CITY OF FORT WORTI-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 05 14 - 3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "hllet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 6. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 05 14 - 4 ADJUSTING MANHOLES, INLETS, VALVP BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment I) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. e. The price hid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure This hens is intended.or a unique slrrrclure. Rid Beni should include details to Wen* the a/)ecijic'siruclur'c? (i.e, elliseellaneous Structure fld%usiruaul, S'tu. / 00) a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c, The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 1.3 REFERENCES A. Definitions 1. Minor Adjustment CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Strcetscape Improvement Project City Project. No, 02155 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 a. Refers to a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing manhole which requires structural modification or when a 24-inch ring is changed to a 30-inch ring. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and Related Structures. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cast -in -Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 05 13. E. Backfill material 1. See Section 33 05 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streelscape Improvement Project City Project. No. 02155 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTI-IER STRUCTURES TO GRADE Page 6 of 7 F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 33 04 11. H. Cast -in -Place Concrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CON I'ROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Examine existing structure to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification 1. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not, coordinate with City to verify final grade before beginning adjustment. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 4. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 33 05 10. D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 01 29. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION DATE NAME 12/20/2012 D. Johnson Revision Log SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330516-1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 05 16 CONCRETE WATER VAULTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Water Meter and Vault" complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858, Standard Specification for Underground Precast Concrete Utility Structures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330516-2 CONCRETE WATER VAULTS Page 2 of 5 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330516-3 CONCRETE WATER VAULTS Page 3 of 5 PART2- PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Performance / Design Criteria 1. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover / Door 1) For non -traffic areas — non H-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction — Conform to Section 03 30 00. 2. Frame and Cover — Conform to Section 33 05 13. 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner — Conform to Section 33 39 60. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 05 16 - 4 CONCRETE WATER VAULTS Page 4 of 5 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume ± 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conforin to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITTFS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 330516-5 CONCRETE WATER VAULTS Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.3 — Modified vault hatch door and ladder requirements 2.2.C.6 — Modified rubber seal requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART 1- GENERAL 1.1 SUMMARY 330526-1 UTILITY MARKERS/LOCATORS Page I of4 A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED foal OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color— Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minirnum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 05 26 - 4 UTILITY MARKERS/LOCATORS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITI N S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 331112-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page I of 8 SECTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 01 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11— Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April I, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 11 12 -2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2of8 e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up m. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the culTent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN through 48 IN, for Water Transmission and Distribution. e. M23, PVC Pipe — Design and Installation. f. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. 6. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 331112-3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900 or AWWA C905. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall 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. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900 or AWWA C905. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter (inch) 0.75 through 1.5 1.5 though 4 4 through 12 16 through 24 7. Pipe Markings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Min Pressure Class (psi) SDR 21 SCHED 40 DR 14 DR 18 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 331112-5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 or AWWA C905 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (R,) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 331112-6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 331112-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. 2. Push -on Joints a. Install Push -On joints as defined in AWWA C900 and AWWA C905. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3, Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson 331112-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 3,4,C.1 — Added reference to Ductile Iron Fittings 3.4.1) — Removed Marker Balls I.I Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 R. 5. from "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454-B." to 4/1/2013 F. Griffin "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". CITY OF FORT woRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April I, 2013 NTTA West Vickery Strectscape Improvement Project City Project. No, 021 SS 33 12 10 - I WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service Line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 -2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 4) Corporation stop 5) Curb stop 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) M surerncnt for this Item olall bepereaclr Serv;cc Reconnect complete in place from p:.blic service line connection to private service line connection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 -3 WATER SERVICES 1-1NCH TO 2-INCH Page 3 of 17 b lyayns` Kt 1) The work performed in ccxgjurxt+in: with relocation of the meter, associated private service line, fittings and n�,r bpi 5 feet or 1Ea in any difeetien from centerline of existing rnckar <hoation and tl trials furnished in accordance with t'rria Item will bo paid for at the unit price bid per each "Water Metes• .°Artioa, Rooc moction" it of kl d for: a) Various size of services c. The price b d cb i ix ude: 1) ikivate a�viee line 2) Fittings 3) Private connection to water meter '1) Connection to existing private service line 5) Cut and crimp of existing service 6) A 1 , ,a D- i c 1 f ti '1 vj ccci�v"vcr�raxia vi3poaur-o'v'ago ox 03iIj LII[gL nine,. GY• anallGy water meter, as directed by City 7) Pavement removal & aviation 9) h�illig 10) Jiaposal of excess n2ai�y� 11) Surface restoration for area disturbed for installtiai of lin.-Atet. box, eltaludil grass (seeding, sodding or hydro mulch paid separately) 12) Clean up 13) Cleaning -1-1) Di refection 15) Testing 4. Private Water Service Relocation a. M nsurement 1) M surcmcnt for this Item shall be per lin ar foot of Private Service rcloaatkx::Kxi p cte in place from the 1 : • bax to a connection to the exi:lin a vice line on private property. h. Payment ?) The work performed in conjunction with Private Service Lino o installation 1 th nd „ et- b ed , e +ha„ 5 f t i. direction from centerline of existing meter location and ntsr'iaia furnished in aoo x danne with the tom and m sured as provided under "Maaau<,axnt" will be paid for at the unit price bid per 1ir1: foot of "Private Water Service" performed for: a) Variaua ccr:'ice sizes o. The vice bid eball inol-ede: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 1) Prztate service line 5) Fittings F) Racks, eck var,vfarvl isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal Kati replacement 9) Etrc��'ation 10) Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 -4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 11) 1)c osal of excess material separately) 13) Clean up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. D883, Standard Terminology Relating to Plastics. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 3. American Water Works Association (AWWA): a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 - 6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 17 1.10 DELWERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AW WA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 -7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 3/4 inch per foot or 0.1458 inch per inch ± 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 %2 -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per A\1VWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch ± 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide 0-ring seal at top and bottom. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 -8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 a) 0-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 0-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide 0-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double 0-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C8OO b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C8OO b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C80O b. Threads per AWWA C7OO c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C8O0 b. Inlet and outlet connections per AWWA C800 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Fit contour of pipe as follows: Minimum Outside Maximum Outside Nominal Pipe Size Diameter of Pipe Diameter of Pipe (inches) (inches) (inches) 1.50 1.900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 10.00 11.100 11.400 4) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 5) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that'/2 inch remains after clamp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads. 6) The threads shall be full and free from shear. 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and smaller. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 Y2-inch and 2-inch services b. Brass castings per AWWA C800 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Pane 10 of 17 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with 0-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an 0-ring seat or a uniform flat drop -in flange gasket surface. 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1 '/z -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C8O0 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C80O b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop -in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: 1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Polymer body shall be black throughout and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. d) Exterior free from seams or parting lines e) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 - 11 WATER SERVICES I-INCII TO 2-INCH Page 11 of 17 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. 1-inch Standard Meter Box 1) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter: DFW38C1PS-14-BODY or approved equal. 2) Polymer a) Size: 21-1/2-inch x 20-1/2-inch Box, 14 inches high b) Minimum inside working room: 19-1/2-inch x 16-1/2-inch c) Pipe slots (1) One pipe slot molded on the inlet end of the body that measures 2- 1/4-inch x 3-1/4-inch and one pipe slot on the outlet end of the body that measures for 7-1/2-inch center "U" Branch. d) Polymer body shall have a 1-inch bottom flange to resist settling of box after installation. 3) Concrete a) Size: 11-inch x 18-inch Box, 12 inches high e. 2-inch Standard Meter Box 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter: DFW1730C-12-BODY or approved equal. 2) Polymer a) Size: 34-1/8-inch x 21-1/4-inch Box, 12 inches high b) Minimum inside working room: 31-3/4-inch x 16-5/16-inch c) Pipe Slots (1) One pipe slot molded on each end of body that measures 3-inch x 4-inch with optional molded 4-inch x 9-inch cut out. d) Polymer body shall have a molded 1/4-inch bow centered on sidewall to resist backfilling per Drawings. e) Polymer body shall have a 2-1/2-inch bottom flange to resist settling of box after installation. 3) Concrete a) Size: 15-1/4-inch x 26-7/8-inch Box, 12 inches high f. Bullhead Standard Meter Box 1) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1-inch Single service meter: DFW37C-12-BODY or approved equal 2) Polymer a) Size: 21-inch x 14-3/4-inch, 12 inches high b) Minimum inside working room: 19-1/8-inch x 10-7/16-inch c) Pipe Slots (1) One pipe slot molded on each end of body that measures 2-1/4-inch x 3-1/4-inch. d) Polymer body shall have a 1-inch bottom flange to resist settling of box after installation. 3) Concrete a) Size: 15-5/8-inch x 15-5/8-inch Box, 12 inches high CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape improvement Project City Project. No. 02155 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 17 12. Meter Box Lid a. Cast Iron or Ductile Iron 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of±1/16 inch per foot. 5) All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. 6) Casting weights may vary ±5 percent from drawing weight per industry standards. b. Plastic 1) The lid shall be: a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Polymer Lid shall be black throughout and shall have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post IndustriaU Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Polymer Lid shall be black throughout with no blowing agents or foaming plastics (3) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (4) Exterior free from seams or parting lines. (5) Polymer lid shall have a molded tread -pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (6) Polymer Lid shall have "City of Fort Worth" molded into the lid. (7) Polymer lid shall have "Water Meter" molded into the lid- Font shall be std Fadal CNC font with 1-inch characters x .150-inch deep. (8) Polymer Lid shall have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (9) Polymer lid shall have 2 pieces of/2-inch rebar located in lid pockets for locatability as shown in Drawings. b) Domestic Manufacture Only -Made in USA molded on Lid. c) Not to be installed in roadway -designed to withstand loading in non - deliberate and incidental traffic only. d) Able to withstand a minimum 15,000 pounds vertical load e) Engineered Plastic with ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid a) For use with services utilizing 5/8-inch x 3/4-inch, %-inch or 1-inch meter Single or Dual service meter: DFW38C-1EPA FTW-LID or approved equal. b) Size: 18-inch x 17-inch, 2 inches high c) For use with Class A Standard Meter Box DFW38C1PS-14-BODY or approved equal. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 331210-13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 17 a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter: DFW1730C-1EPA FTW-LID or approved equal. b) Size: 34-1/8-inch x 21-1/4-inch, 12 inches high c) For use with Class B Standard Meter Box DFW1730C-12-BODY or approved. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1- inch Single service meter: DFW37C-1EPA FTW-LID or approved equal. b) Size: 17-3/4-inch x 11-inch, 1-3/4 inches high c) For use with Class C Standard Meter Box DFW37C-12-BODY or approved equal. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 'A -inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type Crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14of17 c. Size of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/4-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 331210-15 WATER SERVICES I -INCH TO 2-INCH Page 15 of 17 (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) InstalI as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter V2 inch to 3/4 inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 331210-16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 17 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2/13/2013 F. Griffin 4/26/2013 F. Griffin 6/19/2013 D. Johnson Added Blue Text for clarification 1.2 A. —Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking Water Act — All materials shall be lead free in accordance with this Act. 1.2.A.3 — Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.B. — added certification submittals for compliance with regulatory requirements Added the phrase ', including grass' to lines; Part 1, 1.2.A.I.c.14, Partl, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, Partl, 1.2.A.4.c.I1 Added the phrase 'and replacement' to line Part 1,1.2.A.4.c.7 Revised lines with 'including grass' replacing with 'excluding grass (seeding, sodding or hydromulching paid separately)' Included in Part 1, 1.2, A, I, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11 1.2.A.4.c — Addition of private water service appurtenances relocation to being included in the linear foot price of private water services CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 34 41 10 TRAFFIC SIGNALS PART 1- GENERAL 1.1 SUMMARY 344110-I TRAFFIC SIGNALS Page 1 of 75 A. Section Includes: 1. LED Traffic Signal Head Assemblies 2. LED Countdown Pedestrian Signal Head Assemblies 3. Pedestrian Push Button Assemblies 4. Accessible Pedestrian Signals (APS) 5. Radar Detection Equipment and Cable 6. Video Imaging Vehicle Detection System (VIVDS) 7. Emergency Vehicle Preemption Equipment and Cable 8. Battery Back-up System for Signal Cabinets 9. Vehicle Loop Detectors (Sawcut) 10. Multi -conductor Cable 11. Power Lead-in Cable 12. Grounding Conductors 13. Ground Boxes 14. Traffic Signal Structures a. Pedestal Pole Assemblies b. Signal Poles c. Mast Arms 15. Signal Foundations 16. Hardware Paint 17. Controller and Cabinet Assembly 18. Advanced Warning Flasher Assembly 19. Louvered Back Plates 20. Powder Coating Signal Structures B. Deviations from this City of Fort Worth Standard Specification 1 None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 26 05 00 — Common Work Results for Electrical 5. Section 26 05 33 — Raceways and Boxes for Electrical Systems 6. Section 31 23 16 — Unclassified Excavation 7. Section 31 24 00 — Embankments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Strectscape Improvement Project City Project. No. 02155 34 41 10 -2 TRAFFIC SIGNALS Page 2 of 75 8. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 9. Section 33 05 30 — Location of Existing Utilities 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. LED Traffic Signal Head Assemblies a. Measurement 1) Measurement for this Item shall be per each LED traffic signal head assembly installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Signal Head Assmbly" installed for: a) Various numbers of sections c. The price bid shall include: 1) Furnishing and installing LED Traffic Signal Head Assembly and appurtenances including hinge pins, lens clips, locking devices, and gaskets 2) Housing and doors 3) Detachable visors 4) LED lamp unit 5) Louvers 6) Mounting hardware 7) Aluminum, vented one- or two-piece back plates 8) Cable inside the pole will be paid for separately. 2. LED Countdown Pedestrian Signal Section a. Measurement 1) Measurement for this Item shall be per each pedestrian signal section or each pedestrian signal retrofit module installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ped Signal Section" or "Ped Signal Retrofit Module" installed. c. The price bid for "Ped Signal Section" shall include: 1) Furnishing, assembling, and installing the pedestrian signal sections 2) Housing units 3) LED countdown pedestrian units 4) Mounting attachments and completing wiring connections 5) Cable inside the pole will be paid for separately. d. The price bid for "Ped Signal Retrofit Module" shall include: 1) Furnishing, assembling, and installing the pedestrian signal sections 2) LED countdown pedestrian units 3) Mounting attachments and completing wiring connections 4) Disposal of incandescent unit 5) Cable inside the pole will be paid for separately. 3. Pedestrian Push Button Assemblies a. Measurement 1) Measurement for this Item shall be per each pedestrian push button installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3441 10-3 TRAFFIC SIGNALS Page 3 of 75 b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ped Push Btn Assmbly" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Pedestrian Push Button Assemblies 2) Button housing 3) Button cap 4) LED indication 5) Push button signs 6) Switch 7) Built-in surge protection 8) Audible notification system 9) Mounting hardware 10) Cable inside the pole will be paid for separately. 4. Accessible Pedestrian Signal (APS) Units a. Measurement 1) Measurement for this Item shall be per each accessible pedestrian signal station installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Accessible Pedestrian Signal" unit of the type specified. c. The price bid shall include: 1) Furnishing, installing, and testing the Accessible Pedestrian Signal pushbutton stations 2) Mounting hardware 3) Sign adapter 4) Pushbutton stations 5) Central control units 6) Vibrotactile arrow with high visual contrast 7) Wiring harness 8) Voice message setup 9) Configuration devices or software 10) R10-3e (L/R) signs 11) The signal conductor cable from the signal cabinet to the pushbutton station shall be paid for under "Multi -conductor Cable". 5. Furnishing and Installing Radar Detection Devices a. Measurement 1) Measurement for this Item shall be per each radar detection device furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Radar Detection Device" installed for: a) Various types c. The price bid shall include: 1) Furnishing, assembling and installing Radar Detection Device CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -4 TRAFFIC SIGNALS Page 4of75 2) Contact closure input file cards 3) Relays 4) Set-up and diagnostic software including programming and testing of all detection zones per signal plans. 5) Circuits 6) Mounting hardware 7) Cable inside the pole will be paid for separately. 6. Installing Radar Detection Device a. Measurement 1) Measurement for this Item shall be per each radar detection device installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Install Radar Detection Device" for: a) Various types c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Installing Radar Presence Device 5) Relays 6) Set-up and diagnostic software including programming and testing of all detection zones per signal plans. 7) Circuits 8) Cable inside the pole will be paid for separately. 7. Furnishing and Installing Radar Cable a. Measurement 1) Measurement for this Item shall be per linear foot of radar cable furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot "Furnish/Install Radar Cable" installed. c. The price bid shall include: 1) Furnishing and installing radar cable 2) Making all connections to radar detectors and backpanels 8. Installing Radar Cable a. Measurement 1) Measurement for this Item shall be per linear foot of radar cable installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot "Install Radar Cable" installed. c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Installing radar cable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTI'A West Vickery Streetscape improvement Project City Project. No. 02155 3441 10-5 TRAFFIC SIGNALS Page 5 of 75 5) Making all connections to radar detectors and backpanels 9. Furnishing and Installing Radar Detector Back Plate a. Measurement 1) Measurement for this Item shall be per each radar detector back plate furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install Radar Detector Back Plate" for: a) Various types c. The price bid shall include: 1) Furnishing and installing radar detector back plate 2) Mounting hardware 3) Mounting to the interior of the cabient 4) Making all connections to radar cable and the controller 5) Testing 10. Installing Radar Detector Back Plate a. Measurement 1) Measurement for this Item shall be per each radar detector back plate installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install Radar Detector Back Plate" for: a) Various types c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Installing radar detector back plate 5) Mounting to the interior of the cabient 6) Making all connections to radar cable and the controller 7) Testing 11. Furnishing and Installing Video Imaging Vehicle Detection System (VIVDS) a. Measurement 1) Measurement for this Item shall be per each intersection approach furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install VIVDS". c. The price bid shall include: 1) Purchasing equipment and cable from City if called out in the Drawings 2) Furnishing, installing and testing VIVDS 3) Cameras 4) Mini -hub detector cards 5) Camera mounting hardware 6) Operational software 7) Communication interface panel 8) Field setup monitor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 6 TRAFFIC SIGNALS Page 6 of 75 9) Setup of all detection zones per traffic signal plans. Setup must be approved by City staff. 10) Cable inside the pole will be paid for separately. 12. Installing Video Imaging Vehicle Detection System (VIVDS) a. Measurement 1) Measurement for this Item shall be per each intersection approach installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Install VIVDS". c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Installing and testing all VIVDS components 5) Setup of all detection zones per traffic signal plans. Setup must be approved by City staff. 6) Cable inside the pole will be paid for separately. 13. Furnishing and Installing Preemption Detector a. Measurement 1) Measurement for this Item shall be per each Preemption Detector furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Preempt Detector for: a) Various types c. The price bid shall include: 1) Furnishing, installing and testing preemption detectors 2) Card rack 3) Phase selector 4) Mounting hardware 5) Cable inside the pole will be paid for separately 14. Installing Preemption Detector a. Measurement 1) Measurement for this Item shall be per each Preemption Detector installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Install Preempt Detector for: a) Various types c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Installing and testing preemption detector 5) Cable inside the pole will be paid for separately 15. Furnishing and Installing Preemption Cable a. Measurement 1) Measurement for this Item shall be per linear foot of preemption cable furnished and installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -7 TRAFFIC SIGNALS Page 7 of 75 b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot "Furnish/Install Preemption Cable" installed. c. The price bid shall include: 1) Furnishing and installing preemption cable 2) Making all connections to preemption detectors, phase selectors, and controller 16. Installing Preemption Cable a. Measurement 1) Measurement for this Item shall be per linear foot of preemption cable installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot "Install Preemption Cable" installed. c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Installing preemption cable 5) Making all connections to preemption detectors, phase selectors, and controller 17. Furnishing and Installing Battery Back -Up (BBU) System for Signal Cabinets a. Measurement 1) Measurement for this Item shall be per each BBU System component furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install BBU System" for: a) Various components b) Various types c. The price bid shall include: 1) Furnishing, installing and testing the BBU system 2) Purchasing equipment from City if called out in the Drawings 3) Inverter/charger 4) Manual bypass switch 5) Integrated power transfer switch or automatic bypass switch 6) Batteries 7) Self-contained external mounted cabinet 8) Mounting hardware 9) Wiring, and all necessary hardware and software 18. Install Battery Back -Up (BBU) System for Signal Cabinets a. Measurement 1) Measurement for this Item shall be per each BBU System furnished and installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3441 10-8 TRAFFIC SIGNALS Page 8 of 75 b. Payment 1) The work perfoinied and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install BBU System" for: a) Various types c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Installing and testing the BBU system 5) Wiring, and all necessary hardware and software 19. Vehicle Loop Detectors (Sawcut) a. Measurement 1) Measurement for this Item will be per linear foot of Sawcut containing loop wire. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Loop Detector Cable Sawcut". c. The price bid shall include: 1) Sawcutting pavement 2) Excavation 3) Disposal of excess material 4) Backfill 5) Pavement repair associated with sawcutting 6) Sawcut wire 7) Sealant 8) Sealant placement 9) Clean-up 10) Testing 11) Conduit and loop wire from the edge of pavement to the ground box used for vehicle loop detectors 12) The following items will be paid for separately: a) New ground boxes b) New loop lead in cable 20. Multi -conductor Cable a. Measurement 1) Measurement for this Item shall be per linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Multi -conductor Cable" installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Multi -conductor Cable 2) Cables inside poles CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -9 TRAFFIC SIGNALS Page 9 of 75 21. Power Lead-in Cable a. Measurement 1) Measurement for this Item shall be per linear foot of power lead-in cable installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Insulated Elec Condr" installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Power Lead-in Cable 22. Grounding Conductors a. Measurement 1) Measurement for this Item shall be per linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Bare Elec Condr" installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Grounding Conductors 23. Ground Boxes a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work perforated and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ground Box" installed for: 2) Various sizes 3) Various types c. The price bid shall include: 1) Furnishing and installing Ground Box 2) Excavation and backfill 3) Enclosures 4) Covers 5) Bolts 6) Gravel 7) Concrete apron when required 24. Furnishing and Installing Pedestal and Push Button Pole Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install Ped or Push Button Pole Asembly" furnished and installed for: a) Various types b) Various sizes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02I55 34 41 10 - 10 TRAFFIC SIGNALS Page 10 of 75 c. The price bid shall include: 1) Excavation and backfill 2) Furnishing and installing each Pedestal or Push Button Pole Assembly 3) Purchasing pedestal pole assemblies from City if called out in the Drawings 4) Furnishing, placement and compaction of backfill 5) Anchor bolts 6) Clean-up 25. Installing Pedestal or Push Button Pole Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install Ped or Push Button Pole Asembly" furnished and installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Excavation and backfill 5) Installing each Pedestal or Push Button Pole Assembly 6) Furnishing, placement and compaction of backfill 7) Clean-up 26. Furnishing and Installing Signal Poles a. Measurement 1) Measurement for this Item shall be per each signal pole furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install Signal Pole" installed for: a) Various types c. The price bid shall include: 1) Excavation and backfill 2) Furnishing and installing each Signal Pole Assembly 3) Luminaire arm, fixture, and lamp if specified 4) Erecting assembly on concrete foundation 5) Furnishing and placing anchor bolts, nuts, washers, and templates 27. Installing Signal Poles a. Measurement 1) Measurement for this Item shall be per each signal pole installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install Signal Pole" installed for: a) Various types c. The price bid shall include: 1) Scheduling pickup of material from the City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-11 TRAFFIC SIGNALS Page 11 of 75 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Excavation and backfill 5) Installing each Signal Pole Assembly 6) Installing luminaire arm, fixture, and lamp if specified 7) Erecting assembly on concrete foundation 8) hlstalling anchor bolts, nuts, washers, and templates 28. Furnishing and Installing Mast Arms a. Measurement 1) Measurement for this Item shall be per each Mast Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Furnish/Install Mast Arm" furnished and installed for: a) Various length intervals b) Various types c. The price bid shall include: 1) Furnishing, assembling and installing Mast Arm 2) Mounting equipment 3) Luminaire arm, fixture, and lamp if specified 4) Vibration dampers 5) Clean-up 29. Installing Mast Arms a. Measurement 1) Measurement for this Item shall be per each Mast Arm installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Install Mast Arm" installed for: a) Various length intervals b) Various types c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Assembling and installing Standard Mast Arm 5) Installing luminaire arm, fixture, and lamp if specified 6) Mounting equipment 7) Vibration dampers 8) Clean-up 30. Foundations a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Foundation" installed for: a) Various types CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -12 TRAFFIC SIGNALS Page 12 of 75 c. The price bid shall include: 1) Coordination and notification 2) Exploratory excavation (as needed) 3) Excavation 4) Disposal of excess material 5) Hauling 6) Protection of the excavation 7) Forms 8) Reinforcing steel 9) Grounding rods 10) Concrete 11) Installing Foundation 12) Clean-up 13) Testing 31. Hardware Paint a. Measurement 1) This Item is considered subsidiary to the various Traffic Signal Structures being installed and painted. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to various Traffic Signal Structures being installed and painted and shall be subsidiary to the unit price bid per various Traffic Signal Structures being installed and painted, and no other compensation will be allowed. 32. Installing Controller and Cabinet Assembly a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each "Controller & Cabinet" installed for: a) Various mounting methods c. The price bid shall include: 1) Scheduling pickup of material from the City 2) Pickup and transportation of material from the City to the jobsite 3) Taking precautions to ensure material is not damaged during transportation 4) Installing the Controller and Cabinet Assembly 5) Excavation 6) Conduit 7) Concrete foundation pad 8) Grounding rod 9) Wiring 10) Cable 11) Terminating 12) Testing 13) Troubleshooting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 13 TRAFFIC SIGNALS Page 13 of 75 33. Advanced Warning Flasher Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed, relocated, or removed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each assembly installed for: a) Install Roadside Flashing Beacon Assemblies b) Install Supplemental Flashing Beacon c) Relocate Roadside Flashing Beacon Assemblies d) Remove Roadside Flashing Beacon Assemblies e) Various applications including signal ahead, school zone, stop ahead, etc. c. The price bid shall include: 1) Installation a) Furnishing, fabricating, galvanizing, roadside flashing beacon assemblies b) Foundations c) Furnishing and placing anchor bolts, d) Controller e) Sign f) Beacon g) Solar panel if specified Equipment, materials, labor, tools, h) 2) Relocation Removing the roadside flashing beacon assemblies Removing existing foundations Installing new foundations Furnishing, fabricating, and installing any new components as required and replacing the assembly on its new foundations with all manipulations and electrical work Controller Salvaging materials to be returned to the City Disposal of unsalvageable material Loading and hauling a) b) c) d) e) fl g) h) assembling, and erecting the • nuts, washers, and templates and incidentals. i) Equipment, material, labor, tools, and incidentals. 3) Removal a) Removing the various roadside flashing beacon assemblies components b) Removing the foundations c) Storing the components to be reused or salvaged d) Disposal of unsalvageable material e) Backfilling and surface placement f) Loading and hauling g) Equipment, materials, tools, labor, and incidentals. 34. Louvered Back Plates a. Measurement 1) Measurement for this Item shall be considered subsidiary to the Signal Head Asembly pay items. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -14 TRAFFIC SIGNALS Page 14 of 75 b. Payment 1) The work performed and materials furnished in accordance to this Item shall be considered subsidiary to the Signal Head Assmbly pay items. c. The price bid shall include: 1) Installing Louvered Back Plate to signal heads 2) Mounting hardware (self -tapping screws) 3) Clean-up 35. Powder Coating Signal Structures a. Measurement 1) Measurement for this Item shall be per each traffic signal structure powder coated. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each traffic signal structure powder coated for: a) Various length of traffic signal poles b) Various length of pedestal and push button poles c) Various length of traffic signal mast arms c. The price bid shall include: 1) Mechanically etching surfaces by brush blasting 2) Coating material 3) Delivery to and from powder coating company 1.3 REFERENCES A. Abbreviations and Acronyms 1. VIVDS: Video imaging vehicle detection system 2. BBU: Battery back-up system 3. LED: light emitting diode 4. APS: Accessible Pedestrian Signal B. Defmitions 1. Battery Back -Up (BBU) System a. Automatic Bypass Relay 1) A unit connected between the inverter/charger, and the load, which can automatically switch power to the controller cabinet service panel from inverter output power to utility line power, in the event of an inverter failure. b. Battery Back -Up System (BBU System) 1) The battery back-up system includes but is not limited to a manual bypass switch, automatic bypass switch or power transfer switch, inverter/charger, batteries, wiring, external cabinet and all necessary hardware for system operation. c. Battery Back -Up System Software (BBU System software) 1) All software associated with operation, programming and functional requirements of the BBU system. d. Battery Monitoring Device 1) The device which monitors battery temperatures and charge rate of the batteries used in the BBU system. Shall be an ambient sensor internal to the inverter/charger. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 15 TRAFFIC SIGNALS Page 15 of 75 e. Batteries 1) Standard 12V batteries wired in series with a cumulative minimum rated capacity of 210 amp -hours. f. Boost 1) When enabled, the BBU inverter/charger shall automatically switch into this mode to raise the utility line voltage when it drops below a preset limit. The limit may be user defined or use manufacturer default settings (typically 100V AC). g. Buck 1) When enabled, the unit shall automatically switch into this mode to reduce the utility line voltage when it rises above a preset limit. The limit may be user defined or use manufacturer default settings (typically 135V AC). h. External Cabinet 1) The structure which houses the complete system components for the BBU System. i. Inverter/Charger 1) The unit which converts the DC voltage input into 120 VAC output for the traffic signal cabinet to operate. As a minimum the inverter/charger shall be rated for 1400 VA, 1000 watts. j. Inverter Line Voltage 1) The power supplied from the BBU system to the traffic signal cabinet from the BBU System inverter. k. Manual Bypass 1) Manual switch that allows user to bypass BBU power to service system equipment. Manual bypass switch switches utility line power directly to cabinet. 1. Signal Operation Mode 1) A signalized intersection generating a 700W load when running in normal operation. m. Signal Flash Mode 1) A signalized intersection generating a 300W load when running in the flash mode of operation. n. Utility Line Voltage 1) The 120V AC power supplied to the BBU system 2. Back Plate a. A thin strip of material extending outward from all sides of a signal head. C. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Standard Testing Materials (ASTM) a. ASTM B85-57T — "Standard Specification for Aluminum -Alloy Die Castings" b. ASTM B26-57T — "Standard Specification for Aluminum -Alloy Sand Castings" c. ASTM B-209-57T — "Standard Specification for Aluminum and Aluminum - Alloy Sheet and Plate" d. ASTM D-1535 — "Standard Practice for Specifying Color by the Munsell System" CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 16 TRAFFIC SIGNALS Page 16 of 75 e. ASTM B-033 — "Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes" f. ASTM B-8 — "Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft" g. ASTM A3250-N — "High Strength Galvanized Steel Bolts" h. ASTM A490-N — "High Strength Galvanized Steel Bolts" i. ASTM A123 — "Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products" j. ASTM A153 — "Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware" 3. Texas Manual on Uniform Control Devices (TMUTCD) a. Part IV — Traffic Signals 4. Manual on Uniform Traffic Control Devices, 2009 Edition a. Digits 5. Federal Aviation Administration (FAA) a. FAA L-802-B 6. Institute of Transportation Engineers (ITE): a. Vehicle Traffic Control Signal Head — Light Emitting Diode (LED) Circular Signal Supplemental (VTCSH), adopted June 2005. b. Vehicle Traffic Control Signal Head Part 3: Light Emitting Diode (LED) Arrow Traffic Signal Modules. c. Equipment and Materials Standards, Vehicle Traffic Control Signal Heads (VTCSH) Part 2: LED Vehicle Signal Modules. d. PTCSI LED Signal Modules Draft Version of Februaly 2009 1) Luminous intensity, uniformity and viewing angles 2) Chromaticity 7. Underwriter's Laboratory Incorporate (UL) a. Standard UL-651 — "Schedule 40 and 80 Rigid PVC Conduit and Fittings" b. Standard UL-514B — "Conduit, Tubing, and Cable Fittings 8. American Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE) a. Section 6.1.2 ANSIIIEEE C62.41.2 — 2002, 3KV, 2 SZ b. Section 6.1.1 ANSI/WEE C62.41.2 — 2002, 6KV, 3052 c. Transient suppression 9. MIL-STD-883 a. Test Method 2007 b. Mechanical vibration 10. MILS ID-810F a. Procedure 1, Rain & Blowing Rain b. Moisture resistance 11. National Electrical Manufacturer's Association (NEMA) a. Section 2.1.6 NEMA TS 2-2003 b. Section 2.1.8 NEMA TS 2-2003 c. Transient voltage protection d. Controller compatibility 12. Federal Communications Commission (FCC) a. Title 47 Sec 15 Sub. B CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 17 TRAFFIC SIGNALS Page 17 of 75 b. Electronic noise 13. International Municipal Signal Association (IMSA) a. IMSA 5-1 b. IMSA 7-1 c. IMSA 20-1 14. National Fire Protection Association (NFPA) / National Electric Code (NEC) a. NFPA 70 b. Wiring 15. International Electrotechnical Commission (IEC) a. Section 8.2 IEC 1000-4-5 b. Section 8.0 IEC 1000-4-12 c. Transient suppression 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. City must approve any deviation from Specification ten (10) working days prior to installation. B. Preinstallation Field Inspection Meetings 1. 48 hours Notice of Intention to establish final location of any foundations, bases, conduit, and detectors. 2. 48 hours' notice to Texas811, City of Fort Worth Water and Sewer (817-871-8275), and City of Fort Worth Traffic Signals/Street Lights/Storm Drains (817-392-8100). C. Scheduling 1. 48 hours advanced approval for existing traffic signal turn off of flash operation. 2. 48 hours advanced notice of placing traffic signal into operation. 3. 3 Working Days notice for City provided equipment pick-up. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data Sheets are required for: 1. Traffic signal housing, louvered back plates, visors, louvers, LED lamps, and mounting hardware 2. Pedestrian signal housing, LED lamps, and mounting hardware 3. Pedestrian push button assemblies 4. Accessible Pedestrian Signals 5. Conduit 6. Battery back-up systems 7. Multi -conductor cable 8. Power lead-in cable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 18 TRAFFIC SIGNALS Page 18 of 75 9. Ground boxes 10. Grounding conductor 11. Grounding rod 12. Concrete (Refer to Section 03 30 00) 13. Vibration dampers 14. Standard and Decorative Traffic Signal Structures 15. Miscellaneous items supplied 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. 4. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 5. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. B. Delivery and Acceptance 1. Inspect all City furnished materials prior to taking possession. Any damages after taking possession shall be the responsibility of the Contractor. 2. Arrange pick up all City furnished materials and deliver them to the Site. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. 2. A 2 year warranty shall be required on all equipment furnished by the Contractor. 3. A 5 year unconditional warranty shall be required on all batteries for the battery back- up systems furnished by the Contractor. B. Extended Correction Period 1. Contractor responsible for correcting any substandard workmanship and/or materials for 24 months from the date the signal is accepted by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 31 41 10 - 19 RA)PICSIGNALS Page 19 or75 PART 2 - PRODUCTS 2.1 PRODUCTS TO 13E FURNISHED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Controller and Cabinet Assemblies 2. Communications equipment 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT 'TYPES, AND MATERIALS A. Manufacturers I. The manufacturer must comply with this Specification and related Sections. 2. Any equipment, product type, or material that is not listed in this Specification or in TxDOT's Material Producer List is considered a substitution and shall be submitted in accordance with Section 01 25 00 and not installed until approved. a. httn://www.txdot.eov/inside-ixdot/division/construction/producer-1ist.html 3. If more than 1 unit ofa given bid item is required, then the Contractor shall ensure that all units are the product of 1 manufacturer, unless otherwise directed by the Traffic Management Manager or designee. No mix or matching will be allowed. B. Description 1. Regulatory Requirements a. Traffic signal shall meet or exceed standards set forth by the Texas Manual on Uniform Traffic Control Devices (TMUTCD), National Electric Code (NEC), Institute of Transportation Engineers (ITE), American Society for Testing and Materials (ASTM), American Standards Institute (ANSI), and National Electrical Manufacturer's Association (NEMA). 2. Et is the Contractor's responsibility to furnish all materials necessary to complete each traffic signal installation, whether the item is specifically mentioned or not. All unspecified materials (i.e., electrical tape, bolts, and nuts, etc.) shall meet the requirements of the National Electrical Code. 3. All materials supplied by the Contractor shall be of new, un-depreciated stock. C. Traffic Signal Materials 1. Traffic signal head assemblies a. Vehicle Signal Housings 1) The product bid shall be manufactured by one of the following manufacturers: a) Chapel Hill b) Econolite c) McCain d) Naztec e) Semex t) Siemens ITS — Eagle g) Peek Traffic h) Other prior approved equivalent CITY 01' FORT *WORT!! STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3441 10 - 20 TRAFFIC SIGNALS Page 20 of 75 2) The housing and doors of the signal head shall be made of die cast aluminum alloy in accordance with ASTM Specification B85-57T. 3) Sandcast aluminum alloy shall be used for other parts of the signal head if in accordance with ASTM Specification B26-57T. 4) The visors shall be fabricated from aluminum sheet conforming to the ASTM Specification B-209-57T. 5) All miscellaneous parts such as hinge pins, lens clips, locking devices, etc. shall be made of a non -corrosive material. 6) The housing of the signal heads shall be constructed of interchangeable sections. 7) All exterior mating surfaces shall be flat to assure waterproof and dust - proof assembly of sections. 8) The top and bottom of the sections will have an opening approximately 2 inches in diameter to permit the entrance of 1 %2 inch pipe nipples. 9) Each section shall have serrated openings or equivalent, for providing a positive and locked positioning of signal sections when used with serrated mast arm or span wire mounting brackets. 10) The door and lens housing shall be equipped with a watertight and dust - tight molded neoprene gasket. a) The door of each signal section shall be attached to the housing in a watertight and dust -proof manner. b) Non -corrosive hinge pins and 2 wing screws will be furnished on each door for opening and closing without the use of special tools. (1) These hinges and screws shall be of such design as to allow even gasket pressure. 11) Each signal head section shall be furnished with a detachable tunnel type visor unless otherwise specified. 12) Visors shall be a minimum of 10 inches in length (depth) for 12 inch signals. a) Visors shall be attached to the door assemblies in a manner that facilitates field removal and installation. b) Visors shall be fabricated from aluminum and shall not form a complete circle and shall have the bottom open, unless louvers are required. 13) Traffic signal housing shall be furnished with LED inserts that comply with this Specification and shall be in the standard red, amber and green configuration as specified by the most current version of the TMUTCD. 14) A screw down type terminal block shall be provided with each signal head for facilitating field wiring. 15) The pigtail leads from the lamp receptacles shall be connected to a common terminal block within the head assembly. 16) Each tenninal block will be at least a 6 position, 12 terminal strip securely fastened at both ends to the signal housing. 17) The housing and outside surface of the visors shall be traffic yellow (RAL 1023) in color. a) The inside surface of visors shall be a "Dull" or "Flat -black" color. b) The outside surface shall have a minimum of 2 coats of baked chrome yellow enamel (TT-C-595E1310), Munsell notation O.YP 47/15/3, per FAA Specification L-802-B and ASTM D 1535. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-21 TRAFFIC SIGNALS Page 21 of 75 b. LED traffic signal lamp unit 1) The product bid shall be manufactured by one of the following manufacturers: a) GE Lighting Solutions b) LEOTEK Electronics USA Corporation c) Dialight d) Excellence Opto, Inc. e) Other prior approved equivalent 2) The equipment shall conform to the applicable requirements of: the Underwriter's Laboratory Incorporate (UL), the American Society for Testing and Materials (ASTM), the American Standards Institute (ANSI), the National Electrical Manufacturer's Association (NEMA), and other applicable standards and specifications. 3) The LED traffic signal lamp unit shall comply at a minimum with the Institute of Transportation Engineers (ITE) specification for Vehicle Traffic Control Signal Head — Light Emitting Diode (LED) Circular Signal Supplement (VTCSH); adopted June 2005, for circular indications and Vehicle Traffic Control Signal Head Part 3: Light Emitting Diode (LED) Arrow Traffic Signal Modules for arrow indications. 4) The LED shall have an "incandescent" look, using the minimum number of LED's that comply with the ITE specification. 5) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). 6) The manufacturer's name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. 7) Documentation Requirements a) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and accurate installation wiring guide (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) A copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets all the requirements of these Specifications in accordance with ITE VTSCH Part 2. (4) Schematic diagram for each unit, along with any necessary installation instructions (5) For each unit submitted, the manufacturer name, brand and model number of LEDs used shall be provided, along with the LED manufacturer's recommended drive current and degradation curves. (6) Warranty information from manufacturer (7) Quality assurance testing documentation c. Signal head louvers 1) Louvers shall be provided for those signal sections indicated in the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape improvement Project City Project. No. 02155 34 41 10 - 22 TRAFFIC SIGNALS Page 22 of 75 2) All louvers shall be of such design as to provide visibility of the lens for the intended lane of traffic as indicated by the Drawings and block visibility to all other lanes. d. Mounting hardware 1) Mast Ann Mount Signal Bracket, 1-Way Cable Mount a) The product bid shall be the mast ann mount signal bracket, 1-way cable mount, for 3 to 5 section head with 84 inches cable and 74 inches long gusseted tube manufactured by Pelco, part no. AB-0125, or approved equivalent. 2) Mast Aim Mount Signal Bracket, 1-Way Cable Mount, Clamp Assembly a) The product bid shall be the mast arm clamp assembly with 84 inches cable manufactured by Pelco, part no. AB-3009, or approved equivalent. 3) Mast Arm Mount Signal Bracket, 2-Way Cable Mount a) The product bid shall be the mast arm mount signal bracket, cluster cable mount, for 5 section signal head with 84 inches cable manufactured by Pelco, part no. AB-013 8, or approved equivalent. General Specifications are below. 4) General Specifications a) Bracket shall be completely adjustable such that it is capable of rotational adjustment about the bracket axis, vertical adjustment, rotational adjustment about the mast arm and rotational adjustment right & left from the vertical plane. b) Bracket shall be provided with aircraft type stranded cable for fastening the bracket to the supporting arm or structure. c) Bracket shall be easily adjustable to fit all sizes of round, octagonal, elliptical or other shaped structure without special tools or equipment. d) Bracket shall attach to the signal in a clamping manner holding the signal both top and bottom in order to assure maximum rigidity. (1) For the 1-way cable mount, a standard bracket shall accommodate all major signal manufacturers' signals from a 3 section 1-way 12 inches signal through a 5 section 1-way 12 inches signal and any combination thereof including 3M and ICC configurations. (2) For the 2-way cable mount, a standard bracket shall accommodate all major signal manufacturers' signals for a 3 section 2-way 12 inches signal and any combination thereof including 3M and ICC configurations. e) Upper and Lower Anns (1) Shall be cast from 319 aluminum or equivalent (2) The lower bracket arm shall be internally threaded to accommodate the threaded vertical support tube. (3) The lower arm shall be furnished with ABS plastic covers, which will slide and snap into position without the use of fasteners or tools. (4) All upper and lower arms shall have 72 tooth serrations cast into the arm to assure a positive lock with signal housing and shall be secured about their rotational axis with setscrews. (5) Both upper and lower arms shall have a tri-bolt arrangement for attachment to the signal housing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-23 TRAFFIC SIGNALS Page 23 of 75 (6) Opening in the lower arms shall accommodate a minimum of 3, 12 conductor 14 gauge cables. f) Vertical Support Tube (1) Shall be a double gusseted tube extruded from 6063-T6 aluminum alloy or equivalent and have a cross section. (2) Each tube shall be complete with a vinyl closure strip and be threaded on 1 end to accommodate the lower arm assembly. g) Mast Arm Clamp Assembly (1) Both male and female halves shall be cast from 713 aluminum alloy or equivalent. (2) The male clamp half shall be secured within the female half, utilizing a spring steel retainer ring. (3) Such assembly shall provide an unobstructed center of 2 3/8 inches minimum diameter, allowing for 360 degree rotation of the clamp assembly. (4) There shall be no internal cross bracing assembly obstructing the center opening. h) Aircraft Type Stranded Cable (1) Shall be fabricated in 1 piece with a minimum diameter of 3/16 inches either galvanized or stainless steel (2) The cable shall be complete with 7/16 inch stainless steel clamp screw permanently attached to each end. Each clamp screw shall be fitted with a stainless steel hex nut, SAE flatwasher and an aluminum -bearing washer. (3) The clamp screw shall be flattened on 2 opposite sides for wrench accommodation. The stranded cable shall be of sufficient length to fasten the clamp assembly to a minimum pole diameter of 8.6 inches. i) Each bracket shall be complete with all necessary bolts, washers, gaskets, etc. to allow assembly of the signal to the bracket and the bracket to the mast arm. j) All aluminum parts shall have an Alodine (or equivalent) finish. All steel parts shall have a traffic yellow (RAL 1023) zinc di -chromate finish. 2. Pedestrian Signal Section and Retrofit Modules a. General 1) Furnish a single, self-contained module, not requiring on -site assembly for retrofit into existing traffic signal housings as defined in TxDOT DMS- 11130, Pedestrian Signal Heads. Ensure that installation does not require special tools. 2) Provide LED's rated for 100,000 hours of continuous operation over a temperature range of -40°C to +74°C. 3) Ensure modules are rated for a minimum Life of 60 months. 4) Ensure modules meet all parameters of this specification throughout this 60-month period. 5) Use LEDs manufactured using aluminum -indium -gallium -phosphide (A1JnGaP) technology or other LEDs with lower susceptibility to temperature degradation than aluminum -gallium -arsenic (AIGaAs) technology. AIGaAs LEDs are not allowed aluminum. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-24 TRAFFIC SIGNALS Page 24 of 75 b. Housing 1) The product bid shall be manufactured by one of the following manufacturers: a) Chapel Hill b) McCain Traffic Supply c) Naztec d) Semex e) Siemens ITS/Eagle f) US Traffic Corporation g) Other prior approved equivalent 2) Housings will not be provided for retrofit modules. 3) Housing units shall be new and unweathered. 4) Housing shall be in accordance with TxDOT DMS-11130. 5) The housing shall be fitted with an LED module that has an incandescent look. 6) The housing shall be a 1-piece corrosion resistant aluminum alloy die- casting with integrally cast top, bottom and sides that are weather proof and dust -tight. 7) The housing shall be right and left drilled for clamshell attachment and shall have top and bottom ports that are opened and capped and will accommodate standard 1 r/2 inches pipe. 8) The approximate size of housing (including body, door, and ears) shall be 16.0 inches H x 18.75 inches W x 8 inches D. 9) The door frame shall be a 1-piece corrosion resistant aluminum die-casting. 10) The housing shall be traffic yellow (RAL 1023). 11) The housing shall have a standard 3-position terminal block, pre -wired to receptacles to permit easy field installation of a power supply. 12) All necessary hardware shall be provided with housing. Rivets shall be aluminum and bolts, lock washers, screws, eyebolt assembly and pins shall be stainless steel. c. Mounting hardware 1) Mounting hardware shall be the clamshell mount type #4805 manufactured by McCain, or approved equivalent. 2) Mounting hardware shall be a 2-piece, cast aluminum alloy assembly. 3) The 2 separate castings shall be joined in the fmal assembly by the use of stainless steel spring pins. 4) The pole half of the assembly shall be designed to adapt to a wide range of pole configurations (4 inch minimum diameter). 5) Unit construction shall allow band -it type mounting. 6) Band -it type mounting shall be permitted by 2 recessed slots near the top and bottom of the pole half of the assembly. 7) The pedestrian assembly shall be capable of being mounted on the pole by lining up the mounting pins of the pole half with the mounting ears of the pedestrian assembly and lowering it into position. 8) 3 sets of screw terminal pairs shall be located on a terminal block in the upper third of the head half of the clamshell assembly. 9) A closed cell neoprene sponge gasket shall be provided on the mating surfaces of the 2 halves of the assembly to compete the rain -tight construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 25 TRAFFIC SIGNALS Page 25 of 75 d. Module 1) Modules shall comply with TxDOT DMS-11130. 2) Ensure retrofit modules are capable of replacing the optical unit. 3) The module lens may be a replaceable part without the need to replace the complete module. 4) Ensure the walking person and hand icons (16 in. x 18 in. size only) are full (not outlines). 5) Ensure the countdown digits are made up of two rows of LEDs. 6) Ensure each digit is a minimum of 7 in. in height. 7) For each nominal message bearing surface (module) size, use the corresponding H (height) and W (width): Bearing Module Icon Icon Countdown Countdown Surface Size Height Width Height Width (16 x 18 in.) Min 7 in. 7 in. Min 9 in. 6.5 in. 8) Ensure the units do not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don't walk cycle. 9) Provide modules that are single, self-contained devices, not requiring on - site assembly for installation into existing traffic signal housing. 10) Ensure the power supply is designed to fit and mount inside the pedestrian signal module. 11) Ensure the assembly and manufacturing process for the module is designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. e. Environmental Requirements 1) Ensure the module is rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of-40°C to +74°C (- 40°F to +165°F). 2) Ensure the pedestrian module is designed to meet NEMA 250 Hose down Test. 3) The test is to be conducted on a stand-alone unit. No protective housing will be used. 4) Ensure the module lens is UV stabilized. 5) Ensure that the LED optical unit is dust- and moisture -proof to protect all internal LED and electrical components. 6) Provide housing for each LED optical unit that is a sealed watertight enclosure that prevents dirt contamination and allows for safe handling in all weather conditions. 7) Perform moisture -resistance testing on LED signal sections in accordance with the requirements in the latest NEMA Standard 250 for Type 4 enclosures. 8) Evidence of internal moisture after testing will be cause for rejection. f. Signal Lens 1) Ensure the lens of the LED pedestrian and countdown signal modules are polycarbonate UV stabilized and a minimum of 1/4 in. thick. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3441 10-26 TRAFFIC SIGNALS Page 26 of 75 2) Ensure the exterior of the lens of the LED pedestrian and countdown signal module are smooth and frosted to prevent sun phantom. g. Module Identification 1) Each module must be permanently identified on the backside with the manufacturer's name, model numbers, manufactured date (minimum week and year), and serial number. 2) Ensure the following operating characteristics are identified: nominal voltage, power consumption, wattage and Volt -Ampere. h. Photometric Requirements 1) Luminance, Uniformity & Distribution a) Ensure that for a minimum period of 60 months, the maintained minimum luminance values for the modules under normal operating conditions are not less than 2200 cd/m2 for the Walking Person icon and 1400 cd/m2 for the Hand icon when measured perpendicular to the surface of the module at nine (nine) separate points on the icon. b) These values may decrease up to 50% of these table values beyond 15° from the perpendicular in either to the left or right on a horizontal plane. c) Ensure that the luminance of the module does not exceed three times the maintained minimum luminance of the modules. d) Ensure that the uniformity of the walking person and hand icons' illumination meet a ratio of not more than 1 to 5 between the minimum and maximum luminance measurements (in Cd/m2). 2) Chromaticity a) The standard colors for the LED Pedestrian Signal Module must be White for the walking person and Portland Orange for the hand icon and countdown digits on a black opaque background. b) Furnish an optical unit that remains in accordance with the chromaticity (color) requirements in the latest Equipment and Material Standards of the Institute of Transportation Engineers, Chapter 3: "Pedestrian Traffic Control Signal Heads," for a minimum of 60 months over an operating temperature range of-40°F to 165°F. Electrical 1) General a) Furnish modules that are operationally compatible with traffic signal controllers, cabinets and accessories manufactured to City specifications. b) Ensure that all wiring and terminal blocks meet the requirements of Section 13.02 of the VTCSH Standard. c) Three secured, color coded, 914 mm (36 in) long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. d) Furnish LED signal modules that are designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15 Kohm (either resistive or capacitive). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 27 TRAFFIC SIGNALS Page 27 of 75 e) Furnish signal modules that are designed so that, under normal operation, an AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater than 15 Kohms and for any applied AC voltage between 95 and 135 volts RMS that is connected across this series combination. f) In addition, the signal module must be designed so that the voltage across the module will reduce in value to less than 10 volts RMS within 100 msec when the module is switched off by any solid state switch or switch pack having an impedance of 15 Kohms or greater. g) Incorporate a regulated power supply engineered to electrically protect the LEDs and maintain safe and reliable operation in each LED optical unit. h) Use a power supply that provides capacitor -filtered direct current (DC) regulated current to the LEDs per the LED manufacturer specification. Designs that operate at currents greater than the LED manufacturer's recommended drive current will not be allowed. i) Design the power supply so that the failure of an individual component or any combination of components cannot cause the signal to be illuminated after alternating current (AC) power is removed. Provide a signal module that is equipped such that each indication (i.e. walk symbol, hand, and countdown display) is provided with a separate power supply. 2) Voltge Range a) Ensure the LED modules operate from a 60 + 3 Hertz AC line power over a voltage range from 80 to 135 VAC RMS. b) The current draw must be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. c) Nominal operating voltage for all measurements must be 120 + 3 Volts rms. d) Fluctuations in line voltage over the range of 80Vac to 135Vac must not affect luminous intensity by more than ± 10%. e) Ensure the LED circuitry prevents flickering at less than 100 Hz over the voltage range stated above. f) Provide modules that are designed and constructed so that the failure of a single LED will not result in the loss of additional LEDs. g) There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. h) To test for this condition the each icon must first be fully illuminated at the nominal operating voltage. i) The applied voltage must then be reduced to the point where there is no illumination. j) This point must be greater than 35 VAC RMS. k) Turn -On and Turn -Off Time (1) Ensure each icon of the module reaches 90% of their full illumination (turn -on) within 75 msec of the application of the nominal operating voltage. (2) The modules must not be illuminated (turn-off) after 75 msec of the removal of the nominal operating voltage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -28 TRAFFIC SIGNALS Page 28 of 75 1) For abnormal conditions when nominal voltage is applied to the unit across the two-phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit must default to the hand symbol. m) Transient Voltage Protection (1) Ensure the module's on -board circuitry includes voltage surge protection to withstand high -repetition noise transients and low - repetition high-energy transients as stated in Section 2.1.6, NEMA Standard TS-2, 2003, or the latest version. n) Electronic Noise (1) The modules and associated on -board circuitry must meet Federal Communications Commission (FCC) Title 47, Sub Part B, Section 15 regulations concerning the emission of electronic noise. o) Power Factor (PF) and AC Harmonics (1) Ensure the modules provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 25°C (77°F). (2) Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 25°C (77°F) shall not exceed 20%. 3) Module Functions a) Cycle (1) The module must operate in one mode: Clearance Cycle Countdown Mode Only. (2) The display of the number of remaining seconds must begin only at the beginning of the pedestrian change interval. (3) After the countdown displays zero, the display must remain dark until the beginning of the next countdown. (4) Module will not have user accessible switches or controls for modification of cycle. (5) Ensure the countdown pedestrian signal displays the number of seconds remaining until the tennination of the pedestrian change interval. (6) Countdown displays must not be used during the walk interval nor during the yellow change interval of a concurrent vehicular phase. b) Learning Cycle (1) Ensure that at power on, the module enters a single automatic learning cycle. (2) During the automatic learning cycle, the countdown display remains dark. c) Cycle Modification (1) The unit re -programs itself if it detects any increase or decrease of Pedestrian Timing. (2) The counting unit will go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. d) Recycling (1) Ensure the module allows for consecutive cycles without displaying the steady Hand icon ("Don't Walk") or the countdown display. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 29 TRAFFIC SIGNALS Page 29 of 75 e) Preemption (1) Provide modules that recognize preemption events and temporarily modify the crossing cycle accordingly. (2) If the controller preempts during the walking man, the countdown will follow the controller's directions and will adjust from walking man to flashing hand. (3) It will start to count down during the flashing hand. If the pedestrian change interval is interrupted or shortened as a part of a transition into a preemption sequence, the countdown pedestrian signal display should be discontinued and go dark immediately upon activation of the preemption transition. (4) The next cycle, following the preemption event, must use the correct, initially programmed values. f) "Don't Walk" Steady (1) If the controller output displays Don't Walk steady condition and the unit has not arrived to zero or if both the hand and man are dark for some reason, the unit suspends any tuning and the digits will go dark. (2) A steady UPRAISED HAND (symbolizing DONT WALK) signal indication must be displayed during the yellow change interval and any red clearance interval (prior to a conflicting green being displayed). g) Power Failures (1) The module must maintain a consistent countdown during short power failures (less than 1 second). (2) A longer failure or an absence of signal greater than one (1) second must turn off countdown display and trigger a restart system remembering the last sequence, as it is done for the 170/2070 traffic controller. 3. Pedestrian Push Button Assemblies a. The product bid shall be the Bulldogm' pushbutton BDLM2-Y with Bulldog Pole Mount BDPM-X manufactured by Polara, or approved equivalent, and shall meet the following specifications: 1) Button must be highly vandal resistant and pressure activated with essentially no moving parts. 2) Button must be able to withstand an impact from a baseball bat or hammer. 3) Button housing must be cast aluminum powder coated traffic yellow (RAL 1023). 4) Button cap must be made of 316 stainless steel. 5) Switch must be solid state electronic Piezo switch rated for 100 million cycles with no moving plunger or moving electrical contacts. 6) Button must have LED to give indication of button being pushed. 7) Button must give a 2 toned beep indication of button being pushed (1 tone for push, 1 tone for release). 8) Button must have built in surge protection. 9) Button must be able to hold the call for a minimum of 5 seconds. 10) Button must operate immediately after being completely immersed in water for 5 minutes. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-30 TRAFFIC SIGNALS Page 30 of 75 11) Button must not be able to allow ice to form such that it would impede function of button or button cap. 12) All switch electronics must be sealed within the cast aluminum housing. 13) Button must have raised ridges to protect the button from side impacts. 14) The button shall come complete with an aluminum round housing to be mounted to the signal pole. The housing shall be cast aluminum powder coated traffic yellow (RAL 1023). 15) R10-3e push button signs 16) All necessary pole mounting hardware shall be supplied. 4. Accessible Pedestrian Signal Units a. The product bid shall be the Navigator APSTM by Polara, or approved equivalent, and shall meet the following specifications: 1) Provide a 2-piece cast aluminum housing unit consisting of a base housing and a removable cover. 2) Ensure the internal components provide a pushbutton with all the electrical and mechanical parts required for operation. 3) Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. 4) Supply adapters of the same material and construction as the housing. 5) Close unused openings with a weather -tight closure painted to match the housing. 6) Provide a minimum 0.5 inch hole with an insulating bushing through the back of the housing. 7) Ensure the manufacturers name or trademark is located on the housing. 8) The APS pushbutton shall be a solid state switch rated for at least 1 million operations. 9) Ensure APS complies with US Access Board's "Draft Guidelines for Accessible Public Rights of Way" (PROWAG) Section R306. 10) Ensure that the APS complies with and provides operation consistent with requirements of Sections 4E.09 through 4E.13 of the 2009 Edition of the Federal Highway Administration publication Manual on Uniform Traffic Control Devices. 11) Supply an APS (pushbutton station) that includes a pedestrian sign, a pushbutton, vibrotactile arrow and an audible speaker contained in one unit and with the following features: a) Vibrating tactile arrow with high visual contrast. b) Pushbutton locator tone with a duration of 0.15 seconds or less, repeating at 1-second intervals. The pushbutton locator tones must deactivate when the traffic control signal is operating in a flashing mode. c) The locator tones must be intensity responsive to ambient sound and be audible (a maximum of 5 dBA louder than ambient sound) up to 6 to12 feet from the pushbutton or to the building line whichever is less. d) Speech walk message for the WALKING PERSON (symbolizing WALK) indication. e) Speech pushbutton infonnation message. f) Unless plans require otherwise, provide each pushbutton station with a 9" X 15" sign. Use sheet aluminum with minimum thickness of 0.080 in. for information signs for push buttons. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Strectscape Improvement Project City Project. No. 02155 g) 34 41 10 - 31 TRAFFIC SIGNALS Page 31 of 75 Audible tone walk indications (1) Consisting of ticks repeating at 8 to 10 times per second at multiple frequencies with a dominant component at 880 Hz ± 20%. (2) It must provide an audible walk indication during the walk interval only. (3) The audible walk indication must be from the beginning of the associated pedestrian walk phase and must have the same duration as the pedestrian walk signal except it must be possible to limit the accessible walk indication to the first 7 seconds of the walk interval when the pedestrian signal rests in walk. (4) When the accessible walk indication is limited during rest in walk a button press during the walk interval must recall the walk interval provided the crossing time remaining is greater than the pedestrian change interval. 12) Automatic volume adjustment in response to ambient traffic sound level provided up to a maximum volume of 100 dBA. 13) Tone or voice volume measured at 3 ft from the pushbutton station shall be 2 dB minimum and 5 dB maximum above ambient noise level and shall he responsive to ambient noise level changes. 14) The pushbutton must be Americans with Disabilities Act compliant and activate both the walk interval and accessible pedestrian signal. 15) Actuation indicator -tone and light. 16) Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance interval. 17) Weather -resistant speaker protected by a vandal resistant screen. 18) Capable of operating at, as a minimum, up to 1000 ft (AWG #12) cable run from signal cabinet. 19) Pushbutton station and Central control unit shall be rated for the following temperature range: a) Pushbutton station: -30°F to +155°F. b) Central Control Unit: -30°F to +165°F 20) APS units shall be operationally compatible with TS 1, TS2, 170 and 2070 controllers and cabinet assemblies, currently used by TxDOT and any other Texas government entities. 21) Unless specified otherwise in the plans, supply a central control unit (CCU) for the pushbutton stations that resides in the Traffic Signal Controller Cabinet. a) Provide a CCU capable of controlling up to 4 pedestrian phases and 12 Pushbutton stations. b) Ensure that all inputs and outputs on the CCU have Transient Voltage Protection. 22) If plans specify that the APS will require no additional space or wiring in the cabinet, provide one control unit per push button station capable of mounting in the pedestrian signal housing. 23) If a special device or software is required to configure the APS operation, provide a minimum of one device or copy of software per signal cabinet along with any required connectors, unless required otherwise by the plans. 24) Provide any wiring harnesses, connectors, interface cables, terminal blocks, etc. required for connecting the pushbutton station or CCU to the traffic signal controller assembly and making the Pushbutton stations operational. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -32 TRAFFIC SIGNALS Page 32 of 75 5. Luminaires a. A separate fusetron link shall be provided in the signal pole access compartment. b. The conductors from the pole base to the luminaire shall be #8 XHHW wire. Luminaires shall have multi -tap (120 / 240 volt) ballast. c. The luminaire head shall be a `cobra' type with drop lens. Each unit shall come with a photo cell switch mounted on the top. d. Each luminaire shall contain a 200 watt high pressure sodium bulb. 6. Radar Presence Detection System a. The product bid shall be the SmartSensor MatrixTM by Wavetronix, or approved equivalent, and shall meet the following specifications. b. General 1) Sensor Outputs a) Radar detector shall transmit real-time presence data from up to 10 lanes, depending on mounting location and lane widths. b) The radar detector shall support a minimum of eight detection zones. c) The radar detector shall support a minimum of eight detector channel outputs and have user -selectable channel assignments. d) The radar detector shall use 'OR' or 'AND' logic gates to map a single zone to multiple channel outputs , and shall have channel output extend and delay functionality. e) The radar detector algorithms shall mitigate detections from wrong - way or cross traffic. f) The radar detector system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. Contact closure will occur on all programmed detector channels associated with the interface module when the fail safe is triggered and will remain in this state until communication is re-established between the interface module and the radar vehicle sensor. 2) Detectable Area a) The radar detector shall be able to detect and report presence in lanes with boundaries as close as 6 feet from the base of the pole on which the detector is mounted. The detector shall be able to detect and report presence in lanes located within the 140 feet arc from the base of the pole on which the RPD is mounted. b) The detector shall be able to detect and report presence for vehicles within a 90 degree field of view. c) The detector shall be able to detect and report presence in up to 10 lanes. d) The detector shall be able to detect and report presence in curved lanes and areas with islands and medians. 3) System Hardware a) Preassembled back plate (1) Each detector shall have a traffic cabinet preassembled back plate with the following: (a) AC/DC power conversion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-33 TRAFFIC SIGNALS Page 33 of 75 (b) Surge protection (Lightning and surge protection will be provided for power connections and communications links to the radar RVDS meeting or exceeding EN 61000-4-5 class specifications.) (c) Terminal blocks for cable landing (d) Communication connection points (2) The preassembled back plate for the detector shall be a cabinet side mount or rack mount. b) Contact Closure Input File Cards (1) The detector shall use contact closure input file cards with 2 or 4 channel capabilities. (2) The contact closure input file cards for the detector shall be compatible with industry standard detector racks. c) Radar design (1) Frequency Stability (a) The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. (b) All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. (c) Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. (d) The detector shall not rely on temperature compensation circuitry to maintain transmit frequency stability. (e) The bandwidth of the transmit signal of the detector shall not vary by more than 1% under all specified operating conditions and over the expected life of the detector. (2) Antenna Design (a) The detector antennas shall be designed on printed circuit boards. (b) The vertical beam width of the detector at the 6dB points of the two-way pattern shall be 65 degrees or greater. (c) The antennas shall cover a 90 degree horizontal field of view. (d) The sidelobes in the RPD two-way antenna pattern shall be - 40dB or less. (3) The detector shall transmit a signal with a bandwidth of at least 245 MHz, which provides for a resolution of 2 feet. (4) The detector shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. (5) The detector shall have a self -test that is used to verify correct hardware functionality. (6) The detector shall have a diagnostics mode to verify correct system functionality. d) Physical Properties (1) The detector shall not exceed 4.2 pounds in weight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -34 TRAFFIC SIGNALS Page 34 of 75 (2) The detector shall not exceed 13.2 in. by 10.6 in. by 3.3 in. (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. (3) All external parts of the detector shall be ultraviolet -resistant, corrosion -resistant, and protected from fungus growth and moisture deterioration. (4) Enclosure (a) The detector shall be enclosed in a Lexan, Makrolon, or other approved polycarbonate material. (b) The enclosure shall be classified "fl" outdoor weatherability in accordance with UL 746C. (c) The detector shall be classified as watertight according to the NEMA 250 Standard. (d) The detector enclosure shall conforin to test criteria set forth in the NEMA 250 standard for type 4X enclosures. (e) Test results shall be provided for each of the following type 4X criteria: External Icing (NEMA 250 clause 5.6), Hose -down (NEMA 250 clause 5.7), 4X Corrosion Protection (NEMA 250 clause 5.10), Gasket (NEMA 250 clause 5.14). (f) The detector shall be able to withstand a drop of up to 5 feet without compromising its functional and structural integrity. (g) The detector enclosure shall include a connector that meets the MIL-C-26482 specification. (h) The MIL-C-26482 connector shall provide contacts for all data and power connections. (5) Power (a) The detector shall consume less than 10 W. (b) The detector shall operate with a DC input between 9 VDC and 28 VDC. (6) Communications Ports (a) The detector shall have two communication ports, and both ports shall communicate independently and simultaneously. (b) The detector shall support the upload of new firmware into the detector's non-volatile memory over either communication port. (c) The detector shall support the user configuration of the following: Response delay and Push port. (d) The communication ports shall support at least a 9600 bps baud rate. 7. Radar Advance Detection System a. The product bid shall be the SmartSensorAdvanceTM by Wavetronix, or approved equivalent, and shall meet the following specifications. b. General 1) All materials furnished, assembled, fabricated, or installed under this Item will be new, corrosion resistant, and in strict accordance with the details shown on the plans and in this Special Specification. 2) The detector will be non -intrusive, easy to install, remotely accessible, and provide multiple connectivity options for easy integration into legacy systems. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 71 13 -5 TRAFFIC CONTROL Page 5 of 5 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work -zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE -INSTALLATION [NOT USED] 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING [NOT USED] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 71 13 -4 TRAFFIC CONTROL Page 4 of 5 C. Do not make changes to the location of any device or implement any other changes to the Traffic Control Plan without the approval of the Engineer. 1. Minor adjustments to meet field constructability and visibility are allowed. D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 1. Corrective action includes but is not limited to cleaning, replacing, straightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. E. If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. F. Subject to the approval of the Inspector, portions of this Project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. G. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval of the Engineer. I. Lane closures shall be in accordance with the approved Traffic Control Plans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. K. Flaggers 1. Provide a Contractor representative who has been certified as a flagging instructor through courses offered by the Texas Engineering Extension Service, the American Traffic Safety Services Association, the National Safety Council, or other approved organizations. a. Provide the certificate indicating course completion when requested. b. This representative is responsible for training and assuring that all flaggers are qualified to perform flagging duties. 2. A qualified flagger must be independently certified by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. L. Removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 71 13 -3 TRAFFIC CONTROL Page 3 of 5 F. Design Engineer will furnish standard details for Traffic Control. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 ASSEMBLIES AND MATERIALS A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION A. Protection of In -Place Conditions 1. Protect existing traffic signal equipment. 3.3 INSTALLATION A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on the Drawings and as directed. B. Install Traffic Control Devices straight and plumb. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 347113-2 TRAFFIC CONTROL Page 2 of 5 3. Preparation of Traffic Control Plan Details a. Measurement 1) Measurement for this Item be per each Traffic Control Detail prepared. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Traffic Control Detail" prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan Details 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 4) Incorporation of City comments 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to implementing Traffic Control within 500 feet of a traffic signal. B. Sequencing 1. Any deviations to the Traffic Control Plan included in the Drawings must be first approved by the City and design Engineer before implementation. 1.5 SUBMITTALS A. Provide the City with a current list of qualified flaggers before beginning flagging activities. Use only flaggers on the qualified list. B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 SECTION 34 71 13 TRAFFIC CONTROL PART 1 - GENERAL, 1.1 SUMMARY 347113-1 TRAFFIC CONTROL Page 1 of 5 A. Section Includes: 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans B. Deviations from this City of Fort Worth Standard Specification 1. Section 1.2. A.a. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per week each location as needed for the duration of use for the Contractor's Sequence of Construction. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 10, 2014 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 30 -9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1- inch centers for the entire length of the post and truly aligned in the center of section. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Wash completed signs 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 material. B. Wash again before final inspection after erection. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 11/22/13 NAME S. Arnold END OF SECTION Revision Log SUMMARY OF CHANGE Changes to vinyl film, added sign removal bid item CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344130-8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 Measurements for outside dimensions shall be made at least 2 inches from end of tube. Nominal Outside Dimensions (inches) 1%2X1'/2 1 3/4 X 1 3/4 2X2 2 1/4 X 2 1/4 2 r/2 X 2 '/2 Outside Tolerance at all Side Corners (inches) +0.006 +0.008 +0.008 +0.010 +0.010 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 4. Measured in the center of the flat side tolerance is ± 0.01 inch applied to the specific size determined at the corner. 5. Squareness of Sides and Twist Nominal Outside Dimensions (inches) 1%2X1%2 1 3/4 X 1 3/4 2X2 2 1/4 X 2 1/4 2 1/2 X 2 1/2 Squareness Tolerance (inches) +0.009 +0.010 +0.012 +0.014 +0.015 Twist Permissible in 3 inches Lengths (inches) 0.050 0.062 0.062 0.062 0.075 6. All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one corner with a tolerance that permits telescoping of the next larger or small size, in'/ -inch increments. 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344130-7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 FABRICATION A. Sign blanks 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free of buckles, warps, burrs, dents, cockles, or other defects. 2. Do not splice individual extruded aluminum panel. 3. Complete the fabrication of sign blanks, including the cutting and drilling or punching of holes, before cleaning and degreasing. 4. After cleaning and degreasing, ensure that the substrate does not come into contact with grease, oils, or other contaminants before the application of the reflective sheeting. B. Sign sheeting 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 2. Apply sheeting to sign blanks in conformance with the recommended procedures of the sheeting manufacturer. 3. Clean and prepare the outside surface of extruded aluminum flanges in the same manner as the sign panel face. 4. Minimize the number of splices in the sheeting. 5. Overlap the lap -splices by at least 1/4 inch. 6. Provide a 1-foot minimum dimension for any piece of sheeting. 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored transparent films. C. Sign messages 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 2. Use sign message material from the same manufacturer for the entire message of a sign. 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform color and reflectivity. 4. Prevent runs, sags, and voids. D. Telescoping steel sign posts 1. Permissible variation in straightness is 1/16 inch in 3 feet. 2. Tolerances are on the outside size. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344130-6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure -sensitive adhesive 4) Have a removable synthetic liner — paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with other components for permanent signing b. Typically be an unmetallized microprismatic lens retroreflective element material c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Be of colors including white, yellow, green, red, blue, and brown 4. Super -high efficiency full cube retroreflective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing b. Be a super -high efficiency, full cube retroreflective sheeting having the highest retroreflectivity characteristics at medium and short road distances. c. Typically be a microprismatic retroreflective element material d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. e. Be equal to or better than 3M Series 4000 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent yellow, fluorescent yellow green, and fluorescent orange D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A1011 / A1011- 10. 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 3. All posts and anchors shall be manufactured from raw steel, formed and welded on the corner prior to receiving a triple coat protection of inline hot -dipped, galvanized zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate conversion coating and a cross -linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM B-117-09. E. Hardware 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344130-5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Aluminum Signs 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Sign blanks 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, oil, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched according to industry standards and shall have an alodined finish applied per MIL-05541 Class IA. 4. The thickness of each sign blank shall be uniform throughout. C. Sign sheeting 1. Acrylic overlay film a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 1170. c. Fihn shall be: 1) Durable 2) Transparent 3) Acrylic 4) Electronic-cuttable 5) Coated with a transparent, pressure sensitive adhesive 6) Have a removable synthetic liner — paper liner is not acceptable d. Film colors can include yellow, green, blue, brown, red, and orange. 2. Non -reflective vinyl film a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting for permanent signing. The film shall be equal to or better than 3M Scotchcal ElectroCut Film Series 7725. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 30 -4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 c. ASTM A1011 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low - Alloy with Improved Formability, and Ultra -High Strength". d. ASTM B117-09 — "Standard Practice for Operating Salt Spray (Fog) Apparatus". e. AASHTO M 120-08 — "Standard Specification for Zinc". 3. Texas Manual on Uniform Traffic Control Devices 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for approval prior to fabrication. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Signs and parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. B. Storage and Handling 1. Ship, handle, and store completed sign blanks and completed signs so that corners, edges, and faces are not damaged. 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, night and day, will be acceptable. 3. Replace unacceptable signs. 4. Store all finished signs off the ground and in a vertical position until erected. 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 6. Larger signs may be stored outside. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344130-3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 6. Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole Mount" installed. c. The price bid shall include: 1) Fabricating the aluminum sign 2) Furnishing and fabricating frames, windbeains, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 7. Removal of Signs a. Measurement 1) Measurement for this Item shall be per each sign panel removed, each sign panel and post removed, and each sign panel and post removed and reinstalled. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the trait price bid per each "Remove Sign" for: a) Various types b) Various configurations c. The price bid shall include: 1) Removal of sign panel and post 2) Removal of sign panel 3) Backfill 4) Excavation 5) Returning materials to the City as specified in the plans 6) Cleaning sign panel if sign is to be reinstalled 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Standard Testing Materials (ASTM) a. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate". b. ASTM D4956 — 09e1 — "Standard Specification for Retroreflective Sheeting for Traffic Control". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 30 -2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Furnish/Install Alum Sign Ground Mount" installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Scheduling utility line locates 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c. The price bid shall include: 1) Scheduling utility line locates 2) Assembling and erecting the signs and posts 3) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnishllnstall Alum Sign Ex. Pole Mount" furnished and installed. c. The price bid shall include: 1) Furnishing and installing the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344130-1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 SECTION 34 41 30 ALUMINUM SIGNS AND SIGN POSTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Aluminum signs installed on mast arms, signal poles, or steel posts. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Mast Arm Mount" installed for: a) Various types c. The price bid shall include: 1) Fabricating the aluminum sign 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 6) Assembling and erecting the signs 7) Preparing and cleaning the signs 2. Installing Mast Arne or Signal/Street Light Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm Mount" installed. c. The price bid shall include: 1) Installing each Aluminum Sign CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 11 -8 TEMPORARY TRAFFIC SIGNALS Page 8 of 8 B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to the City, regardless of whether or not the damaged or destroyed equipment, etc., was a part of this Contract or any warranties under this Contract. C. The Contractor's responsibility shall cease under this paragraph upon written acceptance of an intersection by the City. D. The Contractor's responsibility for full operation and maintenance of all traffic signal equipment shall begin when he starts any type of Work which effects active intersection control at the first intersection and shall extend through the period of final Project acceptance of each intersection. E. This maintenance responsibility includes existing controllers/masters, existing interconnect and cabling systems, existing signal indications, existing vehicle detectors, new controllers/masters, new signal hardware, new cabling systems, and other hardware elements which are considered part of either the existing or the new traffic signal system. F. It is recognized that the City may continue to make a first response to any trouble call. Action on such response will, however, be limited to placing the intersection on flash, replacing load switches or detector amplifiers, erecting temporary control devices, requesting immediate traffic control by uniformed police officer, or other such action deemed necessary to provide a safe operation. 1. Such action will in no way relieve the Contractor of his operation and maintenance responsibility. G. The Contractor shall be required to notify the Inspector or Traffic Services Division at least 24 hours in advance of any planned controlled change -outs or any other operational procedures. 3.14 ATTACHMENTS [NOT USED] DATE 11/22/13 END OF SECTION Revision Log NAME S. Arnold !New specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 SUMMARY OF CHANGE NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344111-7 TEMPORARY TRAFFIC SIGNALS Page 7 of 8 C. If the City determines that the repairs are the result of poor workmanship, the Contractor shall complete the repairs. D. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis. E. The Contractor's response time to reported calls shall be within a reasonable travel time, but not more than 2 hours maximum. F. Appropriate repairs shall be made within 24 hours. G. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others, the Contractor shall notify the Inspector. H. No extra compensation will be allowed for fulfilling the requirements stated above. 3.9 ADJUSTING A. Adjusting signal heads during construction shall be considered subsidiary to the traffic control bid item. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. B. Whenever the Work provided for and contemplated under the Contract has been found by the Inspector to be completed to his / her satisfaction on any individual signalized intersection, or interconnected system of signalized intersections, as shown in the Drawings, final cleaning up of said signalized intersection has been performed and the traffic signal equipment supplied by the or has operated continuously for a minimum of 30 days in a satisfactory manner, the Contractor will be released from further maintenance on that particular intersection. C. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the Contract. D. If equipment fails, a new 30-day test period will start when the equipment has been repaired or replaced. 3.12 PROTECTION A. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc., and repair any damages. B. Provide access to all driveways during construction. C. Protect all underground and overhead utilities, including sprinkler systems, and repair any damages. 3.13 MAINTENANCE A. While performing Work under this Contract, the Contractor bears the sole risk of loss for damages to or destruction of any temporary traffic signal equipment or appurtenances, on equipment that was not to be replaced or installed under this Contract, but which was damaged or destroyed through the fault or negligent acts of the Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344111-6 TEMPORARY TRAFFIC SIGNALS Page 6 of 8 3.4 INSTALLATION A. Timber Poles 1. Use established industry and utility safety practices while installing poles located near overhead or underground utilities. 2. Consult with the appropriate utility company prior to beginning such work. 3. Unless otherwise shown on the plans, set the pole a minimum depth in accordance with Table 3. Table 3 Pole Setting Depth Pole Length Min. Setting Depth (ft.) (ft.) 25 or less 5.0 26-30 6.0 31-35 7.0 36-40 8.0 41-45 9.0 46-50 10.0 4. Locate timber poles as shown on the plans or as directed. 5. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. 6. Unless otherwise shown on the plans, set the poles plumb. 7. Backfill the holes thoroughly by tamping in 6 in. lifts. 8. After tamping to grade, place additional backfill material in a 6 in. high cone around the pole to allow for settling. 9. Use material equal in composition and density to the surrounding area. 10. Repair surface where existing surfacing material is removed, such as asphalt pavement or concrete riprap, with like material to equivalent condition. B. Span Wire 1. Install strands as shown on the plans. 2. Splicing is not permitted. 3. When the strand is used as a messenger cable or span wire, ground it to the grounding conductor at each pole. 4. Metal poles may be used as the grounding conductor. 5. Ensure a resistance less than 1 ohm from the strand to the ground rod. 3.5 [REPAIR] / [RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP A. The Contractor shall coordinate with the Inspector to have a qualified technician on the Site when the temporary traffic signal is placed into operation. B. During the 30 day test period, the City shall be the first respond to any trouble calls. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344111-5 TEMPORARY TRAFFIC SIGNALS Page 5 of 8 Table 1 Dimensions and Properties Nominal Nominal Approx. Minimum Minimum Zinc Diameter Diameter of Weight per Breaking Coating Wt. of Strand Coated Wires 1000 ft. Strength Class A (in.) (in.) (lb.) (Ib.) (oz./sq. ft.) 3/16 0.065 80 2,400 0.50 1/4 0.080 121 4,750 0.60 9/32 0.093 164 4,600 0.70 5/16 0.109 225 6,000 0.80 3/8 0.120 273 11,500 0.85 7/16 0.145 399 18,000 0.90 1/2 0.165 517 25,000 0.90 3. Supply new material. 4. Remove drips, runs, sharp points, voids, and damage from the zinc coating. 5. Samples from each roll of each diameter of strand will be taken. 6. Replace strands failing to meet the requirements of this Item. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. The Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed timber poles. 2. All exploratory excavations shall be in accordance with Section 33 05 30. 3.3 PREPARATION A. Protection of In -Place Conditions 1. The Contractor shall assume full responsibility for the preservation of existing landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private property at the Site during the installation of the temporary traffic signal. 2. Damaged landscaping, sprinkler systems, and/or other private property shall be replaced within a reasonable time, by the Contractor at his own expense, to the satisfaction of the Inspector. 3. No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 4. Removal of mail boxes in the way of construction requires 48 hours advance notice to the post office. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 11 -4 TEMPORARY TRAFFIC SIGNALS Page 4 of 8 6. A pole may only have sweep in 1 plane and 1 direction (single sweep), provided a straight line joining the midpoint of the pole at the butt and the midpoint of the pole at the top does not at any intermediate point pass through the external surface of the pole. 7. Timber poles with more than 1 complete twist of spiral grain are not acceptable. 8. Butt slivering due to felling is permitted if the distance from the outside circumference is not Iess than 1/4 of the butt diameter and the height is not more than 1 ft. 9. Use preservative treatment in accordance with AWPA T1-07. 10. Furnish poles with a minimum net retention of preservative treatment in accordance with Table 1. 11. Mark all poles by branding in accordance with Table 2. Table 1 Retention of Preservative Treatment Treatment Creosote Pentachlorophenol ACA/CCA Marking PTC F-01 SPC 5-35 Minimum Retention 9.0 lb./ft.' 0.45 lb./ft.' 0.6 lb./ft.3 Table 2 Timber Pole Markings Description of Marking Supplier's code or trademark (for example, Pole Treating Company). Plant location and year of treatment (for example, Forestville, 2001). Species and preservative code (for example, southern pine, creosote). Class -length (for example, Class 5, 35-ft. pole). 12. Place the bottom of the brand squarely on the face of the pole 10 ft. (plus or minus 2 in.) from the butt. 13. Furnish a treatment certification with every shipment of treated timber poles that includes: a. name of treating company, b. location of treating plant, c. applicable product standard (AWPA T1-07), d. charge number, e. date of treatment, f. contents of charge (poles), g. preservative treatment, and h. actual preservative retention values. B. Span Wire 1. Conform to the requirements of ASTM A 475, Utilities Grade or better, Class A coating. 2. These requirements include, but are not limited to, the properties given in Table 1. Furnish 7 wires per strand. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 11-3 TEMPORARY TRAFFIC SIGNALS Page 3 of 8 1. Provide shop drawings for City review prior to ordering equipment. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 3. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. B. A 2 vear warranty shall be required on all equipment furnished by the Contractor. C. Extended Correction Period 1. Contractor responsible for correcting any substandard workmanship and/or materials for 24 months from the date the temporary signal is accepted by the City. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT / MATERIALS A. Timber Poles 1. Use new treated southern pine timber poles in accordance with ANSI 05.1, "Specifications and Dimensions for Wood Poles," and the additional requirements of this Item. 2. Use ANSI Class 5 treated timber poles for electrical services and ANSI Class 2 for all other applications, unless otherwise shown on the plans. 3. Ensure poles are free from pith holes at the tops and butts. 4. Do not use poles that have a trimmed scar with a depth greater than 2 in., if the diameter is 10 in. or less, or 1/5 the pole diameter at the scar location, if the diameter is more than 10 in. 5. Provide poles that do not deviate from straightness by more than 1 in. for each 10 ft. of length. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 11 - 2 TEMPORARY TRAFFIC SIGNALS Page 2 of 8 12) 8-way anchors 13) Guy spreader (if called out in Drawings) 14) All labor, tools, equipment and incidentals required to provide timber poles as shown on the Drawings, as specified, and as required by the City. 2. Span Wire a. Measurement 1) Measurement for this Item shall be per linear feet. b. Payment a) The work performed and materials furnished in accordance to the Item shall be paid for at the unit price per each "Span Wire" installed for: (1) Various types c. The price bid shall include: 1) Span wire 2) 1/2" black plastic straps or messenger rings 3) All labor, tools, equipment and incidentals required to provide span wire as shown on the Drawings, as specified, and as required by the City. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. ASTM A 475, Standard Specification for Zinc -Coated Steel Wire Strand. 3. American National Standards Institute a. ANSI 05.1, Wood Poles — Specifications & Dimensions 4. American Wood Protection Association a. AWPA T1-07, Processing and Treatment Standard 1.4 ADMINISTRATIVE REQUIREMENTS A. B. Coordination 1. City must approve any deviation from Specification. Preinstallation Meetings 1. 48 hours' Notice of Intention to establish final location of any timber poles. 2. 48 hours' notice to DIG TESS, City of Fort Worth Water and Sewer (817-871- 8275), and City of Fort Worth Traffic Signals, Street Lights, and Storm Drains (817-392-8100). C. Scheduling 1. 48 hours' notice of placing the temporary signal into operation. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344111-1 TEMPORARY TRAFFIC SIGNALS Page 1 of 8 SECTION 34 41 11 TEMPORARY TRAFFIC SIGNALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Timber Poles 2. Span Wire B. Products Furnished But Not Installed Under This Section 1. None C. Products Installed But Not Furnished Under This Section 1. None D. Deviations from City of Fort Woith Standards 1. None E. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forrns, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 33 05 30 — Location of Existing Utilities 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Timber Poles a. Measurement 1) Measurement for this Item shall be per each timber pole of the size specified in the plans. b. Payment 1) The work performed and materials furnished in accordance to the Item shall be paid for at the unit bid price per each "Timber Pole" installed for: a) Various types. c. The price bid shall include: 1) Timber pole 2) Class A or C concrete backfihl 3) Compression fittings 4) Thimbleye bolts 5) Square washers 6) Nuts 7) Eye nuts 8) Lift plate 9) Split bolt connector 10) Guy clamp 11) Double eye anchor rod CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -75 TRAFFIC SIGNALS Page 75 of 75 E. This maintenance responsibility includes existing controllers/masters, existing interconnect and cabling systems, existing signal indications, existing vehicle detectors, new controllers/masters, new signal hardware, new cabling systems, and other hardware elements which are considered part of either the existing or the new traffic signal system. F. It is recognized that the City may continue to make a first response to any trouble call. Action on such response will, however, be limited to placing the intersection on flash, replacing Load switches or detector amplifiers, erecting temporary control devices, requesting immediate traffic control by uniformed police officer, or other such action deemed necessary to provide a safe operation. 1. Such action will in no way relieve the Contractor of his operation and maintenance responsibility. G. The Contractor shall be required to notify the Inspector or Traffic Management Division at least 24 hours in advance of any planned controlled change -outs or any other operational procedures. H. Battery Back-up System 1. The BBU shall provide voltmeter standard probe input jacks (+) and (-) to read the exact battery voltage drop at the inverter input. 2. The BBS shall be equipped with both Input and Output AC circuit breakers, and with either a DC circuit breaker or fused battery harness. 3. All components, terminations, terminal blocks, relays, etc. shall be fully accessible. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Various revisions and additions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 74 TRAFFIC SIGNALS Page 74 of 75 1. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others, the Contractor shall notify the Inspector. F. No extra compensation will be allowed for fulfilling the requirements stated above. 3.6 ADJUSTING [NOT USED] 3.7 CLOSEOUT ACTIVITIES A. Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. B. Whenever the Work provided for and contemplated under the Contract has been found by the Inspector to be completed to his / her satisfaction on any individual signalized intersection, or interconnected system of signalized intersections, as shown in the Drawings, final cleaning up of said signalized intersection has been performed and the traffic signal equipment supplied by the or has operated continuously for a minimum of 30 days in a satisfactory manner, the Contractor will be released from further maintenance on that particular intersection. 1. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the Contract. 2. If equipment fails, a new 30-day test period will start when the equipment has been repaired or replaced. 3.8 PROTECTION A. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc., and repair any damages. B. Provide access to all driveways during construction. C. Protect all underground and overhead utilities, including sprinkler systems, and repair any damages. 3.9 MAINTENANCE A. While performing Work under this Contract, the Contractor bears the sole risk of loss for damages to or destruction of any traffic signal equipment or appurtenances, on equipment that was not to be replaced or installed under this Contract, but which was damaged or destroyed through the fault or negligent acts of the Contractor. B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to the City, regardless of whether or not the damaged or destroyed equipment, etc., was a part of this Contract or any warranties under this Contract. C. The Contractor's responsibility shall cease under this paragraph upon written acceptance of an intersection by the City. D. The Contractor's responsibility for full operation and maintenance of all traffic signal equipment shall begin when he starts any type of Work which effects active intersection control at the first intersection and shall extend through the period of final Project acceptance of each intersection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -73 TRAFFIC SIGNALS Page 73 of 75 5. Signal cables a. The Traffic Management Manager or designee may require that all cables shall be checked for insulation resistance upon installation and prior to termination. The tests shall be made with a test set operating at a minimum of 500 volts DC applied to the conductors. b. Each conductor in the multi -conductor signal cables shall be tested for insulation resistance relative to each other and to the outer covering of the cable. The minimum acceptance value for insulation resistance shall be 1 rnegohm. 6. Controller cabinets a. If the controller cabinet is to be supplied by the Contractor for this Project, the cabinet shall be tested at a facility located within the Dallas/Fort Worth area. b. The Contractor shall notify the Inspector or his representative a minimum of 3 Working Days prior to beginning the test period of his intent to test a cabinet or group of cabinets. c. At this point, the City may schedule an inspection team and notify the Contractor of the earliest date and time the team can visit. d. Each cabinet shall be tested with a controller unit for a minimum of 24 continuous hours. 1) The cabinet test will include conflict monitor functions, detector unit function and load switch operation for conformance with cabinet hardware specifications, etc. 2) The cabinet must successfully pass all items otherwise the test is restarted for another 24 hour period. B. Non -Conforming Work 1. In the event that a material, construction item, product incorporated in the Work, embankment, backfill, excavation or any other item tested, fails to satisfy the minimum requirements of the initial test described above, appropriate prove -out tests shall be made as directed by the Inspector to determine the extent of the failure and to verify that corrective measures have brought the Item up to Specification requirements. a. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. 3.5 SYSTEM STARTUP A. The Contractor shall coordinate with the Inspector to have a qualified technician on the Site when the traffic signal is placed into operation. B. During the 30 day test period, the City shall be the fast respond to any trouble calls. If the City determines that the repairs are the result of poor workmanship, the Contractor shall complete the repairs. C. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis. D. The Contractor's response time to reported calls shall be within a reasonable travel time, but not more than 2 hours maximum. E. Appropriate repairs shall be made within 24 hours. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -72 TRAFFIC SIGNALS Page 72 of 75 18. Powder Coating Traffic Signal Structures a. All galvanized exterior surfaces shall be coated with a Urethane or Triglycidyl Isocyanurate (TGIC) Polyester Powder to a minimum film thickness of 2.0 mils (0.002"). b. Prior to application, the surfaces to be powder coated shall be mechanically etched by brush blasting (Ref. SSPC-SP7) and the zinc coated substrate preheated to 450 degrees for a minimum of one hour in a gas fired convection oven. c. The coating shall be electrostatically applied and cured in a gas fired convection oven by heating the zinc coated substrate to a minimum of 350 degrees Fahrenheit and a maximum of 400 degrees Fahrenheit. d. The thermosetting powder resin shall provide both intercoat as well as substrate fusion adhesion that meets 5A or 5B classifications of ASTM D3359. 19. Ground Boxes a. Lube bolts, clean out cover rim, and clean ground box inside and out prior to final inspection. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Initial testing of all materials, construction items, or products incorporated in the Work will be performed at the direction of the City. a. Embankment construction shall conform to 31 24 00. b. All backfill of structures shall conform to 33 05 10. c. Excavation shall conform to 31 23 16. 2. The failure to require tests of materials by the Inspector shall in no way relieves the Contractor of his responsibility of furnishing materials conforming to these Specifications. 3. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the ASTM or other approved test methods. a. The Contractor shall provide such facilities, as the Inspector may require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. b. The Contractor shall furnish adequate samples without charge. 4. Vehicle detector loops a. Prior to termination of the loop lead-in in the controller cabinet an installation test shall be made by applying not less than 500 volts DC to the completed detector loop. 1) A minimum resistance of 1 megohm shall be obtained by use of a meter. b. After the above tests are completed and the lead-in cable has been terminated in the cabinet, the Contractor shall assist the Inspector in determining the loop inductance of each Ioop detector. 1) A detector loop analyzer shall be used to determine the total inductance of the loop in the pavement and its associated lead-in cable as well as to deter7nine the percentage shift in loop inductance for various size vehicles that actuate the detector. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-71 TRAFFIC SIGNALS Page 71 of 75 2) Lens and back plate should be masked off. 3) The outside of the traffic signal head should be painted traffic yellow (RAL 1023) and the inside of the lens visors should be painted flat black. 4) The outside of pedestrian signal head should be painted traffic yellow (RAL 1023). 5) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry conditions. 17. Advanced Warning Flasher Assemblies a. Installation 1) Install in locations as shown in Drawings. 2) Stake the pole location for approval by City or Engineer. 3) Install pole, breakaway base, connectors, wiring, signal beacons, sign and foundation as shown on the Drawings or as directed. 4) Install the flasher control assembly on the electrical service pole. 5) Install watertight breakaway electrical fuse holders in all line and neutral conductors at breakaway base. 6) Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. 7) Consult with the appropriate utility company prior to beginning such work. b. Relocation 1) Disconnect and isolate the electrical power supply prior to removal of the assembly. 2) Remove existing assembly as directed. 3) Unless otherwise directed, salvage existing components such as sign, beacons, pole, and base. 4) Repair or replace lost or damaged components as directed. 5) Relocate existing assembly to the location shown on the plans or as directed. 6) Install existing assembly at new foundations. 7) Remove existing foundations. 8) Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. c. Removal 1) Disconnect and isolate existing electrical power supplies prior to removal of the assembly. 2) Remove existing sign panel, beacons, pole, and base from existing assembly. 3) Store items to be reused or salvaged without damaging. 4) Store sign panels above the ground in a vertical position at locations shown on the plans or as directed. 5) Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 6) Unless otherwise shown on the plans, remove abandoned foundations, including steel, to 2 ft. below the finished grade. 7) Backfill with material equal in composition and density to the surrounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 70 TRAFFIC SIGNALS Page 70 of 75 h. All connections from the Emergency Preemption Phase Selector to the cabinet wiring shall be made at the termination panel. The termination panel shall have AC+ Lights, AC-, and a switched logic ground. The switched logic ground feeds all the pre-empt inputs to the Emergency Preemption Phase Selector. When switched off by the pre-emption disconnect switch, the traffic controller shall not be affected by pre-empt calls from the optical pre-emption system. A minimum of two test buttons shall be provided. If there are more than two pre- empt runs, a button for each shall be installed. A chart or print out, indicating the program steps and settings shall be provided along with the revised cabinet wiring diagrams. 14. Mast arm and pole mounted signs a. The Contractor shall furnish, install and relocate existing signs as shown in the Drawings. b. Mast -arm signs shall be mounted with astro-sign brac or signfix aluminum channel or equivalent as approved by the Engineer. c. Metro street name signs shall be mounted level with the ground as shown on the City's Standard Details. 15. Vibration dampers a. Dampers shall be installed using Astro Sign Brae or Signfix Aluminum Channel or approved equivalent. 16. Hardware Paint a. Requirements for poles and railings 1) Cleaning a) The entire surface shall be cleaned free of dirt, grime and oils before applying the primer coat. b) Use vinegar wash applied with a sponge or cloth over the entire surface. 2) Sanding a) Spot sanding may be required in order to remove flaking paint and to provide a smooth surface. 3) Priming a) Primer coat shall be applied with a brush or roller. b) The entire surface shall be covered, even over existing painted or galvanized surfaces. c) Spraying is not permissible. 4) Finish coat a) Finish coat shall be applied with a brush or roller. b) The entire surface shall be covered, even over existing painted or galvanized surfaces. c) Spraying is not permissible. 5) Parking meter housings, luminaire heads, signal heads, photo control eyes, pedestrian push buttons and sign faces shall be protected for paint splash. 6) Controller cabinets and circuit boxes mounted to poles shall be painted to match the color of the pole. 7) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry conditions. b. Requirements for traffic signal heads 1) Traffic signal heads should be cleaned by wiping it with a damp sponge or rag to remove all the dust and dirt. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-69 TRAFFIC SIGNALS Page 69 of 75 3) The detector shall be capable of continuous operation over a relative humidity range of 5% to 95% (noncondensing). d. Radar detector units shall be installed as shown on the Drawings. e. The Contractor shall be certified to install the detector unit by the Manufacturer or arrange for the Manufacturer to install, program, and test the units. 11. Radar Advance Detectors a. Two detector units will not be mounted so they are pointed directly at each other unless separated by more than 700 feet and a detector will not be placed within 20 feet of another detector unless each device is configured to operate on a different RF channel using the installation software. b. The detector will be mounted directly onto a mounting assembly fastened to a pole, overhead mast -arm or other solid structure. c. The mounting assembly will provide the necessary degrees of rotation to ensure proper installation. It will be constructed of weather resistant materials and will be able to support a 20 pound load. 12. Video imaging vehicle detection system (VIVDS) a. Install the video cameras in accordance with the manufacturer's recommendations in order to achieve the detection areas as shown on the Drawings. b. The camera mounts shall be neat and plumb. c. The detector unit outputs shall be programmed by a manufacturer representative at the time of signal turn -on in accordance with the detector table shown on the Drawings. d. Video detection camera cables shall be installed in the conduit system at the same time as the other signal cables. 13. Emergency vehicle preemption system a. Emergency vehicle preemption system equipment required in the Drawings will be furnished and installed by the Contractor. b. Where practical, emergency vehicle preemption receiver units shall be mounted to a rigid metal arm and banded to the mast ann pole upright on the intersection corner designated on the Drawings. c. The Inspector shall determine if the roadway sight line pennits this type of emergency vehicle preemption installation. d. The emergency vehicle preemption receiver units shall be mounted on the mast anus for the intersection approaches as designated on the Drawings. e. Use stainless steel for all external screws, nuts, and locking washers; do not use any self -tapping screws unless approved by the Engineer or City. f. All equipment shall be installed and wired in a neat and orderly manner in conformance with the manufacturers' instructions. g. Emergency Preemption Detector Cables shall be installed continuous with no splices between the Emergency Preemption Detector and the cabinet. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22.2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 68 TRAFFIC SIGNALS Page 68 of 75 10. Radar Presence Detectors a. Manufacturing 1) The internal electronics of the detector shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC- A-610C Class 2, Acceptability of Electronic Assemblies. 2) The detector shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following: a) Functionality testing of all internal sub -assemblies b) Unit level burn -in testing of duration 48 hours or greater c) Final unit functionality testing prior to shipment 3) Test results and all associated data for the above testing shall be provided for each purchased detector by serial number, upon request. b. Configuration 1) Auto -configuration a) The detector shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto -configuration process shall execute on a processor internal to the detector and shall not require an external PC or other processor. b) The auto -configuration process shall work under normal intersection operation and traffic conditions and may require up to ten vehicles to pass through each lane to complete. 2) Manual Configuration a) The auto -configuration method shall not prohibit the ability of the user to manually adjust the detector configuration. b) The detector shall support the configuring of lanes, stop bars and detection zones in 1-foot increments. 3) Windows Mobile® -based Software a) The detector shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. b) The graphical interface shall operate on Windows Mobile, Windows XP and Windows Vista in the .NET framework. c) The software shall support the following functionality: (1) Operate over a TCP/IP connection (2) Give the operator the ability to save/back up the detector configuration to a file or load/restore the detector configuration from a file (3) Allow the backed -up sensor configurations to be viewed and edited (4) Provide zone and channel actuation display (5) Provide a virtual connection option so that the software can be used without connecting to an actual sensor (6) Local or remote sensor firmware upgradability c. Operating Conditions 1) The detector shall maintain 95% accuracy of performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. 2) The detector shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F (-40°C to 74°C). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -67 TRAFFIC SIGNALS Page 67 of 75 f. Installation of a pedestrian signal retrofit module into an existing pedestrian signal housing shall only require the removal of the existing optical unit component, i.e., lens, lamp module, gaskets, and reflector; will be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. 8. Accessible Pedestrian Signal Units a. Unless specified otherwise, wire the APS to the nearest splicing point or terminal strip using stranded No. 12 AWG XI-IIIW wire with 600-volt insulation. b. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the City. c. All allowed splices must be watertight. d. Attach wires to terminal posts with solderless terminals. e. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. f. Remove any burrs or rough edges on any holes drilled for wire entry to APS pushbuttons. g. Ensure pushbutton stations are mounted at the proper height and orientation. h. Provide a neat workmanship in the installation of any wiring harnesses, control units, wiring panels, push button stations. i. Follow manufacturer's recommendations regarding installation and weatherproofing. j. Documentation 1) Each APS shall be provided with the following documentation: a) Complete and accurate installation wiring guide. b) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. c) If requested supply schematics for all electronics. One schematic diagram shall be provided for pushbutton stations, panels, central control units or control units, along with any necessary installation instructions. 9. Controller cabinet preparation a. Each controller cabinet shall be modified for use at a specific intersection in accordance with the instructions included in the Drawings. 1) Each cabinet shall be prepared and tested for on -the -street use by the Traffic Management Division of Transportation and Public Works Department prior to field installation of the cabinet. b. Connect all field wiring to the controller -cabinet assembly. 1) The City will assist in determining how the detector loop lead-in cables are to be connected in the cabinet. 2) The City will program the controller, the conflict monitor, detector units, and other equipment in the controller cabinet and turn on the traffic signals. c. All wiring modifications made in conjunction with preparing the cabinet for use at a specific intersection shall be documented on the cabinet prints for that intersection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -66 TRAFFIC SIGNALS Page 66 of 75 m. Bolted parts shall fit solidly together when assembled and shall not be separated by gaskets or any other interposed compressible material. 1) When assembled, all joint surfaces, including those adjacent to the bolt heads, nuts, or washers, shall be free of scale, except tight mill scale, and shall also be free of burrs, dirt, and other foreign material that would prevent solid seating of the parts. 2) Each fastener shall be tightened to at least the minimum bolt tension as recommended by the pole manufacturer using ASTM A325 or A490 bolts for the size of fastener used. 3) Threaded bolts shall be tightened with properly calibrated wrenches or by the "turn -of -nut" method. 4) Bolts may be installed without hardened washers when tightening takes place by the "turn -of -bolt" method. Any bolt tightened by the calibrated wrench method (or by torque control) shall have a hardened washer under the element (nut or bolt head) turned in to a point not closer than 7/8 of the bolt diameter from the center of the washer. n. Grouting 1) The Contractor shall perform all Work required to complete the grout work associated with installing the signal structure and furnish all supplementary items necessary for its proper installation. o. Where signal poles and/or mast aims exist on raised foundations that are to be removed and installed on new foundations, the Contractor shall store these poles, mast arms, street lights, and wiring until they can be installed on their new foundations. 7. Signal heads, countdown pedestrian heads and pedestrian push buttons a. Assemble all signal head units as specified in the Drawings or as directed by the Inspector. 1) Signal and pedestrian heads shall be securely tightened immediately after signal head assembly has been installed. 2) If any signal head assembly is found to be loose or asymmetrical in any manner; the Contractor shall be required to remove and rebuild the signal head assembly to the satisfaction of the Inspector. b. The Contractor shall mount signal heads level and plumb. 1) The Contractor shall position and secure the signal heads so they are visible as stipulated, in Section 4E.05 of the 2009 MUTCD. c. The Contractor shall connect the wiring from the pole base up the terminal block in the mounting hardware and likewise connect the appropriate wire from the signal head to the teiurinal block. 1) A11 connection screws shall be tight and snug. d. All signal heads or parts of heads not in operation shall be covered with burlap or fabric material until placed into operation. 1) When the signal heads become operational, all existing heads no longer required shall be removed immediately. e. Pedestrian head assemblies installed such that the wiring to each head shall pass from the mast arm through the signal head bracing or attachment hardware to the signal head. 1) No exposed cable or wiring will be permitted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-65 TRAFFIC SIGNALS Paee 65 of 75 4) No corrections will be allowed that will void the manufacturer's warranty. 5) A letter from the manufacturer approving the corrections shall be required or the material may be rejected by the hnspector. g. Use established industry and utility safety practices when working near underground or overhead utilities. Consult with the appropriate utility company before beginning such work. h. Erect structures after foundation concrete has attained its design strength. i. The steel structure frame shall be lifted as shown in the manufacturer's specifications and all match marking shall be followed. 1) Temporary bracing shall be used wherever necessary to support all loads to which the structure may be subjected, including equipment, operation, and material loading. 2) Such bracing shall be left in place as long as may be required for safety. 3) The various members, after being assembled, shall be aligned and adjusted accurately before being fastened. 4) Fastening of splices on compression members shall be done after the abutting surfaces have been brought completely into contact. 5) No welding or bolting shall be done until the structures have been properly aligned. j. Bearing surfaces and surfaces which will be in permanent contact with each other shall be cleaned before the members are assembled. 1) Bearing plates shall be set in exact position and shall have a full and even bearing upon the concrete. 2) As erection progresses, the Work shall be bolted to take care of all dead load, wind and erection stresses. 3) All erection bolts used in welded construction may be tightened securely and left in place. 4) If removed, the holes shall be filled with plug welds. k. Field bolting shall be in accordance with the requirements specified for shop fabrication. 1) Untrue holes shall be corrected by reaming. 2) Where the surface of a bolted part has a slope of more than 1:20, a beveled washer shall be used to compensate for the lack of parallelism. 3) Bolt heads and nuts shall be drawn tight against the Work with a suitable wrench not less than 15 inches long. 4) Bolt heads shall be tapped with a hammer while the nut is being tightened. I. Field Painting of Structures 1) Surfaces where the shop coat of paint has been damaged shall be retouched after installation. a) The cleaning, pretreatment, and priming of welds and the areas adjacent thereto shall be done promptly after the acceptance of the weld. b) Care shall be taken to properly mask signals heads, signs, pedestrian pushbuttons and their mounting hardware to keep paint from splashing onto these components. c) Masking shall be removed after completion of the painting process. d) A sufficient number of paint coatings shall be applied to each structure to result in a uniform finish once completed. e) All structures shall be air blasted using high pressure air to remove peeled paint and dust prior to application of new paint. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA \Vest Vickery Slreetscape Improvement Project City Project. No. 02155 344110-64 TRAFFIC SIGNALS Page 64 of 75 1) The cabinet door shall generally open away from the intersection. k. Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb that the pole is intended to serve. I. Tubing used to form pole foundations shall not be visible and all exposed concrete shall be finished with vinyl concrete patch mix to provide a smooth quality finish with all voids filled and no aggregate exposed. m. The cost of the Work shall be included in the unit bid price for this item. 6. Standard and Decorative Traffic signal structures a. The Contractor shall install all traffic signal structures in accordance with the Drawings. 1) Deviation from the Drawings because of physical obstructions, such as overhead utilities or in appropriate mast arm length to fit a relocated foundation, shall be worked out with the Inspector and approved prior to installation. 2) Stake the traffic signal pole locations for verification by the City. b. Poles shall have nuts on top and bottom of the pole base plate. 1) Anchor bolts for mast aim signal poles shall be set so that 2 are in tension and 2 are in compression. 2) The exposed length of the anchor bolt between the top of the foundation and the bottom of the leveling nut should not exceed one bolt diameter. c. The traffic signal pole heights and mast arm lengths shown on the Drawings and in the material summary are to be used for bidding purposes only. d. Prior to fabrication, the Contractor, in cooperation with the Inspector, shall make field measurements to determine the actual pole height necessary to ensure a vertical clearance of 17 feet minimum and 19 feet maximum from the roadway surface to the bottom of the lowest point on the signal head assembly or mast arm and to determine the mast arm lengths required to mount the traffic signal heads over the traffic lanes. 1) The masts arms shall be straight and level in the area where the signal heads are attached. 2) These field measurements and evaluations shall be determined from the actual field location of the pole foundations, considering all above and below ground utilities and the existing roadway elevations and lane widths. e. Transformer bases for pedestal poles shall be leveled and tightly secured to the foundation before the structure is placed on the base. 1) If shims are required for leveling, total shim height shall not exceed 1/2 inches. 2) Foundation anchor bolts shall extend a minimum of 1 inch through each nut in the base. f. Except as modified herein, erection of traffic signal structures shall be in accordance with the applicable Specifications and standards of the AISC Manual of Steel Construction. 1) Erecting equipment shall be suitable for the Work and shall be in proper working condition. 2) Where parts cannot be assembled or fitted properly as a result of errors in fabrication or deformation due to handling or transportation shall be reported immediately to the Inspector. 3) Straightening of plates and angles or other shapes shall be done by approval of the manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-63 TRAFFIC SIGNALS Page 63 of 75 k. All loop wire from the loop in the street to the ground box shall be tightly twisted a minimum of 5 times per foot (16 times per meter) as it is placed in the lead-in saw cut. 5. Concrete foundations for traffic signal structures a. All foundations shall be staked by the Contractor and approved by the Inspector prior to excavation. 1) While staking the pole locations, the Contractor, along with the Inspector, shall be cognizant of pedestrian needs by verifying the location of the push buttons and the pedestrian heads. b. Concrete foundations for signal structures shall be located so that the closest face is a minimum of 3 feet from the face of the nearest vertical curb. 1) Before excavating foundations probe to determine the location of utilities and structures. 2) Foundations shall be paid for once, regardless of extra work caused by obstructions. 3) Furnish all supplementary items necessary for proper foundation installation. e. Excavation for all foundations shall be done in accordance with lines and depths indicated on the Drawings. 1) All loose material shall be removed from the excavation before concrete is placed. 2) Any water shall be removed by pumping or bailing. 3) The use of explosives will not be permitted. d. Foundations shall be constructed to the dimensions shown on the Drawings. 1) The Contractor is required to make certain that the top of the finished foundation is level and formed. 2) Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. e. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats or other appropriate form of curing, for not less than 96 hours. f. All bracing and templates for anchor bolts shall remain in place for 96 hours after the concrete is poured. 1) During that time, the anchor bolts and conduit shall not be subjected to any applied strain. g. Backfill shall be tamped with mechanical tamps in 6 inches layers to the density of the surrounding ground. 1) Where excavation is made in the roadway shoulder, the shoulder shall be replaced with material equivalent to the original composition. h. All excavated material, not required for backfill, shall be promptly removed and disposed of by the Contractor, outside the limits of the Project. 1) The Work Site shall be kept clean and neat at all times. i. No concrete shall be placed when the atmospheric temperature drops below 40 degrees Fahrenheit (temperature reading taken in the shade away from artificial heat) unless permission to do so is given by the Inspector. 1) Refer to Section 03 30 00. j. The City shall supply to the Contractor the controller cabinet anchor bolts and specific cabinet templates. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-62 TRAFFIC SIGNALS Page 62 of 75 b. The ground rod shall be located so as to minimize the length of the grounding - conductor run. c. For pole mounted cabinets a grounding rod and grounding conductor shall be installed at the nearest foundation or ground box. d. All grounding circuits shall be substantial and pennanent and shall be electrically continuous with an ohms -to -ground resistance not to exceed 10 ohms when tested by volt -ohm -meter. e. UFER grounding shall be used for illumination poles. f. Grounding Connectors and Electrodes 1) When the location precludes driving a single ground rod to a depth of 8 feet (2.4 m), or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least 6 feet apart and bonded by a minimum No. 6 AWG copper wire. 2) Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). a) No splice joint will be permitted in the grounding conductor. 3) Each grounding rod shall be driven into the ground to a depth sufficient to provide the required resistance (10 ohms) between electrodes and ground. 4. Vehicle detector loop a. Detector lead-in cables shall be identified as shown on the Drawings (phase 1, etc.) with permanent marking labels (panduit type PLM, Thomas and Betts type 548M standard single marker tie or equivalent) at each ground box, pole base, and controller. b. Complete all Work related to the installation of a particular detector loop, with the exception of the layout task, in the same Work Day. Install loops during off-peak traffic hours. Loop installation shall not be made during any type of precipitation. c. Installation of detector loops shall be in accordance with the Drawings. Lead-in saw cuts from the street to the pull box shall maintain a maximum separation from other loops of 12 inches (500 nnm) and a minimum separation of 6 inches (150 mm) from other lead-in saw cuts. The saw cut depth, as specified in the Drawings shall be consistent, including the entry point into the curb. The maximum number of wires placed in a single saw slot shall be 4 wires. Each lead-in shall enter the curb through a separate hole. d. 3M Loop sealant or approved equivalent shall be used to seal all loop wire within the roadway. e. Detector lead-in cables shall be run continuously without splices from the curbside ground box to the controller. f. If splices must be made, they shall be solder connected and the splice connection shall be insulated and waterproofed with 3M DBR-6 Direct Bury Splice Kits or approved equivalent. g. Splices at the curbside pull boxes shall be made in the same manner. h. Splices in detector cables must be pre -approved by the Inspector in writing. i. In all cases where detector loop lead-ins pass from pavement through a curb to an existing ground box for a splice point, conduit shall be installed from the curb entry point up into the ground box. j. A minimum 1 inch diameter conduit shall be provided from the curb entry point to the ground box for each loop. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 61 TRAFFIC SIGNALS Page 61 of 75 a) All materials used shall be of high quality and specifically intended for this purpose. 3) Cables shall be trained to their final position and cut to proper lengths. 4) The cable's jacket and insulation shall be removed as required. 5) Use proper care to insure against nicking the conductors. 6) The connection shall be installed tightly and all burrs, rough edges, etc. shall be removed. 7) If wire nuts are used to secure the connection, then only "Scotchlock" brand connectors shall be utilized. 8) No more than 4 wires shall be spliced together using "Scotchlock" connectors and the wire shall be twisted. a) If more than 4 wires are connected, then a Kearney connector or mechanical clamp shall be used. b) All splices involving grounding conductors shall be made by twisting the cables together, applying solder then wrapping the connection with green electrical tape. 9) Heating the connection with a direct flame will not be permitted for cable, gauge less than #14. 10) Care shall be used to protect the insulation when soldering. a) The entire surface shall be cleaned taking special care in cleaning the outside jacket in order to remove the wax finish. b) Then approved thermo-setting materials shall be used to provide a water tight seal. 11) The Inspector shall select at random at least 5 splices to be thoroughly inspected. a) The Contractor shall, in the presence of the Inspector, sectionalize each selected splice to expose the various layers of materials and the connector. b) These splices shall be thoroughly checked for compliance to these special provisions. c) Each splice shall then be remade by the Contractor. This Work shall not require extra payment, but is considered subsidiary to other items in the Contract. d) All of the splices selected for this inspection shall conform to the requirements of these special provisions. e) If any splices fail to meet these requirements, then 10 more splices shall be selected at random by the Inspector for examination. gg. Identification of Signal Wires and Cables 1) IMSA color coded signal cable shall be used for all signal systems. a) Colors shall be continuous from the point of origin to the point of termination. 2) Each signal cable, detector lead-in cable and communication cable shall be designated with permanent marking labels or (panduit type PLM, Thomas and Betta type 548M standard single marker type or equivalent) and color coded tape at each pull box and in the controller cabinet. 3. Grounding a. Properly install and connect a ground rod for each controller cabinet, power drop and signal pole pier to reduce any extraneous voltage to a safe level. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 60 TRAFFIC SIGNALS Page 60 of 75 3) These terminal Connectors shall be inserted under the binder head screw and tightened securely. 4) Other wiring for the controller shall be completed as shown on the wiring diagrams and in the instructions furnished with the controller by the manufacturer. 5) All field wiring in cabinets shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. a) All spare wires shall be trimmed and neatly coiled with the ends taped. b) Detector Lead-in cables shall have their insulation jackets removed from their terminal strip connection to the bottom of the cabinet. 6) Pedestrian push buttons shall have a ground wire that is completely isolated and independent from all other ground wires. a) This wire shall be connected to the designated terminal in the controller cabinet. b) A pedestrian isolation board shall be in place. cc. Signal Head Wiring 1) Conductors shall run as follows: a) An unbroken 20-conductor cable and 1 bare #8 shall run from the controller cabinet to each pole pier. b) An unbroken 7 conductor, #14 AWG (or larger) cable shall run from the signal pole base to each 5-section, 4-section signal head, or the 3- section head located at the end of mast arm; and an unbroken 5 conductor, #14 AWG cable to each other 3-section or pedestrian signal head. 2 signal conductors, #14 AWG (or larger) shall run to each pedestrian push button. c) Each cable shall be identified as referenced on the pole wiring detail sheet provided in the Drawings with permanent marking labels (panduit type PLM standard single marker tie, Thomas and Betts type 548M or equivalent) at each ground box, pole base and controller. dd. Luminaire Wiring 1) 2 #8 cables shall run from service disconnect in parallel around the intersection as on the Drawings. 2) Luminaire wiring connection may be made in the nearest ground box to the traffic signal pole; such connection shall be placed in a water tight seal. a) If more than 3 wires are splice together in the traffic signal cabinet then a Kearney connector (or approved equivalent) shall be used as required. 3) Run 2 #10 cables from terminal panel in signal pole to luminaire. ee. Terminals 1) The ends of all stranded wires from the controller cabinet and from the signal heads shall be twisted at least 3 turns and wire nut applied in the base of the signal structure. ff Splices 1) Splices are strictly prohibited inside conduit runs. a) Detector cables shall not be spliced at any point except where transitioning from #14 XHHW loop detector cable to lead-in cable. b) Signal cables are to be spliced only at locations that are specified in the Drawings. c) Splicing signal cable in pull boxes shall not be permitted. 2) Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -59 TRAFFIC SIGNALS Page 59 of 75 m. In the event of damage, the Contractor shall bear the responsibility of providing the material and labor for replacement of defective cables at no extra cost to the City. n. All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. o. A conduit run measurements shall take place in the presence of the Inspector. p. The Inspector shall record all cable measurements and include the distances on an as -built drawing. q. In locations where new cables are to replace existing cables, the Contractor may use the removed cables as a measuring device to determine the lengths of the new cables to be installed. r. However, this does not relieve the Contractor of his responsibility to record accurate measurements of all cable lengths. s. The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. t. If so required by the Inspector, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. u. The cable shall be fed freely off the reel into the conduit without making a reverse curve. v. At the pulling end, the pull wire and cables shall be drawn from the conduit in direct line with the conduit. w. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. x. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. 1) Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be 1 of several commercially available wire pulling compounds that are suitable for PVC sheathed cables. 2) They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. y. Cables shall be neatly trained to their destinations. z. The Contractor shall adhere to the cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation. 1) These limits do not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed. 2) Larger radius bends are required for such conditions. aa. Wire and Cable 1) All wire and cable shall conform to the requirements shown in the Drawings, except wire and cable specifically covered by other Items of this Contract. bb. Controller Cabinet Wiring 1) Wiring for the controller cabinet shall consist of connecting (1) signal wires, (2) loop detector wires, (3) power wires, (4) ground wires, and (5) pedestrian push button wires to their respective terminals in the cabinet. 2) In the controller cabinet, stranded signal conductors from the field shall be stripped back and a solderless terminal connector (spade lug) shall be attached by means of a crimping tool. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-58 TRAFFIC SIGNALS Page 58 of75 3.2 PREPARATION A. Protection of In -Place Conditions 1. The Contractor shall assume full responsibility for the preservation of existing landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private property at the Site during the installation of the traffic signal. Damaged landscaping, sprinkler systems, and/or other private property shall be replaced within a reasonable time, by the Contractor at his own expense, to the satisfaction of the Inspector. 2. No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 3. Removal of mail boxes in the way of construction requires 48 hours advance notice to the post office. 3.3 INSTALLATION A. Special Techniques 1. Electrical Service a. Shall be in accordance to Section 26 05 00. 2. Cable a. Cables shall be installed in conduit unless indicated as an "overhead" cable run. 1) All conduit must be in accordance with Section 26 05 33. 2) Conduit must be continuous, reasonably dry, completely free of debris, and without sharp projections, edges, or short bends. b. If required by the Inspector, the Contractor shall demonstrate that the conduit is dry and free of debris by pulling a swab and/or mandrel through the conduit. The conductors shall be installed in a manner so as to ensure against harmful stretching of the conductors or damage to the insulation. c. Installation methods shall conform to the recommendations of the cable manufacturer. d. The Contractor shall furnish, at the request of the Traffic Management Manager or designee a copy of the manufacturer's recommendations, which shall include methods of attaching pull cable, pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. e. All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form 1 loop in such a manner that the pulling tension is equally distributed to all the cables. £ Long, hard pulls will necessitate the use of pulling eyes. g. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. h. The insulation on each conductor shall be removed before the loop is formed. i. The method used will depend on the anticipated maximum pulling tension in each case. j. In existing conduit where new cables are to replace existing cables, the existing cables may be used to pull in the new cables. k. At locations where new cables are to be added to existing cable runs, the existing cables shall first be pulled out, the new cables are to be added to the existing cables to form 1 cable pull (no slipping if any wires). 1. Installation and removal shall be done in such a way as to prevent damage to the existing and/or new cables. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110 -57 TRAFFIC SIGNALS Page 57 of 75 5) Top coat color shall be black (RAL 9017) unless otherwise selected by the City. b. Additional Color(s) 1) Cultural District Green 2) Downtown Bronze 3) Other colors may be approved by the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Battery back-up system 1. The City reserves the right to do testing on BBU systems to ensure Quality Assurance on unit before installation and random sampling of units being provided to the City. BBU systems that fail will be taken off the City's Qualified Products List. 2. The City testing procedures will check compliance with all the criteria of this Specification Section including the following: a. Event logging for fault/alarm conditions. b. Demonstrated use of 1 or more of the operating methods described in this Specification. c. Testing of ability to power a 700W load for 4 hours, transfer to flash mode and power a 300W load for 2 additional hours, at an ambient temperature of +25 degrees Celsius. d. Testing of all components in environmental chamber (temperature ranges from -30 degrees Celsius to +74 degrees Celsius) following NEMA TS2 2003 standards, section 2 and Advanced Transportation Controller (ATC) Standard, Version 5.2b, Section 9. 3. Each BBU shall be manufactured in accordance with a written manufacturer's Quality Assurance program. The QA program shall include, as a minimum, specific design and production QA procedures. 4. The Inverter manufacturer shall be ISO 900lor ISO 9002 certified. 5. The manufacturer, or an independent testing lab hired by the manufacturer, shall perform qualification testing on BBU Systems offered to the City. Testing procedures shall conform to testing procedures defined in the California Department of Transportation's Specification for Battery Backup System, Tees Chapter 4, dated July 7, 2009. Testing data shall be submitted to the City for review PART 3 - EXECUTION 3.1 EXAM.INATION A. Verification of Conditions 1. The Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations and conduit bores. a. All exploratory excavations shall be in accordance with Section 33 05 30. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -56 TRAFFIC SIGNALS Page 56 of 75 b. Finish coating 1) The flat finish coat shall be Kwal paint #6300 Accupro 100 percent Acrylic Exterior Flat Finish or approved equivalent. This is a 100 percent acrylic finish that is durable and chalk resistant. 2) The semi -gloss finish coat shall be Kwal paint #3910 Accupro 100 percent Acrylic Exterior Semi -Gloss Finish or approved equivalent. This is a 100 percent acrylic finish that is durable and chalk resistant. c. Finish coat colors that are permissible within the City include: 1) Black: RAL #9017 2) Pure aluminum 3) Stock Show Red: RAL 46408 4) Cultural District Green: RAL #6008 5) Arch brown: RAL #8019 22. Advanced Warning Flasher Assemblies a. Reverse flashing beacons shall be installed on the back side of traffic signal mast arms at signalized intersections within the school zone. b. Provide flasher control assembly in accordance with DMS 11160, "Flasher Control Assembly." c. Provide pedestal pole bases in accordance with DMS-11140, "Pedestal Pole Base." d. When shown on Drawings, provide solar powered flasher controller assemblies in accordance with DMS 11150, "Solar Power Flasher Controller Assembly." 23. Louvered Back Plates a. Material 1) Aluminum or acrylonitrile-butadiene-styrene (ABS). 2) One-piece for 3- and 4-section heads 3) Two-piece for 5-section heads b. Finishes 1) Aluminum: powder coat 2) ABS, integrally molded c. Color(s) 1) Face: flat black 2) Back: flat black d. Optional reflective tape can be added to aluminum plates when called out for in the plans or approved prior to installation. e. Shall be vacuum formed. f. Aluminum plates shall be louvered. g. ABS sheet material shall conform to ASTM D1788. 24. Powder Coating Traffic Signal Structures a. Powder Coating 1) After galvanizing, the steel and aluminum products shall be blasted to an SSPC-SP7 commercial blast. 2) All galvanized parts shall be pre -baked to ensure all gasses are released from the coating surface prior to powder coating. 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 mils (D.F.T.) and baked in accordance with powder manufacturer's recommendations. 4) Top coating is electrostatically applied and oven baked at 400 degrees Fahrenheit and cured for a minimum of 10 minutes. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-55 TRAFFIC SIGNALS Page 55 of 75 4) Top coating is electrostatically applied and oven baked at 400 degrees Fahrenheit and cured for a minimum of 10 minutes. 5) Top coat color shall be black (RAL 9017) unless otherwise selected by the City. g. High strength galvanized steel bolts 1) The allowable working stresses for A325 bolts shall be given in the AASHTO Streetscape Structure Specifications for Structural Joints using ASTM A3250-N or A490-N bolts. h. Mast arm pole shaft 1) Each traffic signal mast ann pole shall be fabricated from a 1 piece high strength steel sheet, and shall have no more than 2 longitudinal full length high frequency resistance welded joints and no horizontal welded joints except at the base of the pole. 2) Welds shall have a smooth and consistent external surface appearance. 3) All welds shall be performed by an American certified structural steel welder. 4) Traffic signal poles shall have a uniform taper. 5) Poles shall have a minimum of 50,000 PSI yield strength. 6) Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. 7) The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. i. Mast am 1) Each traffic signal mast arm shall be constructed from a 1 piece high strength, steel sheet with guaranteed minimum yield strength of 50,000 PSI. 2) Arms over 40 feet may be 2 piece but shall arrive at the Site and City yard as welded 1 piece. 3) The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. 4) Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. 5) Mast anus shall have no more than 2 longitudinal full length high frequency resistance welded joints. 6) Welds shall have a smooth and consistent external surface appearance. 7) All mast arms shall have a uniform taper. j. Luminaire Arin 1) Luminaire arms shall be fabricated in accordance with the Drawings. k. All other hardware necessary for complete installation of traffic signal structures, i.e., simplex plates, pole caps, transformer bases, anchor bolts, etc. shall be hot dipped galvanized and conform to the design, dimension, and strength requirements of said items as indicated on the Drawings. 1. All hardware shall be packed on a per pole basis. 20. Foundations a. All foundations shall be built in accordance with Section 03 30 00 and the requirements stated in the Drawings. 21. Hardware paint a. Primer coating shall be Kwal Paint #5810 G-Prime Premium Acrylic Universal Primer or approved equivalent. This is a 100 percent acrylic primer for all types of surfaces, including galvanized finishes. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -54 TRAFFIC SIGNALS Page 54 of 75 3) The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. 4) Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. 5) Mast arms shall have no more than 2 longitudinal full length high frequency resistance welded joints. 6) Welds shall have a smooth and consistent external surface appearance. 7) All mast arms shall have a uniform taper. h. Luminaire Arm 1) Luminaire arms shall be fabricated in accordance with the Drawings. i. Pedestal Structures 1) Pedestal structures for mounting pedestrian signals or median -mount traffic signals shall be furnished with a transformer base, pole cap, and all necessary hardware for proper installation. 2) Height of pole shall be set in the Drawings, but shall not exceed 15 feet. j. All other hardware necessary for complete installation of traffic signal structures, i.e., simplex plates, pole caps, transformer bases, anchor bolts, etc. shall be hot dipped galvanized and conform to the design, dimension, and strength requirements of said items as indicated on the Drawings. k. All hardware shall be packed on a per pole basis. 19. Decorative Traffic Signal Structures a. Design 1) Structures shall be designed in accordance with 1994 AASHTO "Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" for 80 MPH wind zone. 2) Refer to the City's Decorative Traffic Signal standard detail sheets for additional details. b. Markings 1) All pole shafts and mast arms for this Project shall be marked with the identification numbers from the Drawings to facilitate assembly of these items in the field. 2) For Projects with multiple intersections, the pole shafts and mast arms shall be identified by intersection. c. Vibration dampers 1) Steel mast arms ranging above 28 feet in length shall be provided with aluminum vibration dampers. d. Structure Finish 1) As shown in the Plans. e. Hardware Finish 1) Hot dipped galvanized in accordance to ASTM A153. 2) No double dipping allowed, f. Powder Coating 1) After galvanizing, the steel and aluminum products shall be blasted to an SSPC-SP7 commercial blast. 2) All galvanized parts shall be pre -baked to ensure all gasses are released from the coating surface prior to powder coating. 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 mils (D.F.T.) and baked in accordance with powder manufacturer's recommendations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-53 TRAFFIC SIGNALS Page 53 of 75 j. Boxes shall be manufactured from Reinforced Polymer Concrete (RPM) composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. Side walls may be reinforced polymer. k. The size and dimensions of the required ground boxes shall be shown in standard detail 34 41 10 — D601. 18. Standard Traffic Signal Structures a. Design 1) Structures shall be designed in accordance with 1994 AASHTO "Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" for 80 MPH wind zone. 2) Refer to the City's Standard Traffic Signal standard detail sheets for additional details. b. Markings 1) All pole shafts and mast arms for this Project shall be marked with the identification numbers from the Drawings to facilitate assembly of these items in the field. 2) For Projects with multiple intersections, the pole shafts and mast arms shall be identified by intersection. c. Vibration dampers 1) Steel mast arms ranging above 28 feet in length shall be provided with aluminum vibration dampers. d. The traffic signal poles and mast arms shall be galvanized in accordance to ASTM A123. Each component must be completely coated in a single dip. No double dipping will be allowed. All miscellaneous hardware shall be galvanized per ASTM A153. e. High strength galvanized steel bolts 1) The allowable working stresses for A325 bolts shall be given in the AASHTO Streetscape Structure Specifications for Structural Joints using ASTM A3250-N or A490-N bolts. f. Mast arm pole shaft 1) Each traffic signal mast arm pole shall be fabricated from a 1 piece high strength steel sheet, and shall have no more than 2 longitudinal full length high frequency resistance welded joints and no horizontal welded joints except at the base of the pole. 2) Welds shall have a smooth and consistent external surface appearance. 3) All welds shall be performed by an American certified structural steel welder. 4) Traffic signal poles shall have a uniform taper. 5) Poles shall have a minimum of 50,000 PSI yield strength. 6) Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. 7) The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. g. Mast arm 1) Each traffic signal mast arm shall be constructed from a 1 piece high strength, steel sheet with guaranteed minimum yield strength of 50,000 PSI. 2) Arms over 40 feet may be 2 piece but shall arrive at the Site and City yard as welded 1 piece. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -52 TRAFFIC SIGNALS Page 52 of 75 13. Multi -conductor cable a. All cable shall be multi -conductor capable of operating at 600 volts maximum, and suitable for use at conductor temperatures not exceeding 75 degrees C (167 degrees F). b. Multi -conductor cable shall be either stranded IMSA 20-1, #14 AWG, stranded copper wire. c. The copper wire (before insulating) shall meet the requirements of the latest American Society for Testing and Materials (ASTM) standards for uncoated wire. d. Ensure fillers are non-metallic, moisture resistant, non -wicking material. e. Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2 foot intervals to the outer surface of the jacket by indent printing. 14. Power lead-in cable a. Power lead-in cable shall be stranded RHW copper wire and suitable for A/C electric service. b. The cable shall be capable of operating at 600 volts maximum and suitable for use at conductor temperatures not exceeding 167 degrees Fahrenheit (75 degrees Celsius). c. Material and construction shall be in accordance with the applicable requirements of IMSA and NEC standards. d. Conductors shall be stranded, anneal coated copper. e. Copper wire before insulating or stranding, shall meet the requirements of the latest edition of ASTM B-033 (for coated wire). f. Stranding shall be class B, in accordance with the latest edition of ASTM B-8. g. Insulation shall be THHN and comply with Federal Specification A-A-59544 and all applicable ASTM standards. 15. Grounding conductor a. The grounding conductor shall be a #8 AWG solid copper wire. b. The conductor shall be bonded to all ground rods. 16. Ground rod a. Ground rod electrodes shall be copper -bonded steel being at least 5/8 inch in diameter. b. All ground rods shall be a minimum of 8 feet. c. All ground rods shall be a minimum of 6 feet in ground. 17. Ground Boxes a. All boxes shall meet all test requirements of the latest SC 1'1 77 "Specification of Underground Enclosure Integrity" for Tier 22 applications. b. Bottom edge of box or extension shall be footed with a minimum 1 1/4" flange. c. Cover lift eye shall be molded with cover. d. Cover lettering shall be 1" incised letters reading "Danger High Voltage Traffic Signal." e. Cover shall include the City of Fort Worth logo in upper left-hand corner. f. Cover must be secured with "Penta Head", stainless steel, self-cleaning bolts and nuts. g. Provide security bolts if indicated in the Drawings. h. The top surface of the ground box cover shall have a minimum co -efficient of friction of 0.5. i. Boxes shall be stackable for extra height. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -51 TRAFFIC SIGNALS Page 51 of 75 6) The BBU inverter and batteries shall be hot swappable. There shall be no disruption to the Traffic Signal when removing the inverter or batteries for maintenance. 7) All inverter and battery connections shall be of the quick disconnect type for ease of maintenance. 8) All necessary installation hardware (bolts, fasteners, washers, shelf angles, racks, etc.) shall be included. 9) Cabinet shall have a cabinet white LED light that is wired to turn on when the cabinet door is open. 10) The external cabinet shall be capable of housing batteries, inverter/charger unit, power transfer switch, control panels, wiring, wiring harnesses, and all other ancillary equipment. 11) Cabinet Types a) TYPE 1: Pole mounted external cabinet (for 336 type cabinet locations) b) TYPE 2: Side mounted external cabinet - Side mounted (attached to the side of the model 332 and 336 Cabinet) c) TYPE 3: Base mounted external cabinet - Freestanding (for all type cabinet locations). The base mounted external cabinet shall have a minimum 8" riser for easy cable entrance. 12) All external cabinets shall be NEMA 3R rated. 13) The external cabinet shall be ventilated through the use of louvered vents, filter, and one thermostatically controlled fan. a) The External fan cabinet shall be AC or DC operated from the same line output of the Power Transfer Switch that supplies power to the traffic controller cabinet. b) A 2-postion terminal block shall be provided on the fan panel 14) The external cabinet shall come provided with all bolts washers, nuts, cabinet -cabinet coupler fitting, shelves, wiring, and all other hardware necessary for mounting and connecting the external cabinet. i. Documentation 1) Cabinet wiring diagrams and equipment manuals must be provided for each cabinet. 2) Detailed directions/instructions for installation, programming and maintenance for each BBU unit must be included. 12. Vehicle Detector Loops (Sawcut) a. Detector Loop Wire 1) Use stranded copper No. 14 AWG XHHW cross -linked -thermosetting - polyethylene insulated conductor rated for 600 volts CA for vehicle detector loop wire. b. Detector Lead -In Cable 1) Loop detector lead-in cable shall be a single 4 conductor No. 18 AWG, shielded cable. 2) 1 cable shall service each loop where practical. c. Sealant 1) Use sealant for the vehicle detector loops in accordance with TxDOT DMS-6340, "Vehicle Loop Wire Sealant." CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -50 TRAFFIC SIGNALS Page 50 of 75 5) Batteries shall be easily replaced and commercially available off the shelf. 6) Battery string a) Batteries used for the BBU shall consist of a 4 battery string with a cumulative minimum rated capacity of 210 amp -hours 7) Batteries shall be sized and rated to operate a 700W load for 4 hours (normal operation) followed by a 300W load for 2 hours (flash operation) for a total of 6 hours. 8) Operating temperature a) The battery system shall consist of one or more strings of extreme temperature; float cycle GEL VRLA (Valve Regulated Lead Acid) batteries. b) Batteries shall be certified to operate at extreme temperatures from 40°C to +74°C 9) Construction a) Battery construction shall include heavy-duty, inter -cell connections for low -impedance between cells, and heavy-duty plates to withstand shock and vibration. 10) Top cover a) The top cover shall use tongue and groove construction and shall be epoxied or heat -sealed to the battery case for maximum strength and durability. 11) Ability to function a) The battery shall function if laid on its side without leakage of chemicals and be so designed. b) An integral lifting handle should be provided on the batteries for ease of removal/installation. 12) Interconnect wiring a) All batteries shall be provided with the appropriate interconnect wiring and corrosion -resistant mounting trays and/or brackets appropriate for the cabinet into which they will be installed. h. System Housing 1) EIA Standard a) The internal cabinet shall come with installed EIA rails. b) All references made to EIA rail or EIA 19" rack shall conform to Electronic Industrial Standards EIA-310-B, Racks, Panels, and associated equipment with 10-32 "Universal Spacing" threaded holes. c) The BBU shall be installed in an external cabinet adjacent to or connected to the Traffic Controller cabinet 2) Inverter/Charger Mounting a) The Inverter/Charger Unit shall be shelf or rack mounted on a standard EIA19" rack. 3) Power Transfer Switch Mounting a) The Power Transfer switch shall be mounted on EIA Rail. 4) Interconnect wiring a) All interconnect wiring shall be provided and shall be UL Style 1015 CSA TEW. 5) BBU replacement a) The BBU equipment and batteries shall be easily replaced and shall not require and special tools for installation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-49 TRAFFIC SIGNALS Page 49 of 75 (4) Event log (a) The BBU shall maintain an event log containing a minimum of 200 of the most recent events recorded by the BBU. At a minimum, the event log shall record the following: date/time stamp, current operating mode, what the event was. (b) The Event log shall be viewable through the LCD display, EIA-232 port, and the Ethernet Interfaces. (5) Counters (a) The BBU shall keep track of the following: the number of times that the unit was in backup, buck, and boost modes. f. Programmable Relay Contacts 1) The BBU shall provide the user six (6) programmable dry relay contacts. As a minimum, the programmable options shall be On Battery, Low Battery, Timer, Alarm, Fault, and Off. 2) Relay Contact Terminals a) The relay contacts shall be made available on the front panel of the BBS via an 18-position, screw hold-down, printed circuit board mounted terminal block. 3) Contacts a) Each relay shall have their own common and their own set of normally open (NO) and normally closed (NC) terminals. The terminals for each relay shall be oriented as NO-C-NC on the terminal block. 4) Labeling a) The contacts on the terminal block shall be labeled 1-18, left to right. Additionally, each set of contact shall be labeled with the NO-C-NC designation, as well as Cl...C6 from left to right. All additional contacts on the terminal block shall be labeled as "spare". 5) Rating a) The relay contacts shall be rated at a minimum of 1 amp @125 VAC. 6) Display a) When a relay is energized, it shall be displayed on the LCD screen. 7) On Battery Relay Contact a) The dry relay contacts that are configured for "on battery" shall only energize when the Inverter is operating in Backup Mode. 8) Time Relay Contacts a) The BBU shall include a timer that will energize the "timer" configured dry relay contact after the user configured time has elapsed. b) The timer is started when the BBU enters Backup Mode. c) The user can configure the timer from 0 — 480 minutes in 15 minute increments. 9) Low Battery Relay Contact a) The BBU shall have an adjustable low battery relay setting. b) This setting shall be adjustable so that the user can set the point at which the low battery relay contact is energized. g. Batteries 1) Provide batteries from the same manufacturer/vendor of the BBU system. 2) Individual batteries shall be 12V. 3) Batteries shall be comprised of extreme temperature, float cycle, GEL VRLA (Valve Regulated Lead Acid). 4) Battery amp -hour rating shall be 105 amp -hour maximum. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -48 TRAFFIC SIGNALS Page 48 of 75 2) Screen size a) The screen shall be large enough to display the following information: (1) Operating mode (standby, buck/boost) (2) Utility input voltage (3) BBU output voltage (4) Charger status (5) Percent battery charge (6) BBU status (standby, backup, buck, boost) (7) Any alarms and faults 3) The BBU inverter/charger unit shall include a keypad for configuring system parameters and navigating system information. 4) Communications a) The BBU shall be equipped with an industry standard RS-232 serial connection for user configuration and management. b) The serial port shall be a EIA-232 (DB9-Female) connector. c) The BBU shall have an Ethernet communication interface for user configuration and management. The Ethernet Port shall be an RJ-45, EIA 568B Pin Out Connector. d) The BBU shall be include remote monitoring & alarms transmission capabilities through the Ethernet RJ45 IP Addressable Port, using SNMP protocol. Other means of communication will be considered. e) All BBU configuration and System menus shall be accessible and programmable from the RS-232 and Ethernet Port. f) The BBU shall support TCP and UDP over IP protocol communications. g) The BBU shall support FTP, Telnet, and HI-IP. h) The BBU shall be SNMP compliant. 5) Web -based interface a) The BBU shall be provided with a web -based -interface for user configuration and management through a web browser. b) The BBU shall allow the user to do the following through the web browser: (1) View logs (2) Change modes of operation (3) Configure email alarms (4) Adjust line qualify time (5) Program relay contacts (6) Configure network parameters 6) Status LEDs a) The BBU shall have discrete status LED indications on the front of the inverter/charger. (1) Green output LED (a) This LED will be ON any time that the output of the BBU is modified, either by backup Mode or by Buck//Boost Modes. (2) Red fault LED (a) This LED will be ON any time that there are any faults in the system. (3) Yellow Alarm LED (a) The LED will be ON any time that there are any alarms in the system. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3441 IO-47 TRAFFIC SIGNALS Page 47 of 75 19) The BBU shall prevent a malfunction feedback to the cabinet or from feeding back to the utility service. In the event of BBU failure (inverter/charger or battery) or complete battery discharge, the power transfer relay shall revert to Normally Closed (de -energized) state where utility line power is connected to the cabinet. 20) The BBU shall initiate an automatic shutdown when battery output reaches 42DVC. 21) The BBU shall be equipped with an integral system to prevent the battery from destructive discharge or overcharge. d. Power Transfer Switch 1) Rating a) The BBU shall include a Power Transfer Switch rated at 120VAC/50 amps minimum. 2) Manual Bypass Switch a) The Power Transfer Switch shall include a manual bypass switch. Placing the manual bypass switch in `Bypass" mode shall cut AC power to the Inverter/charger and route it directly to the traffic signal cabinet. b) In this condition, power to the inverter is disconnected, and battery power from the inverter is disconnected. c) The inverter can then be powered off without affecting normal intersection operation. d) With the inverter turned off, the batteries can be safely disconnected from the inverter. 3) Indicator light a) The Power Transfer Switch shall include a bypass indicator light that automatically illuminates when the Manual bypass switch is in Bypass position. 4) Status Relay a) The Power Transfer Switch shall include a bypass status relay with normally open, dry contacts that automatically close when the Manual bypass switch is in Bypass position. 5) Power Transfer Relay a) The Power Transfer Switch shall include a 50 Amp power transfer relay controlled by the inverter to cause the Power Transfer Switch to switch between AC power from the utility and battery power from the inverter. 6) Integrated Switch a) The manual bypass switch and the power transfer relay shall be integrated together within the Power Transfer Switch allowing the manual bypass switch to be rated at 15 Amp and to be integrated with the bypass indicator light and bypass status relay. 7) Terminal Blocks a) The Power Transfer Switch shall have terminal blocks capable of accepting #6 AWG wiring with #6 AWG internal to the Power Transfer Switch as required for 50 Amp operation. e. Displays, Controls, Diagnostics and Maintenance 1) The BBS inverter/charger unit shall include a backlit LCD display for viewing all status and configuration information. The screen shall be easily viewable in both bright sunlight and in darkness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 -46 TRAFFIC SIGNALS Page 46 of 75 2) The BBU shall provide a minimum of 2.0 hours of full time operation and 3.0 of flash operation for a traffic signal utilizing LED only vehicle and pedestrian indications. 3) The BBU shall be compatible with City Model 332 and 336 cabinets; model 170/ATC controllers; and all cabinet components for full time operation. 4) The BBU shall provide a minimum of 1500W/1800VA@25°C active output capacity with 85 percent minimum inverter efficiency. 5) When operating in backup mode, the BBU output shall be 120VAC+5VAC, pure sine wave output, <3%THD, 60Hz E 0.05 Hz. 6) The BBU DC system voltage shall be 48VDC, 7) The maximum transfer time allowed, from disruption of normal utility line voltage to stabilized inverter line voltage from batteries, shall be 40 milliseconds (ms). The same maximum allowable time shall also apply when switching from the inverter line voltage to utility -line voltage. Transfers to and from battery operation shall not interfere with the operation of the other equipment in the intersection. 8) The BBU and all components shall operate without performance degradation over a temperature range of -37°C to +74°C. Additionally, all components and parts used shall, at the minimum, be rated for this temperature range. 9) In the event the AC service feeding the BBU is severed, or there is a utility blackout, the AV voltage measured at the AC inputs to the BBU (line to neutral) shall be less than 1 VAC. 10) The BBU shall have lightning surge protection compliant with IEEE/ANSI C.62.41 and must be able to withstand 2000 volt surges applied 50 times across line and neutral. These surges shall not cause the BBU to transfer to Backup mode. 11) The AC input and output shall be panel mounted plug/receptacles that allow no possibility of accidental exposure to dangerous voltages. The AC Input shall be a male receptacle and the AC Output shall be a female receptacle. The receptacles shall utilize some form of locking mechanism or hold down clamps that prevent accidental disconnects. 12) The DC connection shall be a recessed one or two pieces Anderson Style receptacle. 13) The Power Transfer relay control and the battery temperature sense inputs shall be heavy duty panel -mounted style connectors. 14) All connections shall provide mechanically and electrically secure connections without the use of a screwdriver. The only exception is the Relay Terminal Block. 15) The BBU must be able to shutdown in order to protect against internal damage in the event of an overload at the output. 16) The BBU shall provide a time -of -day schedule. The time -of -day schedule shall allow the user to schedule operational modes. 17) The BBU shall automatically change operational modes based on the time - of -day schedule. 18) The BBU shall not switch from Flash Operation to Full Operation anode when the remaining battery capacity is <40 percent. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-45 TRAFFIC SIGNALS Page 45 of 75 d) The BBU shall automatically apply a 5VAC difference for the retu►-n transfer points. e) When the BBU is in Standby mode (Buck/Boost Disabled), the BBU shall bypass the utility line power whenever the utility line voltage is outside the transfer set points (±2 VAC). 2) Low Restore a) In cases of low or absent utility line voltage, when the utility line voltage has been restored at or above 5 VAC ±2 VAC of the low transfer set point for more than 20 seconds, the BBU shall transfer from Backup Mode to Utility Line Mode. 3) High Restore a) In cases of high utility line voltage, when the utility line voltage has been restored at or above 5 VAC 12 VAC of the high transfer set point for more than 20 seconds, the BBU shall transfer from Backup Mode to Utility Line Mode. 4) Buck/Boost Line — Interactive Mode a) The BBU shall include Buck/Boost Functionality. b) The Buck/Boost mode shall have a minimum range of 90-150 VAC. c) There shall not be any user definable transfer set points for the buck boost mode. d) Whenever Buck/Boost mode is selected, the output of the system shall be regulated between 100-130VAC. e) When the output of the system can no longer be maintained with this range, the BBU shall transfer to Backup Mode. 5) Line Qualify Time a) The BBU shall have a user definable line qualify time. b) The user shall be able to select a minimum of three (3) possible settings. c) The minimum setting shall be 3, 20, and 30 seconds. d) The default line qualify time shall be 30 seconds. 6) Battery Charger a) The BBU shall have an integral charger. b) The charger shall be a 3-step charger using bulk, absorption and float charging techniques, appropriate for the battery type. c) The integral 3-Step Charger shall use temperature compensation. d) The charging system shall compensate over a range of 2.5-4.0mV/°C per cell. e) A temperature probe which plugs into the front panel of the BBU shall be used to monitor the internal temperature of the batteries. f) The Temperature sensor shall be of sufficient length to properly reach the center battery and yet not too long to cause an inaccurate reading. g) The batteries shall not be recharged whenever the battery temperature exceeds 50°C. h) The recharge time for the batteries from "protective low -cutoff" to 80 percent or more of full charge capacity shall not exceed 12 hours. c. Operation 1) The BBU system shall provide the following operational modes when operating on battery power: full operation of all traffic signal devices, flash operation, and combination of full and flash operation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 44 TRAFFIC SIGNALS Paee 44 of 75 2) Detector shall transform the optical energy detected from an approaching, vehicle mounted emitter to an electrical signal. The electrical signal shall be transmitted along an Emergency Preemption Detector Cable to the Emergency Preemption Phase Selector for processing. 3) Detectors shall permit a direct, unobstructed line -of -sight to vehicle approaches. 4) Detector shall have a cone of detection of not more than 13 degrees. The Emergency Preemption Detector and/or Emergency Preemption Phase Selector shall not sense a pre-emption signal from an emitter outside this cone. 5) Detector shall have solid state circuitry and advanced electrical transient immunity. 6) Detectors shall have a range of 200 feet and is adjustable up to 2,500 feet. 7) Detector shall operate at an electrical voltage of 24 to 28 VDC, 50 MA minimum. 8) Detectors shall operate at a temperature range of -30 degrees F to 165 degrees F. 9) Detector shall include mounting hardware, as specified, for mast arin mounting, span wire mounting, pole -side mounting, mounting on top of a signal head, or mounting on top of a pipe or pedestal. 10) Detector shall have an adjustable turret configuration to accommodate skewed approaches. 11) Detector housing shall be of light weight, durable, high -impact polycarbonate material having stainless steel and brass fittings. 12) Detector shall operate at a humidity of 5% to 95% relative. e. Emergency Preemption Detector Cable 1) Shall be Model 138 OpticomTM cable, or approved equivalent, and shall be compatible with all other equipment used in this specification. 2) Cable shall be individually tinned copper strand three -conductor cable with yellow, orange, and blue conductor wires. It shall also have a bare shield drain wire. 3) Cable shall be AWG #20 (7x28), stranded with conductor insulation of 600 volt, 75°C (167°F). 4) Cable shall have a DC resistance not to exceed 11.0 ohms per 1000 ft. 5) The capacitance from one conductor to other 2 conductors and shield shall not exceed 48 pf./ft. 6) Cable jacket shall be rated for 600 volts, 80 degrees C (176 degrees F), and minimum average wall thickness of 0.045 in. 7) Finished O.D. of 0.3 in. maximum. 11. Battery back-up system a. The product bid shall be the Alpha FXM 2000 model, or approved equivalent, and shall meet the following specifications. b. Functionality 1) Standby Mode a) The BBU shall be provided with a standby mode. b) The utility AC power shall be passed directly to the output. c) The system will transfer to Backup mode at user defined, low and high cutoff voltage level transfer points that are adjustable between 90 and 135 VAC. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3441 10-43 TRAFFIC SIGNALS Page 43 of 75 11) Emergency Preemption Phase Selector shall supply power to and receive electrical signals from the Emergency Preemption Detector. 12) Emergency Preemption Phase Selector shall be tested to NEMA electrical test specifications. 13) Emergency Preemption Phase Selector shall operate at a voltage range of 89 to 135 VAC +10% and 6OHz + 3Hz. 14) Provide equipment that is not affected by the transient voltages, surges and sags normally experienced on commercial power lines. It is the Contractor's responsibility to check the local power service to determine if any special design is needed for the equipment. Any extra cost, if required, is subsidiary to this Item. 15) Install appropriate surge protectors in the cabinet for the Emergency Preemption Phase Selector and Emergency Preemption Detector. 16) Provide equipment that meets the requirements of Sec. 2.1.6, "Transients, Power Service" of the NEMA Standard TS2-1992, and/or the latest revision. 17) Provide all wiring to the requirements of the NEC. Cut all wires to proper length. Provide cable slacks to facilitate removal and replacement of assemblies, panels, and modules. Do not double back any wires to take up slack. Neatly lace wires into cable with nylon lacing or plastic straps. Secure cables with clamps. 18) Provide diodes or other protective devices across the coils of all DC relays, solenoids, and holding coils for transient suppression. 19) Furnish equipment with readily accessible, manually re-settable or replaceable circuit protection devices (such as circuit breakers or fuses) for equipment and power source protection. 20) Design the equipment such that the failures of the equipment shall not cause the failure of any other unit of equipment. 21) Equipment furnished shall be modular in design to allow major portions to be readily replaced in the field. 22) Emergency Preemption Phase Selector shall have mechanically key modules of unlike functions to prevent insertion into the wrong socket or connector. 23) Clearly identify all modules and assemblies with name, model number, serial number, and any other pertinent information required to facilitate equipment maintenance. 24) A card rack shall be supplied with every Emergency Preemption Phase Selector. a) Shall be a metallic enclosure with a dedicated card slot for one phase selector with either two or four channel units. b) The front panel of the card rack shall include a terminal strip for connecting the detectors, as well as a 9-pin circular connector and harness to connect the phase selector's inputs and outputs. c) The card rack shall be subsidiary to the Emergency Preemption Phase Selector. d. Emergency Preemption Detector 1) Furnish Emergency Preemption Detector that shall seamlessly operate with the vehicle emitters used in the project area. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 34 41 10 - 42 TRAFFIC SIGNALS Page 42 of 75 h) Field Setup Monitor i) Installation Assistance and / or User Training (Days) f. If any lcomponent fails, it should be easily identifiable by visual inspection and replaced or repaired per the warranty. g. Each component shall be provided with the following documentation: 1) Complete and accurate installation, set-up and users guide. 2) Contact name, address, and telephone number for the representative, manufacturer, and/or distributor for warranty repair. 10. Emergency Vehicle Preemption System a. The product bid shall be the OpticomTM system by Global Traffic Technologies, or approved equal, and shall meet the following specifications. b. Provide new, corrosion resistant materials. c. Emergency Preemption Phase Selector 1) Shall be a plug-in two channel, dual priority, encoded signal device. 2) Shall have the capability to be installed directly into the input file of Type 170 traffic controllers equipped with priority phase selection software. 3) Shall recognize and discriminate among three distinct emitter frequency rates via Emergency Preemption Detectors: Command Priority, Advantage Priority and probe vehicles. 4) When Emergency Preemption Detector signals are recognized as a valid call, the Emergency Preemption Phase Selector shall cause the signal controller to advance to and/or hold the desired traffic signal display. This is accomplished by utilizing Emergency Preemption Phase Selector circuitry in conjunction with normal internal controller functions. 5) The Emergency Preemption Phase Selector shall be capable of assigning priority traffic movement to one of two channels on a first come, first serve basis. Each channel shall be connected to select a particular traffic movement from those normally available within the controller. 6) Once a call is recognized, "commit to green" circuitry in the Emergency Preemption Phase Selector shall function so that the desired green indication will be obtained even if optical communication is lost. After serving a priority traffic demand, the Emergency Preemption Phase Selector shall release the controller to follow normal sequence operation. 7) The phase selector shall not change the timing of the following intervals for any normal controller phase: minimum green, walk, pedestrian clearance, yellow change, or red clearance. 8) Emergency Preemption Phase Selector shall also have the following features: two auxiliary detectors per channel, compatible with encoded signal and non -encoded emitters, computer -based interface (RS232 communications front port, and rear backplane, customizable ID code validation), crystal controlled circuitry, optically isolated outputs, front panel switches and diagnostic indicators for testing, and multi -function test switch. 9) Phase selector shall be powered from AC mains and shall provide 24-volt DC output for its associated detectors. 10) Emergency Preemption Phase Selector shall utilize solid state and relay circuitry to interface between the Emergency Preemption Detector and the traffic signal controller. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 3441 10-41 TRAFFIC SIGNALS Page 41 of 75 13) The VPS shall be provided with front panel switches and LED indicators that allow an operator to manually select and verify the VPS operating mode, monitor camera Sync and Data operation, and monitor a minimum of 16 outputs and 8 inputs of the VPS without the use of an external device such as a personal computer. 14) The C/VPU shall be capable of detecting vehicles for a minimum of 8 lanes plus 2 shoulders on a per camera basis. a) The C/VPU shall also be able to simultaneously detect both approaching and departing vehicles for each camera field of view. 15) The C/VPU operational software shall be stored internally in Flash Memory and be capable of being updated without the removal and replacement of memory devices. 16) The C/VPU shall be provided with count, presence, directional presence, speed, stopped vehicles, and queue types of detection zones. a) An adjustable cycle timer shall be available for dealing with stopped vehicles. b) The Windows software shall be able to display the traffic parameters on the screen of an SVGA monitor on a per vehicle basis for each detection station by lane. c) It shall also be possible to view and sort the stored data for selected time intervals. 17) A Clock/Calendar shall be resident in the C/VPU software for turning on/off certain parameters used to enhance detection performance, and shall include Daylight Savings compensation. 18) The Contractor shall provide a 0.125 inches thick aluminum Camera Interface Panel mounted to the wall of the traffic controller cabinet for protecting the C/VPU video, data, and power. a) The panel shall contain as a minimum; 1 Edco CX06 coax protector per camera (if video is output on coaxial cable), an Edco ACP-340 for protecting the C/VPU power, a 10 amp circuit breaker, and a terminal strip with a minimum of 6 8-32 binder head screws for input/output power. 19) The VPS shall be IS09002 registered prior to bid opening. The VPS shall also be a UL recognized component that complies with the requirements of EN6095D. 20) The VPS at each intersection shall be able to be networked using a 2-TWP interconnect back to the Master Cabinet for future communication to the Traffic Management Center. a) This communication must be full -duplex RS-485 and be capable of being daisy -chained at each VPS location. e. Video Detection System Components 1) Description a) Camera/Processor Combination b) 5 '/2 Pair 18-Gauge Cable c) Communications Interface Panel (4-Camera) d) Mini -Hub Detector Card e) Camera Mounting Bracket, Pelco Model AB-0166-5-84, or approved equivalent f) Interface Cable Assemblies g) Users Guide CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscapc Improvement Project City Project. No. 02155 34 41 10 -40 TRAFFIC SIGNALS Page 40 of 75 10) In addition, the C/VPU shall be able to condition the detector outputs based on the state of the associated phase number and color. 11) The following detector types shall be available: Detector Output Type 0 Function Send a call for every vehicle presence detected 1 Extend a call Delay a call 2 Delay a call Extend a call 3 Lock a call 4 Extend and/or lock a call Extend and/or lock a call 5 (with an automatic reset timer) 6 Lock a call Reserved for future output 7 type (Defaults to Type 0 output) Calculate dilemma zone and automatically extend a call Send a call for every vehicle presence detected Delay and/or lock a call Send a call for moving vehicles only 8 Phase State Not applicable Green Not Green Green Not Green Not Green Not Green Not Green Red Green Not Green Red Not Red 12) The serial communication port on the VPS shall be a DB-9 RS-232 connector. a) The Vendor shall supply a software package that will operate with Windows. (1) In the direct connect mode, the software resident in the VPS and in the personal computer shall be capable of transmitting and receiving all information needed for detection zone set-up, monitoring vehicle detection by viewing flashing detection zone overlays, and uploading/downloading and interrogating all stored data within the VPS. (2) Future remote communications with the VPS shall be possible with the addition of external communication devices (modem, codec, etc.) using the RS-232 and video output ports on the VPS. CITY OF FOR"' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-39 TRAFFIC SIGNALS Page 39 of 75 m. The cable length shall not exceed 2000 feet for the operational baud rate of RS- 485 communications (9.6 Kbps). n. If 12 VDC is being supplied for the detector then the cable length shall not exceed 90 feet. o. If 24 VDC is being supplied for the detector then the cable length shall not exceed 500 feet. p. Both communication and power conductors can be bundled together in the same cable as long as the above -mentioned conditions are met. 9. Video Imaging Vehicle Detection System (VIVDS) a. The product bid shall be the AutoScope Solo Pro IITM by Econolite, or approved equivalent, and shall meet the following specifications. b. The VIVDS shall detect the presence of vehicles on all approaches of the intersection and be operationally compatible with controllers and conflict monitors currently used by the City of Fort Worth. c. The video detection component of this system is generally composed of 4 camera/processor combination units and associated hardware. d. Functional requirements: 1) The Video Processor System (VPS) shall be capable of providing up to 16 detector outputs to a Type 170 traffic controller from up to 8 camera/video processor units (C/VPU). 2) Each C/VPU field of view shall provide a minimum of 32 virtual detection zones for vehicle detection. 3) The specific number of C/VPUs to be provided is shown on the Drawings. 4) A Video Processor Unit (VPU) shall reside in each camera housing. 5) The video output from the C/VPU shall be in color with active detection zones overlaid on full motion video. 6) Connection from the controller cabinet to the camera/processor must be twisted wire pairs only. a) No coaxial cable shall be used from the controller cabinet to the cameras. 7) The C/VPU shall be able to simultaneously perform vehicle presence detection while computing and storing traffic data parameters for user selected intervals of 10, 20, or 30 seconds or 1, 5, 10, 15, 30, or 60 minutes. a) These parameters must include vehicle counts, flow rate, classification, occupancy, and speeds. b) The C/VPU shall be capable of operating in an LP -addressable multi - drop communications network that allows the traffic data parameters to be polled down to 10 second intervals. c) It shall be possible to verify and download the stored data at any time without disturbing the data currently stored in memory. d) The C/VPU shall be provided with occlusion compensation software on a per detection zone per lane basis in order to minimize over counting due to large vehicles. 8) Phase Red and Green load switch outputs from up to sixteen (16) phases of a Type 170 traffic controller shall be provided as inputs to the C/VPU for inhibiting detector Extend/Delay timing functions. 9) The C/VPU software shall provide Boolean logic gates (AND, OR, NAND, and N of M) that allow the detector outputs to be daisy chained/linked together for customized operation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-38 TRAFFIC SIGNALS Page 38 of 75 3) The input file card will receive data packets over an RS-485 bus at any of the following baud rates: 9600, 19200, 38400, 57600 and 115200. Also, the input file card will auto -baud and auto -detect a detector over wired and wireless communication channels that have a maximum latency of 500 ms. 4) The input file card will comply with the NEMA TS2-1998 Traffic Controller Assemblies with NTCIP Requirements, Section 2.8 specification. Documentation and results of the NEMA TS2-1998 test will be provided. 5) The input file card will also provide failsafe operation, so that in the event of failure of communication from the sensor, a constant call will be placed on all contact closure channels. 6) The input file card will comply with the EN 61000-4-5 Class 4 lightning surge protection test specification. Documentation and results of the EN 61000-4-5 Class 4 test will be provided. k. FCC 1) Each detector will be Federal Communications Commission (FCC) certified under CFR 47, Part 15, section 15.245 as a field disturbance sensor, or section 15.249 as an intentional radiator. This certification will be displayed on an external label on each device according to the rules set out by the FCC. 2) The detector will transmit in the 10.50 —10.55 GHz or 24.00 — 24.25 GHZ frequency band and will meet the power transmission requirements specified under sections 15.245 and 15.249 of CFR 47. 3) The manufacturer will provide documentation proving compliance to all FCC specifications. 8. Radar Detection Cable a. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. b. The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. c. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter (O.D.) of this jacket shall be within the back shell's cable O.D. range to ensure proper sealing. d. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. e. The cable shall conform to the following specifications: f. The RS-485 conductors shall be a twisted pair. g. The RS-485 conductors shall have nominal capacitance conductor to conductor of less than 71 pF/Ft at 1 Khz. h. The RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/(304.8 m) at 68°F (20°C). i. The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/(304.8 m) at 68°F (20°C). j. Each wire bundle or the entire cable shall be shielded with an alurninum/mylar shield with a drain wire. k. The wire shall be a single continuous home -run cable with no splices allowed and terminated only in the junction box provided by the manufacturer and in the traffic signal cabinet at the other end. 1. The cable O.D. shall not exceed 0.4 inches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110 -37 TRAFFIC SIGNALS Page 37 of 75 h. RF Design 1) All microwave circuitry within the detector will be designed utilizing active control that dynamically adjusts to compensate for temperature and age variations in component performance. This eliminates most opportunities for human error or age degradation in circuits that contribute to product performance. The circuitry will be void of any manual tuning elements that could lead to human error and degraded performance over time. 2) All transmit modulated signals will be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 ppm stable over the specified temperature range, and ages less than six ppm per year. Any up -conversion of a digitally generated modulated signal will preserve the phase stability and frequency stability inherent in the digitally generated signal. These specifications ensure that during operation the detector strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality. 3) The detector antennae will be designed on printed circuit boards, eliminating the need for RF connectors and cabling that result in decreased reliability. Printed circuit antennae are less prone to physical damage due to their extremely low mass. 4) The antennae parameters will meet the following criterion to ensure quality performance: a) 3 dB Elevation Beam Width: > 65 degrees b) 3 dB Azimuth Beam Width: < 15 degrees c) Side Lobes: < -20 dB i. Enclosure 1) The detector will be enclosed in a Lexan polycarbonate, ultraviolet resistant material and will be classified as watertight according to the NEMA 250 Standard. The enclosure will be classified "fl" outdoor weatherability in accordance with UL 746C. 2) The detector will be able to withstand a drop of up to 5 feet without compromising its functional and structural integrity. j. Input file cards 1) The detector manufacturer will provide an optional input file card compatible with 170, 2070, NEMA TS1 and NEMA TS2 input file racks. The input file card will translate per vehicle data packets or actuation packets from the detector into corresponding contact closure outputs. Operators will be able to assign any contact closure output channel to any configured alert. These settings will be saved in non-volatile memory on the input file card for complete recovery in case of power failure. 2) The input file card will support Dual Loop (Speed Trap) emulation, as well as the following modes of operation: a) Actuation (true presence filtered by conditional alert constraints output in real time with 2.5 ms resolution) b) Pulse (a single 125 ins output pulse for each vehicle) c) Presence (an output pulse corresponding to the duration of each vehicle cluster in the detection zone with a resolution of 2.5 ms) d) Single Loop Speed (duration of the pulse corresponds directly to the speed of the vehicle, speed (mph) = 13.64/duration in seconds) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA \Vest Vickery Streetscape Improvement Project City Project. No. 02155 344110-36 TRAFFIC SIGNALS Page 36 of 75 d) ETA accuracy will be verified with: LIDAR gun, or by video using visual markers as a distance reference and frame rate as a time reference. d. Lightning surge protection that meets or exceeds the EN 61000-4-5 Class 4 specifications will be installed no farther than 40 feet along the detector cable from the detector unit. To ensure the continued operation of the detector in the presence of electrical surges, all connections to the detector will be protected, including power, RS-232, RS-485 communication lines and ground. e. Communication 1) The detector will provide two or more communication ports that can be accessed simultaneously using any detector -supported protocol. 2) This will enable multiple operators to collect data from the detector at the same time without interrupting or interfering with each other. 3) The detector will provide RS-232 and RS-485 serial communication ports; each communication port will support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200. 4) The RS-232 port will be full -duplex and will support true RTS/CTS hardware handshaking for interfacing to various communication devices. f. Power 1) The detector will consume less than 10 watts with a DC input between 12 VDC and 28 VDC. 2) The equipment will be designed such that the failures of the equipment will not cause the failure of any other unit of equipment. 3) Automatic recovery from power failure will be within 15 seconds after resumption of power. g. Windows® and PocketPC® -based Software 1) The detector will also include graphical user interface software that displays all configured zones and provides visual representation of all detected vehicle clusters. The detected range, speed, arrival titne, and identification number will be viewable on the visual representation of all detected vehicle clusters. The graphical interface will operate on Windows 98, Windows 2000, Windows NT 4.0, Windows XP Pro and Windows PocketPCs equivalent to the Dell Axim X5Ov. The software will automatically select the correct baud rate. 2) The graphical user interface will also display all configured alerts and provide visual representation of their actuation. The operator will have the ability to configure alerts using minimum and maximum constraints on the detected ETA, speed, and range of vehicles. 3) The operator will have the ability to save the configuration information to a file, or reload the detector configuration from a file, using the graphical user interface software. Using the installation software, the operator will be able to easily change the baud rate on the sensor by selecting baud rates from a drop -down list, as well as add response delays for the communication ports. Additionally, the operator will have the ability to switch between data pushing and data polling, and change the detector's settings for Flow Control from none to RTS/CTS and vice versa. 4) The operator will be able to upload new firmware into the detector's non- volatile memory over any supported communication channel. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155 344110-35 TRAFFIC SIGNALS Page 35 of 75 3) The detector will have a method for automatically calibrating the detection device; this method will be executed in the detector's internal processor. This auto -calibration method will automatically determine detection thresholds. c. Sensor Performance 1) The detector will accurately and continuously detect Estimated Time of Arrival (ETA), speed, and range data for vehicles, or clusters of vehicles simultaneously moving within 100 feet to 500 feet from the sensor in the selected direction of travel. 2) The detector will be mounted in a forward -fire position, looking into either approaching or departing traffic for the selected direction of travel. 3) The detector will filter the ETA data, speed data, and range data based upon minimum and maximum constraints to produce alerts, customizable for safe and efficient dilemma zone protection, congestion management, and other operational goals. 4) The detector will maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog, and changes in temperatures and light. 5) The device will not rely on temperature compensation circuitry and will be capable of continuous operation over and ambient temperature range from - 40° C to 75° C, and a relative humidity range from five percent to 95 percent (non -condensing). 6) Detector operation will continue in rain or snow up to 10 cm per hour, and the device will not experience degraded performance when encased in 1/2 inch of ice. 7) Speed data will be accurate for individual vehicle measurement when there are no adjacent vehicles traveling in the same direction. a) Eighty-five percent of all measurements will be within 5 mph of truth when vehicles are not changing speed. b) Speed accuracy will be verified with radar gun, by video speed trap using the frame rate as a time reference, or equivalent method. 8) Range data will be accurate for individual vehicle measurement when there are no adjacent vehicles traveling in the same direction. a) Eighty-five percent of all measurements will be within ten feet of the distributed length of the vehicle when vehicles are not changing speed. Range accuracy will be verified with: LIDAR gun, by video using visual markers as a distance reference and frame rate as a time reference, or equivalent method. 9) ETA data will be accurate for individual vehicle measurements when there are no adjacent vehicles traveling in the same direction. a) ETA is the estimated time of arrival as calculated by dividing the vehicles range from the stop bar by the speed of the vehicle. b) ETA is calculated for purposes of safely and efficiently protecting vehicles within the decision dilemma zone, which is nominally defined to exist for motorists with an ETA between 2.5 and 5.5 seconds from the stop bar who are driving faster than 35 mph when the light turns yellow. c) Eighty-five percent of all measurements will be within one second of truth for all vehicles not changing speed within the decision dilemma zone. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 NTTA West Vickery Streetscape Improvement Project City Project. No. 02155