Loading...
HomeMy WebLinkAboutContract 42865 (2) CITY WRETARY CONTRACT N0. �Z poppp Texas Improving mobility in Texas AirDeopmr1monf rensportAt/on h F , NORTH TARRANT EXPRESS NT ) PROJECT DATE: September 2 2011 UTILITY ASSEMBLY: 820-U-0506 City of Fort Worth Water Department Planning & Business Services 1000 Throckmorton Street Fort Worth, Texas 76102 (817) 392-8480 MAIN OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 6851 NE Loop 820,Suite 102 North Richland Hills,Texas 76180 (817) 510-3557 Main City Secretary Office Copy (817) 510-3691 FAX r M&C Review Page 1 of 2 Official site of the City of Fort worth,Texas CITY COUNCIL AGENDA FoRTWoRTH COUNCIL ACTION: Approved on 11/1/2011 DATE: 11/1/2011 REFERENCE NO.: **C-25259 LOO NAME: 60NTEMUAA CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize a Master Utility Adjustment Agreement Between the City of Fort worth and North Tarrant Express Mobility Partners, Texas Department of Transportation, and Bluebonnet Contractors, LLC, for the North Tarrant Express Highway Expansion Project (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize execution of an Agreement with North Tarrant Express Mobility Partners, Texas Department of Transportation, and Bluebonnet Contractors, LLC, for the relocation of approximately 714 linear feet of 36-inch water main at the Beach Street and IH- 820 intersection, within the general NE Loop 820 from IH-35W to Southwestern Railroad (DART or 1700 feet East of State Highway 377) (NTE Segment 1-TXDOT CSJ No. C-0008-14-059) project limits, at no cost to the City of Fort Worth. DISCUSSION: The purpose of this M&C is to enter into a Master Utility Adjustment Agreement(MUAA)with North Tarrant Express Mobility Partners (NTEMP), Texas Department of Transportation (TXDOT) and Bluebonnet Contractors, LLC, for the relocation of approximately 714 linear feet of 36-inch water main along the Beach Street and Interstate Highway 820 intersection, part of North Tarrant Express (NTE) Segment 1. NTE Segment 1 consists of improvements along NE Loop 820 from Interstate Highway 35 to Southwestern Railroad (DART or 1700 feet East of State Highway 377). NTE consists of a 10 year Agreement between TXDOT and NTEMP to identify and construct proposed highway improvements to portions of Interstate Highway 35W, State Highway 183 and Interstate Highway 820 in northern and eastern Tarrant County. NTEMP has hired Bluebonnet Contractors, LLC, a design build contractor, to facilitate design and construction of the highway improvements as well as the necessary utility relocations. Design and construction relocation costs for this MUAA will be 100 percent funded by Bluebonnet Contractors, LLC. The project limits for NTE Segment 1 will include the relocation of additional water and sanitary sewer mains, which will be designed and constructed through future Utility Adjustment Agreement Amendments (UAAAs). Such locations include: 1. Interstate Highway 820 (East and west Bound) service road from Riverside Drive to Beach Street (water and sanitary sewer) 2. Intersection of interstate Highway 820 and Riverside Drive (sanitary sewer only) 3. Intersection of Interstate Highway 820 and Big Fossil Creek(sanitary sewer only) 4. Intersection of Interstate Highway 35W and Fossil Creek Drive (water only) 5. Intersection of Interstate Highway 35W and Melody Hills Lane (water only) This project is located in COUNCIL DISTRICT 4, Mapsco 49G, H and 50A, E and H. http:llapps.cfwnet.orglcouncil_packetlmc review.asp?ID=16464&councildate--llll12411 1/24/2412 M&C Review Page 2 of 2 FISCAL INFORMATIONXERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's office b Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 60 NTE M UAA.Map.pdf http:llapps.cfwnet.org�council_packetlmc review.asp?ID=16064&councildate=111112011 1120/2012 f I f r I ` f express Improving moNtity in I Pxn� {f f I i Bluebonnet Contractors, LLC NTE Mobility Partners LLC f 6851 NE Loop 820, Suite 102 8713 Airport Freeway, Suite 100 North Richland Hills, Texas 76180 North Richland Hills, Texas 76180 -- -- - -_ _ January 24, 2012 Donald C. Toner Jr. SRIWA Director of ROW Texas Turnpike authority 3301 W. Airport Freeway Bedford, Texas 76201 NTE--'i2--3035 Subject: City of Fort Worth Utility Relocation Assembly 820-U-0506 North Tarrant Express (Conflict ID # 89) Dear Mr, Toner, Bluebonnet contractors, LLC is submitting the attached Utility Assembly in compliance with the CDA to adjust approximately 720 linear feet of 36" water transmission line. The existing water line crossing IH 820 at Beach Street (existing crossing IH 820 at NTE Utility BL STA 731+52) is in conflict with the North Tarrant Express Project and is to be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The adjustment will include installation of approximately 720 linear feet of water transmission line in 600 linear feet of 54" steel casing (proposed crossing IH 820 at NTE Utility BL STA 730+70). The adjustment will require a temporary water service connection near the Beach St. and Fossil Vista Dr, intersection. The estimated cost to replace this facility is $ The final cost will be billed to Bluebonnet contractors, LLC according to actual accumulated costs. The relocation is 100% compensable for the City of Ft. Worth. There are no betterments or salvage values associated with this Utility Assembly. At the city's request these agreements have been reformatted, and have an additional copy for the City Secretary's office to be executed as an original. This 'Developer Managed' Assembly consists of twelve components as required by the CDA (Assembly Summary, Master Utility Adjustment Agreement, Plans, Specifications, and Estimates, Affidavit of Property Interests, Statement of Work, Joint Use Acknowledgement, Assembly checklist, No conflict-Sign-off Forms, Right of Way Maps, TxDOT checklist and Approval). Page 1 of 2 City of Ft.Worth Letter to TTA 01.24.2012 Freese and Nichols Engineering prepared the plans which were signed and sealed by Daniel Stoutenburg, P.E. and Robert McGee, P.E. on September 9, 2011 and on September 16, 2011 (for temporary water service connection). Bluebonnet Contractors, LLC recommends approval of the Assembly and has acknowledged the Traffic control Plan as defined in Bluebonnet contractors General Notes construction Notes on sheet 3 of the plans. The SW3P is also address in Bluebonnet Contractors General Notes under Environmental Notes sheet 3 of the plans. Both Bluebonnet contractors and the City of Fort worth recommend approval of this Assembly. Bluebonnet Contractors, LLC and the city of Ft. Worth have conducted the pre-construction meeting to address NTE Safety and environmental issues prior to performing any adjustment related activities on the project. All safety, traffic control, and environmental issues were recognized during construction activities in the vicinity of the adjustment to maintain the integrity of the City of Fort Worth's facilities, and protect the traveling public= TOOT has 10 business days to review and approve the Assembly. Recommended for Approval: r ,Jose Carlos Esteban St ve Ha n ki , P.E. CEO rectoLof De 'g n- struction Bluebonnet contractors, LLC TE Mobility Partners LLC Scott Stockburger, .E. Director of Utilities Bluebonnet contractors, LLC Page 2 of 2 City of Ft.Worth Letter to TTA o 9.24.201 2 improving mobii.ity in Texas City of Fort Worth Assembly Developer Managed Assembly Number: 820-U-0506 North Tarrant Express(NTE)—Segment West September 23,2011 Facilities Conflict ID ➢ Relocation of an existing 36"water tine crossing IH 820 at Beach Street (89) NTE Base Line Sta.731+52 Bluebonnet Contractors, LLC is submitting the attached Utility Assembly in compliance with the CDA to adjust approximately 720 linear feet of 36" water transmission line. The existing water line crossing IH 820 at Beach Street (existing crossing IH 820 at NTE Utility BL STA 731+52) is in conflict with the North Tarrant Express Project and is to be adjusted in compliance with TxDGT'S Utility Accommodation Rules (UAR). The adjustment will include installation of approximately 720 linear feet of water transmission line in 600 linear feet of 54" steel casing (proposed crossing IH 820 at NTE Utility BL STA 730+70). The adjustment will require a temporary water service connection near the Beach St. and Fossil Vista Dr. intersection. The estimated cost to replace this facility is$1,143,312.76. The final cost will be billed to Bluebonnet Contractors, LLC according to actual accumulated costs. The relocation is 100% compensable for the City of Ft. Worth. There are no betterments or salvage values associated with this Utility Assembly. This 'Developer Managed' Assembly consists of twelve components as required by the CDA (Assembly Summary, Master Utility Adjustment Agreement, Plans, Specifications, and Estimates, Affidavit of Property Interests, Statement of Work, Joint Use Acknowledgement, Assembly Checklist, No Conflict Sign-Off Forms, Right of Way Maps,TxDOT Checklist and Approval). Freese and Nichols Engineering prepared the plans which were signed and sealed by Daniel Stoutenburg, P.E. and Robert McGee, P.E. on September 9, 2011 and on September 16, 2011 (for temporary water service connection) Bluebonnet Contractors, LLC recommends approval of the Assembly and has acknowledged the Traffic Control Plan as defined in NTE General Notes Construction Notes on sheet C-5 of the plans. The SW3P is also addressed in Bluebonnet Contractors General Notes under Environmental Notes on the Epic Sheet included within the plan set. Both Bluebonnet Contractors and the City of Fort Worth have executed the Assembly. Bluebonnet Contractors, LLC was granted an Early Release for Construction (ERC) and has previously conducted a pre-construction meeting to address NTE Safety and environmental issues prior to performing any adjustment related activities on the project. All safety, traffic control, and environmental issues are being complied with during construction activities in the vicinity of the line to maintain the integrity of the City of Fort Worth's facilities, and protect the traveling public. TxDOT has 10 business days to review and approve the Assembly. Recommended for Approval: V , Scott Stockbu rger, P.E. H.Scott Colter, P.E. 12 III �! �A#fonso Diaz Del Rio r Aw Table of Contents 820-U-0506 1. TxDOT Utility Assembly Checklist 2. Master Utility Adjustment Agreement (MUAA) 3. Exhibit A— Project Overview � 4. Exhibit B— UAAA Form 5. Exhibit C— Plans, Specifications, Cost Estimate 6. Exhibit D— Bond Forms - 70 Exhibit E — Insurance Requirements 8. Abandonment Documents 9. No Conflict Sign-Off Forms a. Utility Manager b. Utility Design Coordinator 10. Affidavit of Property Interests 11. Utility Joint Use Acknowledgement 12. Utility Owner Statement of Work 13. Right of Way (R.O.W.) Map 14. Quitclaim Deed 15. Alternate Procedure (FHWA) Approval Letter T.ra Rtait.r.d eA Innapr6tlrm NTE-Checklist Rev.2/2011 Page 1 of 4 TxDOT UTILITY ADJUSTMENT CHECKLIST C11tv of Fort Worth U-No.: 820-U-0505 Utility Owner Name: City of Fort Worth County:Tarrant Jurisdictions:TxDOT Ft. Worth District (City of Fort Worth) Estimated Dollar Amount of Utility Adjustment/Cost to Developer: $2,143,,312.76 ROW CSJ No.: 0008-14-093 Construction CSJ No.: 4008-14-059 Section or Segment Number: NTE—Segment West ® Actual Cost or ❑ Lump Sum (Check one) 4 Federal-Aid ROW Project No.: N/A Alternate Procedure Approval Date:June 30, 2011 Highway Station Limits (To & From): NTE BL Sta, 731+52 Description/Scope of Work: This Assembly consists of adjusting approximately 720 LF of water trasmission pipeline existing inside proposed TxDOT ROW at NTE BL Sta. 731+52. This Assembly is UAR Compiant. 1. Yes ® No [:] N/A[:] Approved & current ROW Maps on file with TxDOT? 2. Yes ® No ❑ N/A❑ is the Utility Adjustment within the Facility ROW limits or directly related to work required within Facility ROW limits? 3. Yes ® No ❑ N/A ❑ Are explanations and clarifications included in the transmittal to describe unique conditions affecting the Utility? 4. Yes® No ❑ N/A❑ Have (3) 'I'dentical originals of the Utility y Assem bly with plans been submitted, of which one original should be color-coded? .aas ai..rorw r — NTE Chet kllst Rev. 212011 Page 2 of 4 5. Yes ® No [:]N/A❑ Has the Developer's Utility Design Coordinator located on the plans the major items of material listed on the estimate by scaling or stationing? G. Yes ® No❑ N/A❑ Have the existing and proposed Utility facilities been p lotted on the ROW map and attached with this submission. 7. Yes ® No ❑ N/A❑ Have the Utility Adjustments been designed for the Proposed Configuration? 8. Yes Z No❑ N/A❑ Has the Utility Owner signed the plans for a Developer Managed p g MUAA (DM)?. 9. Yes ❑ No ❑ N/A® Has the Utility owner signed the plans for an owner Managed (OM) MUAA that allows for the Developer to design for the Utility Adjustment? 10. Yes ❑ No ❑ N/A ® If the agreed sum method has been marked, has a detailed, itemized estimate and matching plans been provided? 11. Yes ® No [:] N/A❑ is the Utility consultant-engineering contract reviewed and approved by the Developer's Utility Manager (UM)? 12. Yes ® No ❑ N/A ❑ Are all forms submitted complete and correct for the situation/circumstance of the Utility Adjustment? 13. Yes ❑ No ❑ N/A ® Has the Statement Covering Utility Construction Contract Work (TxDOT Form ROW-U-48) been submitted for work completed by an owner-managed contractor? 14. Yes ® No [:] N/A ❑ Is the Utility Assembly folded so as to fit into an 8.5" x 11"file? 15. Yes ❑ No ® N/A❑ Are any of the proposed Utility facilities installed longitudinally inside the control of access, excluding areas near ramp terminals? 15. Yes ❑ No ❑ N/A ® Has Barlow's Formula information been submitted for unencased high-pressure pipelines?The following information is required to complete Barlow's formula. S=Yield Strength, Wall thickness =t, Outside Diameter = D, Design Factor = F. Maximum operating ti. Pressure must also be given and compared to the pressure calculated with Barlow's. The Barlow calculation must be shown with the submission. CNTE-Checklist Rev. 2/2011 Page 3 of 4 17. Yes ❑ No ❑ N/A Z If the pipeline is unencased, is there adequate coating, wrapping and cathodic protection? 18. Yes ❑ No ❑ N/A Z Are replacement Utility ROW charges justified and supported? 19. Yes ❑ No ❑ N/A Z If yes to#18, is an affidavit and an ownership instrument (i.e. easement, license or deed) included? 20. Yes Z No [:] N/A❑ Do Utility Adjustment plans demonstrate Utility Accommodation Rules compliance, including minimum depth of cover from proposed grade and casing requirements? 21. Yes ZNo El N/A❑ Is the proposed Utility Adjustment shown on the plans with stationing and offsets from centerline, edge of pavement, or ROW lines? / 22. Yes Z No ❑ N/A❑ Are backfill requirements met? t 23. Yes ❑ No ❑ N/A Z Is a schedule of work provided by/required of the Utility Company if the Utility Adjustment is large and complex? 24. Yes ❑ No Z N/A❑ Is a Betterment credit applicable? 25. Yes ❑ No ❑ N/A Z If yes to#24, is the credit calculated and applied properly? 26. Yes❑ No ❑ N/A Z Is accrued depreciation credit applicable? 27. Yes ❑ No ❑ N/A Z If accrued depreciation is applicable, is credit applied properly? 28. Yes ❑ No ❑ N/A Z Is salvage credit applicable? 29. Yes ❑ No ❑ N/A Z If salvage credit applicable, is the credit applied properly? 30. Yes Z No ❑ N/A [:] Are overheads and loadings checked for reasonableness? 31. Yes Z No ❑ N/A ❑ Are cost estimate extensions checked? 32. Yes ❑ No ❑ N/A Z Is a correct & recorded Quitclaim Deed (TxDOT Form ROW-N-30) submitted, if required? C33. Yes Z No [:] N/A ❑ Has a recommendation for approval been stated on the transmittal memorandum? 34. Yes Z No ❑ N/A [:J Is the Utility Adjustment in only one jurisdiction? N rrnrrwumn NTE-Checklist Rev.212011 Page 4 of 4 35. Yes ❑ No ❑ N/A® If the Utility Adjustment is in more than one jurisdiction, have the percentages in each jurisdiction been detailed in the transmittal memorandum? 36. Yes ® No❑ N/A F-1 Are the sign-off forms attached? 37. Yes ® No F-1 N/A❑ Have the plans for the Utility Adjustment been sealed by a Registered Professional Engineer? Prepared by: Utility Design Coordinator Approved by: M Utility Manager Recommended for Approval b Quality ontroi Date: Comments: Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 1 of 22 Rev.4/10/10 CITY SECRETARY CONTRACT NO. r) Z-S County: TARRANT ROW CSJ No.: 0008-14-093 Const. CSJNo.: 0008-14-059 Highway: IH 820 Limits: From IH 35W to Southwestern Railroad (DART) MASTER UTILITY ADJUSTMENT AGREEMENT (Developer Managed) Agreement No.: 820-U-0506 THIS AGREEMENT, by and between NTE Mobility Partners LLC, hereinafter identified as the "Developer", Bluebonnet Contractors, LLC, hereinafter identified as the "Design -Build Contractor" and City of Fort Worth, hereinafter identified as the "Owner", is as follows: WITNESSETH WHEREAS, the STATE OF TEXAS, acting by and through the Texas Department of Transportation, hereinafter identified as "TxDOT", is authorized to design, construct, operate, maintain, and improve turnpike projects as part of the state highway system throughout the State of Texas, all in conformance with the provisions of Chapters 203 and 223, Texas Transportation Code, as amended; and WHEREAS, the TxDOT proposes to construct a turnpike project identified as the North Tarrant Express Project (the "Facility"); and WHEREAS, pursuant to that certain Comprehensive Development Agreement by and between TxDOT and the Developer with respect to the Facility (the "CDA"), the Developer has undertaken the obligation to design, construct, finance operate and maintain the Facility; and WHEREAS, the Developer's duties pursuant to the CDA include causing the removal, relocation, or other necessary adjustment of existing utilities impacted by the Facility (collectively, "Adjustment"), subject to the provisions herein; and WHEREAS, pursuant to that certain Design -Build Contract by and between the Developer and the Design -Build Contractor with respect to the Facility (the "Design -Build Contract"), the Design -Build Contractor has undertaken the obligation to design and construct the Facility, which includes the Adjustment at Design -Build Contractor's expense, subject to the provisions herein; and WHEREAS, the Facility may receive Federal funding, financing and/or credit assistance; and WHEREAS, the Design -Build Contractor and the Owner agree to enter into this Master Utility Adjustment Agreement ("MUAA") which provides an overall scope of the Facility and, by necessity, includes at least one Adjustment, detailed herein; and WHEREAS, additional Adjustments of Owner Utilities will be memorialized by amendmentsto--this- MUAA, known as Utility Adjustment Amendment Agreements ("UAAA"); and OFFIC AL RECORD WHEREAS, the Design -Build Contractor has notified the Owner that certain of its ; ct����( CRETARY appurtenances (the "Owner Utilities") are in locational conflict with the Facility (and/ r yithWORTH, "Ultimate Configuration" as such term is defined in the CDA of the Facility), and the Owner has requested that the Developer and the Design -Build Contractor undertake the Adjustment o t e Owner Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 2 of 22 Rev.4/10/10 Utilities pursuant to §203.092, Texas Transportation Code, as amended, and Rule 21.23 of Title 43„ as necessary to accommodate the Facility (and the Ultimate Configuration); and WHEREAS, Owner Utilities and the proposed Adjustment of the Owner Utilities are located within the Facility generally described as follows: the expansion of IH-820 from Mark IV Parkway east to the Fort Worth City Limits at North Beach Street; total footage along IH-820 of approximately 9,357 LF, as shown on Exhibit "A" attached hereto and incorporated herein; and WHEREAS, the Owner, Developer and Design -Build Contractor recognize that time is of the essence in completing the work contemplated herein; and WHEREAS, the Developer, the Design -Build Contractor and the Owner desire to implement the Adjustment of the Owner Utilities by entering into this Agreement. AGREEMENT NOW, THEREFORE, in consideration of these premises and of the mutual covenants and agreements of the parties hereto and other good and valuable consideration, the receipt and sufficiency of which being hereby acknowledged, the Developer, the Design -Build Contractor and the Owner agree as follows: The first locational conflict requiring an Adjustment of an Owner Utility is known as Conflict 89 as follows: Conflict 89 - Adjust approximately 720 linear feet of 36" water transmission line. The existing water line crossing IH 820 at Beach Street (existing crossing IH 820 at NTE Utility BL STA 731+52) is in conflict with the North Tarrant Express Project and is to be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The adjustment will include installation of approximately 720 linear feet of water transmission line in 600 linear feet of 54" steel casing from NTE Utility BL STA 730+82 to STA 730+98 (proposed crossing IH 820 at NTE Utility BL STA 730+70). In addition, the adjustment will require a temporary water service connection near the Beach St. and Fossil Vista Dr. intersection. The portions of the existing line in conflict that are not being abandoned or sold according to provisions within this assembly will be removed during roadway construction. 1. Preparation of Plans. [Check one box that applies:] ® The Design -Build Contractor has hired Freese & Nichols Engineering firm(s) acceptable to the Owner to perform engineering services needed for the preparation of plans, required specifications, and cost estimates ("Plans") for the proposed Adjustment(s) of the Owner Utilities. The Design -Build Contractor represents and warrants that the Plans will conform to the most recent Utility Accommodation Rules issued by the Texas Department of Transportation ("TxDOT"), set forth in 43 Tex. Admin. Code Part 1, Chapter 21, Subchapter C et seq., (the "UAR"). By the signing of the Plans, the Owner hereby approves the Plans and confirms that the Plans are in compliance with the "standards" described in Paragraph 3(d). The P1 89 are attached hereto as Exhibit "C", incorporated herein. The Owner has provided plans, required specifications and cost esti hereto as Exhibit C (collectively, the "Plans"), for the proposed Adj Owner Utilities. The Owner represents and warrants that the Plans conform to the s or onflict OCRECORD a'tes, attacIALhed stnFFIeht of the ' Tx Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 3 of 22 Rev.4/10/10 UAR. By its execution of this Agreement, the Developer and the Design -Build Contractor hereby approve the Plans. The Owner also has provided to the Design - Build Contractor a utility plan view map illustrating the location of existing and proposed utility facilities on the Developer's right of way map of the Facility. With regard to its preparation of the Plans, the Owner represents as follows [check one box that applies]: ❑ The Owner's employees were utilized to prepare the Plans, and the charges therefore do not exceed the Owner's typical costs for such work. ❑ The Owner utilized consulting engineers to prepare the Plans, and the fees for such work are not based upon a percentage of construction costs. Further, such fees encompass only the work necessary to prepare the Plans for Adjustment of the Owner Utilities described herein, and do not include fees for work done on any other project. The fees of the consulting engineers are reasonable and are comparable to the fees typically charged by consulting engineers in the locale of the Facility for comparable work for the Owner. 2. Review by TxDOT. The parties hereto acknowledge and agree as follows: (a) (a) Upon execution of this Agreement, or any UAAA, by the Developer, the Design - Build Contractor and the Owner, the Developer will submit this Agreement or UAAA, together with the attached Plans, to TxDOT for its review and approval as part of a package referred to as a "Utility Assembly". The parties agree to cooperate in good faith to modify this Agreement and/or the Plans, as necessary and mutually acceptable to all parties, to respond to any comments made by TxDOT thereon. Without limiting the generality of the foregoing, (i) the Owner agrees to respond (with comment and/or acceptance) to any modified Plans and/or Agreement prepared by the Design -Build Contractor in response to TxDOT comments within fourteen (14) business days after receipt of such modifications; and (ii) if the Owner originally prepared the Plans, the Owner agrees to modify the Plans in response to TxDOT comments and to submit such modified Plans to the Design -Build Contractor for its comment and/or approval (and re - submittal to TxDOT for its comment and/or approval) within fourteen (14) business days after receipt of TxDOT's comments. The Owner's failure to timely respond to any modified Plans submitted by the Design -Build Contractor pursuant to this paragraph shall be deemed the Owner's approval of same. If the Owner fails to timely prepare modified Plans which are its responsibility hereunder, then the Design -Build Contractor shall have the right to modify the Plans for the Owner's approval as if the Design -Build Contractor had originally prepared the Plans. The Design -Build Contractor shall be responsible for providing Plans to and obtaining comments on and approval of the Plans from the Developer. Approval of the Plans by the Design -Build Contractor shall be deemed to be Developer approval of the Plans. The process set forth in this paragraph will be repeated until the Owner, the Developer, the Design -Build Contractor and TxDOT have all approved this Agreement and accepted the Plans. (b) (b) The parties hereto acknowledge and agree that TxDOT's review, comments, and/or approval of a Utility Assembly or any component thereof is solely for the purpose of ascertaining matters of particular concern to TxDOT, and TxDOT has, andby its review, comments and/or approval of such Utility Assembly or any compon nit thereof, RECORD undertakes no duty to review the Utility Assembly or its components for thei quality or for the adequacy of adjusted utility facilities (as designed) for the purposes for hick they ;::RETARY are intended to be used or for compliance with law or applicable standards other ti U TH, Tx TxDOT requirements). Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 4 of 22 Rev.4/10/10 3. Design and Construction Standards. All design and construction performed for the Adjustment work which is the subject of this Agreement shall comply with and conform to the following: (c) (a) All applicable local and state laws, regulations, decrees, ordinances and policies, including the UAR, the Utility Manual issued by TxDOT (to the extent its requirements are mandatory for the Adjustment necessitated by the Facility, as communicated to the Owner by the Developer, the Design -Build Contractor or TxDOT), the requirements of the CDA, and the policies of TxDOT; (d) (b) All Federal laws, regulations, decrees, ordinances and policies applicable to projects receiving Federal funding, financing and/or credit assistance (including without limitation 23 CFR 645 Subparts A and B, incorporated herein by this reference); (e) (c) The terms of all governmental permits or other approvals, as well as any private approvals of third parties necessary for such work; and (f) (d) The standard specifications, standards of practice, and construction methods (collectively, "standards") which the Owner customarily applies to utility facilities comparable to the Owner Utilities that are constructed by the Owner or for the Owner by its contractors at the Owner's expense, and which the Owner has submitted to the Design -Build Contractor in writing. (g) (e) Exhibits for this Agreement, any UAAA, final plans, and as -built drawings shall be provided in a format that can be reproduced in black and white format as per City standard. Drawings should include a scale and be plotted to that scale. Street names are to be included on all exhibits. Such design and construction also shall be consistent and compatible with (i) the current design and construction of the Facility, (ii) the "Ultimate Configuration" for the Facility, and (iii) any other utilities being installed in the same vicinity. Upon delivery, the Owner shall acknowledge receipt from the Design -Build Contractor of Facility plans and Ultimate Configuration documents as necessary to comply with the foregoing. In case of any inconsistency among any of the standards referenced in this Agreement, the most stringent standard shall apply. 4. Responsibility for Costs of Adiustment Work. With the exception of any Betterment (hereinafter defined), the parties shall allocate the cost of any Adjustment between themselves as identified in this Agreement or UAAA in accordance with § 203.092, Texas Transportation Code. An allocation percentage may be determined by application of an Eligibility Ratio, if appropriate, as detailed in this Agreement or UAAA . TxDOT shall have no liability to the Owner for any such costs. The Owner expressly acknowledges that it shall be entitled to compensation only from the Design -Build Contractor for any Adjustment costs for the Owner Utilities covered by this Agreement, including costs with respect to real property interests (either acquired or relinquished), and specifically acknowledges that it shall not be entitled to compensation or reimbursement from TxDOT or the State of Texas. 5. Construction by the Design -Build Contractor. (h) (a) The Owner hereby requests that the Design -Build Contractor perform the construction necessary to adjust the Owner Utilities and the Design -Build Contractor hereby agrees to perform such construction. All construction work hereunder s jall.be. -... performed in a good and workmanlike manner, and in accordance with the Plans (except 7ECTA°RitYD as modified pursuant to Paragraph 16). 1 OFF'' (i) (b) The Design -Build Contractor shall retain such contractor or contractors as are necessary to adjust the Owner Utilities, in accordance with the CDA. Any ontractor(s) .Tit TX retained by the Design -Build Contractor must come from the Owner's current prequalification list and meet the Owner's contractor pre -qualification requirements appropriate for the work the contractor(s) will perform. Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 5 of 22 Rev.4/10/10 (j) (c) The Design -Build Contractor shall obtain all permits necessary for the construction to be performed by the Design -Build Contractor hereunder, and the Owner shall cooperate in that process as needed. (k) (1) (d) Design -Build Contractor shall require that any Contractor that performs work on the Adjustment of Owner's Utilities under a subcontract with Design -Build Contractor furnish a payment and performance bond in the names of the Design -Build Contractor and Owner for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. (m) (n) (e) Design -Build Contractor shall require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts noted in Exhibit D "Insurance Requirements". The Owner shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider, a copy of which shall be provided to Owner. 6. Reimbursement of Owner's Indirect Costs. (o) (a) Design -Build Contractor agrees to reimburse the Owner its indirect costs (e.g., engineering, inspection, testing, ROW) as identified in this Agreement or UAAA. When requested by the Owner, monthly progress payments will be made. The monthly payment will not exceed 80% of the estimated indirect work done to date. Once the indirect work is complete, final payment of the eligible indirect costs will be made. Intermediate payments shall not be construed as final payment for any items included in the intermediate payment. (p) (b) Unless otherwise indicated in this Agreement or any UAAA, the Owner's indirect costs associated with Adjustment of the Owner Utilities shall be developed pursuant to the method checked and described below [check only one box]: ® (1) Actual related indirect costs accumulated in accordance with (i) a work order accounting procedure prescribed by the applicable Federal or State regulatory body, or (ii) established accounting procedure developed by the Owner and which the Owner uses in its regular operations or, ❑ (2) The agreed sum of $ ("Agreed Sum") as supported by the analysis of the Owner's estimated costs attached hereto as part of this Agreement or UAAA. (q) (c) All indirect costs charged to the Design -Build Contractor by the Owner shall be reasonable and shall be computed using rates and schedules not exceeding those applicable to similar work performed by or for the Owner at the Owner's expense. Design -Build Contractor's performance of the Adjustment work hereunder and pay of the Design -Build Contractor's share of the Owner's costs pursuant to this greement, RECORDif applicable, shall be full compensation to the Owner for all costs incurred b the Owner in Adjusting the Owner Utilities (including without limitation costs of r inquishing RETA.RY and/or acquiring right of way), and TxDOT shall have no liability to the O er for any ,;TH! TX such costs. (r) (d) Eligible Owner indirect costs shall include only those authorized under .R. Part 645, Subpart A. The Owner agrees that costs referenced in 23 C.F.R. Section Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 6 of 22 Rev.4/10/10 645.117(d)(2) are not eligible for reimbursement. These regulations can be found at: http://www.access.gpo.gov/nara/cfr/waisidx_04/23cfr645 04.htm1 7. Advancement of Funds by Owner for Construction Costs. This Agreement or any UAAA shall identify all estimated engineering and construction -related costs, including labor, material, equipment and other miscellaneous construction items. This Agreement or any UAAA shall also identify the Owner's and Design -Build Contractor's respective shares of the estimated costs. (s) (a) Advancement of Owner's Share, if any, of Estimated Costs Exhibit C shall identify all estimated engineering and construction -related costs, including labor, material, equipment and other miscellaneous construction items. Exhibit C shall also identify the Owner's and Design -Build Contractor's respective shares of the estimated costs. The Owner shall advance to the Design -Build Contractor its allocated share, if any, of the estimated costs for construction and engineering work to be performed by Design -Build Contractor, in accordance with the following terms: • The adjustment of the Owner's Utilities does not require advancement of funds. ❑ The adjustment of the Owner's Utilities does require advancement of funds and the terms agreed to between the Design -Build Contractor and Owner are listed below. [Insert terms of advance fiazding to be agreed between Design -Build Contractor and Owner] (t) (b) Adjustment Based on Actual Costs or Agreed Sum [Check the one appropriate provision, if advancement of funds is required]: ❑ The Owner is responsible for its share of the Design -Build Contractor's actual cost for the Adjustment, including the identified Betterment. Accordingly, upon completion of all Adjustment work to be performed by both parties pursuant to this Agreement, (i) the Owner shall pay to the Design -Build Contractor the amount, if any, by which the actual cost of the Betterment (as determined in Paragraph 9(b)) plus the actual cost of Owner's share of the Adjustment (based on the allocation set forth in Exhibit A) exceeds the estimated cost advanced by the Owner, or (ii) the Design -Build Contractor shall refund to the Owner the amount, if any, by which such advance exceeds such actual cost, as applicable. ❑ The Agreed Sum is the agreed and final amount due for the Adjustment, including any Betterment, under this Agreement. Accordingly, no adjustment (either up or down) of such amount shall be made based on actual costs. 8. Invoices. Each invoice submitted by the Owner shall be prepared in the form and manner prescribed by 23 C.FR. Part 645, Subpart A. On invoices prepared by either the Owner or the Design -Build Contractor, all costs developed using the "Actual Cost" method shall be itemized in a format allowing for comparisons to the approved Estimates, including listing each of the services performed, the amount of time spent and the date on which the service was performed. The original and three (3) copies of each invoice, together with (1) such supporting infonation to substantiate all invoices as reasonably requested, and (2) such waivers and releases of liens as the other party may reasonably require, shall be submitted to the other party at the address for notices stated in Paragraph 22, unless otherwise directed pursuant to Paragraph 22. The Owner and the Design -Build Contractor shall make commercially reasonable efforts to submit final invoices n• later than one hundred twenty (120) days after completion of work. The Owner and the Design- 1 RECORD CRETARY ORTH, TX Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 7 of 22 Rev.4/10/10 Build Contractor hereby acknowledge and agree that any costs not submitted to the other party within eighteen months following completion of all Adjustment work to be performed by the parties pursuant to this Agreement shall be deemed to have been abandoned and waived. 9. Betterment and Salvage. (u) (a) For purposes of this Agreement, the term "Betterment" means any upgrading of an Owner Utility being adjusted that is not attributable to the construction of the Facility and is made solely for the benefit of and at the election of the Owner, including but not limited to an increase in the capacity, capability, efficiency or function of the adjusted Utility over that provided by the existing Utility facility or an expansion of the existing Utility facility; provided, however, that the following are not considered Betterments: (i) any upgrading which is required for accommodation of the Facility; (ii) replacement devices or materials that are of equivalent standards although not identical; (iii) replacement of devices or materials no longer regularly manufactured with the next highest grade or size; (iv) any upgrading required by applicable laws, regulations or ordinances; (v) replacement devices or materials which are used for reasons of economy (e.g., non -stocked items may be uneconomical to purchase); (vi) any upgrading required by the Owner's written "standards" meeting the requirements of Paragraph 3(d); or (vii) change orders approved by the Design -Build Contractor to avoid conflicts with existing or proposed franchise utilities, storm drainage or other features of the Facility. Any upgrading required by the Owner's written "standards" meeting the requirements of Paragraph 3(d) shall be deemed to be of direct benefit to the Facility. Any replacement devices or materials used for reasons of economy shall be pre -approved by Owner. (v) (b) It is understood and agreed that neither the Developer nor the Design -Build Contractor shall pay for any Betterments and that the Owner shall be solely responsible therefor. No Betterment may be performed hereunder which is incompatible with the Facility or the Ultimate Configuration or which cannot be performed within the other constraints of applicable law, any applicable governmental approvals, and the requirements imposed on the Developer by the CDA, including without limitation the scheduling requirements thereunder. Accordingly, the parties to this Agreement or any UAAA agree to check the box that applies on this Agreement or UAAA: • The Adjustment of the Owner Utilities pursuant to the Exhibit C Plans does not include any Betterment. ❑ The Adjustment of the Owner Utilities pursuant to the Plans includes Betterment •ICORD to the Owner Utilities by reason of [insert explanation, e.g. "replacing 12 " pipe �"ilARY with 24" pipe]: . The Design -Build Contractor has provided to the Owner .H TX comparative estimates for (i) all work to be performed by the iDesign-Build Contractor pursuant to this Agreement, including work attributable to the Betterment, and (ii) the cost to perform such work without the Betterment, which Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 8 of 22 Rev.4/10/10 estimates are hereby approved by the Owner. The estimated cost of the Design - Build Contractor's work hereunder which is attributable to Betterment is $ calculated by subtracting (ii) from (i). The percentage of the total cost of the Design -Build Contractor's work hereunder which is attributable to Betterment is %, calculated by subtracting (ii) from (i), which remainder is divided by (i). (w) (c) If Paragraph 9(b) identifies Betterment, the Owner shall advance to the Design - Build Contractor, at least fourteen (14) business days prior to the date scheduled for commencement of construction for Adjustment of the Owner Utilities, the estimated cost attributable to Betterment as set forth in Paragraph 9(b). Should the Owner fail to advance payment to the Design -Build Contractor fourteen (14) business days prior to commencement of the Adjustment construction, the Design -Build Contractor shall have the option of commencing and completing (without delay) the Adjustment work without installation of the applicable Betterment. [If Paragraph 9(b) identifies Betterment, check the one appropriate provision]: ❑ The estimated cost stated in Paragraph 9(b) is the agreed and final amount due for Betterment hereunder, and accordingly no adjustment (either up or down) of such amount shall be made based on actual costs. ❑ The Owner is responsible for the Design -Build Contractor's actual cost for the identified Betterment. Accordingly, upon completion of all Adjustment work to be performed by both parties pursuant to this Agreement, (i) the Owner shall pay to the Design -Build Contractor the amount, if any, by which the actual cost of the Betterment (determined as provided below in this paragraph) exceeds the estimated cost advanced by the Owner, or (ii) the Design -Build Contractor shall refund to the Owner the amount, if any, by which such advance exceeds such actual cost, as applicable. Any additional payment by the Owner shall be due within sixty (60) calendar days after the Owner's receipt of the Design -Build Contractor's invoice therefor, together with supporting documentation; any refund shall be due within sixty (60) calendar days after completion of the Adjustment work hereunder. The actual cost of Betterment incurred by the Design -Build Contractor shall be calculated by multiplying (i) the Betterment percentage stated in Paragraph 9(b), by (ii) the actual cost of all work performed by the Design -Build Contractor pursuant to this Agreement (including work attributable to the Betterment), as invoiced by the Design -Build Contractor to the Owner. (x) (d) If Paragraph 9(b) identifies Betterment, the amount of Betterment in Owner's indirect costs shall be determined by applying the percentage of the Betterment calculated in Paragraph 9(b). The Owner's invoice to the Design -Build Contractor for the Design - Build Contractor's share of the Owner's indirect costs shall credit the Design -Build Contractor with any Betterment amount determined pursuant to this Paragraph 9(d). (y) (e) For any Adjustment from which the Owner recovers any materials and/or parts and retains or sells the same, after application of any applicable Betterment credit, the Owner's invoice to the Design -Build Contractor for its costs shall credit the Design -Build Contractor with the salvage value for such materials and/or parts, determined in accordance with 23 C.F.R. Section 645.105(j). `c» IGiAL REGORD (z) (f) The determinations and calculations of Betterment described in this Paragraph 9 "iARY shall exclude right of way acquisition costs. Betterment in connection with right-of-way acquisition is addressed in Paragraph 15. '; Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 9 of 22 Rev.4/10/10 10. Management of the Adiustment Work. The Design -Build Contractor will provide project management during the Adjustment of the Owner Utilities. 11. Utility Investigations. At the Design -Build Contractor's request, the Owner shall assist the Design -Build Contractor in horizontally locating any Utilities (including appurtenances) which are owned and/or operated by Owner and may be impacted by the Facility. Without limiting the generality of the foregoing, in order to help assure that neither the adjusted Owner Utilities nor existing, unadjusted utilities owned or operated by the Owner are damaged during construction of the Facility, the Owner shall mark in the field the location of all such utilities horizontally on the ground in advance of Facility construction in the immediate area of such utilities. 12. Inspection and Acceptance by the Owner. (aa) (a) Throughout the Adjustment construction hereunder, the Owner shall provide adequate inspection of such construction. The work may be inspected by the Owner's inspector(s) at least once each working day, and more often if such inspections are necessary for prudent installation. The Design -Build Contractor will comply with the Owner's standard advance notice timeframe of forty-eight hours prior to the requested inspection. Further, upon request by the Design -Build Contractor or its contractors, the Owner shall furnish an inspector at any reasonable time in which construction is underway pursuant to this Agreement, including occasions when construction is underway in excess of the usual forty (40) hour work week and at such other times as reasonably required. The Owner agrees to promptly notify the Design -Build Contractor of any concerns resulting from any such inspection. (bb) (b) The Owner shall perform a final inspection of the adjusted Owner Utilities, including conducting any tests as are necessary or appropriate, within ten (10) business days after completion of construction hereunder. The Owner shall accept such construction if it is consistent with the performance standards described in Paragraph 3, by giving written notice of such acceptance to the Design -Build Contractor within said ten (10) day period. If the Owner does not accept the construction, then the Owner shall, not later than the expiration of said ten (10) day period, notify the Design -Build Contractor in writing of its grounds for non -acceptance and suggestions for correcting the problem, and if the suggested corrections are justified, the Design -Build Contractor will comply. The Owner shall re -inspect any revised construction (and re -test if appropriate) and give notice of acceptance, not later than ten (10) business days after completion of corrective work. (cc) (c) From and after the Owner's acceptance of an adjusted Owner Utility, the Owner agrees to accept ownership, full operation, and general maintenance responsibility (except for repairs or maintenance required due to a latent defect in the work performed by Design -Build Contractor) for such Owner Utility; provided, however, that repairs or modifications to the accepted Owner Utility required for final completion of the paving, including sidewalks and any appurtenances shall remain the responsibility of the Design - Build Contractor. Upon notice to and inspection by the Owner that the final paving has been completed, Owner shall inspect and, if acceptable, finally accept the adjusted Owner Utilities. The maintenance bond time period (as provided pursuant to Sec. 5 (d), above) shall begin upon Owner's first acceptance of the adjusted Owner Utility. 13. Design Changes. The Design -Build Contractor will be responsible for additional Adjustment ,',g,teORD design and the Design -Build Contractor will be responsible for additional construction costs µETARY necessitated by design changes to the Facility, upon the terms specified herein. FTnrH, TX 14. Field Modifications. The Design -Build Contractor shall provide the Owner and the Developer with documentation of any field modifications, including Utility Adjustment Field Modifications Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 10 of 22 Rev.4/10/10 as well as minor changes described in Paragraph 16(b), occurring in the Adjustment of the Owner Utilities. 15. Real Pronertv Interests. (dd) (a) Upon request, the Owner will endeavor to provide to Design -Build Contractor documents showing Owner's ownership of the Real Property. Design -Build Contractor shall procure documentation acceptable to TxDOT indicating any right, title or interest in real property claimed by the Owner with respect to the Owner Utilities in their existing location(s). Such claims are subject to TxDOT's approval as part of its review of the Developer and Design -Build Contractor Utility Assembly as described in Paragraph 2. Claims approved by TxDOT as to rights or interests are referred to herein as "Existing Interests". (ee) (b) If acquisition of any new easement or other interest in real property ("New Interest") is necessary for the Adjustment of any Owner Utilities, then the Owner shall be responsible for undertaking such acquisition. Design -Build Contractor may assist Owner with New Interest acquisitions if requested by Owner. The Owner shall implement each acquisition hereunder expeditiously so that related Adjustment construction can proceed in accordance with the Developer's and the Design -Build Contractor's Facility schedules. The Design -Build Contractor shall be responsible for its share (as specified in Paragraph 4) of the actual and reasonable acquisition costs of any such New Interest (including without limitation the Owner's reasonable overhead charges and reasonable legal costs as well as compensation paid to the landowner), excluding any costs attributable to Betterment as described in Paragraph 15(c), and subject to the provisions of Paragraph 15(e); provided, however, that all acquisition costs shall be subject to the Design -Build Contractor's prior written approval. Eligible acquisition costs shall be segregated from other costs on the Owner's estimates and invoices. Any such New Interest shall have a written valuation and shall be acquired in accordance with applicable law. (ff) (c) The Design -Build Contractor shall pay its share only for a replacement in kind of an Existing Interest (e.g., in width and type), unless a New Interest exceeding such standard (i) is required in order to accommodate the Facility or by compliance with applicable law, or (ii) is called for by the Design -Build Contractor in the interest of overall Facility project economy. Any New Interest which is not the Design -Build Contractor's responsibility pursuant to the preceding sentence shall be considered a Betterment to the extent that it upgrades the Existing Interest which it replaces, or in its entirety if the related Owner Utility was not installed pursuant to an Existing Interest. Betterment costs shall be solely the Owner's responsibility. (gg) (d) For each Existing Interest located within the final Facility right of way, upon completion of the related Adjustment work and its acceptance by the Owner, the Owner agrees to execute a quitclaim deed or other appropriate documentation relinquishing such Existing Interest to TxDOT, unless the affected Owner Utility is remaining in its original location or is being reinstalled in a new location within the area subject to such Existing Interest. All quitclaim deeds or other relinquishment documents shall be subject to TxDOT's approval as part of its review of the Utility Assembly as described in Paragraph 2. For each such Existing Interest relinquished by the Owner, the Design -Build Contractor shall do one of the following to compensate the Owner f r such Existing Interest, as appropriate: '^R (i) If the Owner acquires a New Interest for the affected Owner Utility, the Design- " 1 ' Build Contractor shall reimburse the Owner for the Design-B `'Id Contractor's TX share of the Owner's actual and reasonable acquisition costs in ccordance Paragraph 15(c); or Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 11 of 22 Rev.4/10/10 (ii) If the Owner does not acquire a New Interest for the affected Owner Utility, the Design -Build Contractor shall compensate the Owner for the Design -Build Contractor's share of the fair market value of such relinquished Existing Interest, as mutually agreed between the Owner and the Design -Build Contractor and supported by a written valuation. The compensation provided to the Owner pursuant to either subparagraph (i) or subparagraph (ii) above shall constitute complete compensation to the Owner for the relinquished Existing Interest and any New Interest, and no further compensation shall be due to the Owner from the Developer, the Design -Build Contractor or TxDOT on account of such Existing Interest or New Interest(s). (hh) (e) The Owner shall execute a Utility Joint Use Acknowledgment (ROW-U-JUAA) for each Adjustment where required pursuant to TxDOT policies. All Utility Joint Use it Acknowledgments shall be subject to TxDOT approval as part of its review of the Utility Assembly as described in Paragraph 2. 16. Amendments and Modifications. This Agreement may be amended or modified only by a written instrument executed by the parties hereto, in accordance with Paragraph 16(a) or Paragraph 16(b) below. (ii) (a) Except as otherwise provided in Paragraph 16(b), any amendment or modification to this Agreement or the Plans attached hereto shall be implemented by a Utility Adjustment Agreement Amendment ("UAAA") in the form of Exhibit B hereto (TxDOT-CDA-U-35A-DM). The UAAA form can be used for a new scope of work with concurrence of the Developer, the Design -Build Contractor and TxDOT as long as the Design and Construction responsibilities have not changed. Each UAAA is subject to the review and approval of TxDOT, prior to its becoming effective for any purpose and prior to any work being initiated thereunder. The Owner agrees to keep and track costs for each UAAA separately from other work being performed. (jj) (b) For purposes of this Paragraph 16(b), "Utility Adjustment Field Modification" shall mean any horizontal or vertical design change from the Plans included in a Utility Assembly previously approved by TxDOT, due either to design of the Facility or to conditions not accurately reflected in the approved Utility Assembly (e.g., shifting the alignment of an 8 in. water line to miss a modified or new roadway drainage structure). A Utility Adjustment Field Modification agreed upon by the Developer, the Design -Build Contractor and the Owner does not require a UAAA, provided that the modified Plans have been submitted to TxDOT for its review and comment. A minor change (e.g., an additional water valve, an added utility marker at a ROW line, a change in vertical bend, etc.) will not be considered a Utility Adjustment Field Modification and will not require a UAAA, but shall be shown in the documentation required pursuant to Paragraph 14. 17. Relationship of the Parties. (kk) (a) Although some of the duties described in this Agreement are assigned specifically to either the Developer or the Design -Build Contractor, the obligation under this Agreement to design and construct the Facility at the Developer's or Design -Build Contractor's expense, including the Adjustment, is jointly shared by the Developer and the Design -Build Contractor. To the extent Design -Build Contractor fails to perform an express duty or obligation of this Agreement, the Developer is authorized and obligated to provide such performance. Nothing in this Paragraph 17(a) however, filters or shall be construed in any way to alter the obligations, responsibilities, benefits, fights, remedies, and claims between Developer and the Design -Build Contractor under the Design -Build Contract to perform and pay for the Adjustment. 'ORD ARY TX Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 12 of 22 Rev.4/10/10 (11) (b) Except as provided in Paragraph 17(a) above, this Agreement does not in any way, and shall not be construed to, create a principal/agent or joint venture relationship between the Owner and the other parties hereto and under no circumstances shall the Owner, the Design -Build Contractor or the Developer be considered as or represent itself to be an agent of another. (mm) (c) Neither this Agreement nor the Design -Build Contract alters, or shall be construed in any way to alter the obligations, responsibilities, benefits, rights, remedies, and claims between the Developer and TxDOT under the CDA to design and construct the Facility, including the Adjustment. 18. Entire Agreement. This Agreement embodies the entire agreement between the parties and there are no oral or written agreements between the parties or any representations made which are not expressly set forth herein. 19. Assignment; Binding Effect; TxDOT as Third Party Beneficiary. None of the Owner, the Developer or the Design -Build Contractor may assign any of its rights or delegate any of its duties under this Agreement without the prior written consent of the other parties and of TxDOT, which consent may not be unreasonably withheld or delayed; provided, however, that the Developer and the Design -Builder may assign any of their rights and/or delegate any of their duties to TxDOT or to any other entity engaged by TxDOT to fulfill the Developer's obligations under the CDA, at any time without the prior consent of the Owner , but after providing notice to the Owner. This Agreement shall bind the Owner, the Developer, the Design -Build Contractor and their successors and permitted assigns, and nothing in this Agreement nor in any approval subsequently provided by any party hereto shall be construed as giving any benefits, rights, remedies, or claims to any other person, firm, corporation or other entity, including, without limitation, any contractor or other party retained for the Adjustment work or the public in general; provided, however, that the Owner, the Developer and the Design -Build Contractor agree that although TxDOT is not a party to this Agreement, TxDOT is intended to be a third -party beneficiary to this Agreement. 20. Breach by the Parties. (nn) (a) If the Owner claims that the Developer or the Design -Build Contractor has breached any of its obligations under this Agreement (the "Defaulting Party"), the Owner will notify the Developer, the Design -Build Contractor and TxDOT in writing of such breach, and the Defaulting Party shall have 30 days following receipt of such notice in which to cure such breach, before the Owner may invoke any remedies which may be available to it as a result of such breach; provided, however, that both during and after such period TxDOT shall have the right, but not the obligation, to cure any breach by the Defaulting Party. Without limiting the generality of the foregoing, (a) TxDOT shall have no liability to the Owner for any act or omission committed by the Defaulting Party in connection with this Agreement, including without limitation any reimbursement owed to the Owner hereunder and any claimed defect in any design or construction work supplied by the Developer, the Design -Build Contractor or by its contractors, and (b) in no event,CQRD shall TxDOT be responsible for any repairs or maintenance to the Owner Utilities" Adjusted pursuant to this Agreement. ':1ETARY (oo) (b) If the Developer or the Design -Build Contractor claims that the Owner has'' TX breached any of its obligations under this Agreement, the Developer or the Design -Build Contractor will notify the Owner and TxDOT in writing of such breach, and -the Owner shall have 30 days following receipt of such notice in which to cure such breach, before Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 13 of 22 Rev.4/10/10 the Developer or the Design -Build Contractor may invoke any remedies which may be available to it as a result of such breach. 21. Traffic Control. The Design -Build Contractor shall provide traffic control or shall reimburse the Owner for the Design -Build Contractor's share (if any, as specified in Paragraph 4) of the costs for traffic control made necessary by the Adjustment work performed by either the Design -Build Contractor or the Owner pursuant to this Agreement, in compliance with the requirements of the Texas Manual on Uniform Traffic Control Devices. Betterment percentages calculated in Paragraph 9 shall also apply to traffic control costs. 22. Notices. Except as otherwise expressly provided in this Agreement, all notices or communications pursuant to this Agreement shall be sent or delivered to the following: The Owner: The Developer: The Design -Build Contractor: City of Fort Worth Attn: John R. Kasavich, P.E. Water Department 1000 Throckmorton St. Fort Worth, TX 76102 Phone: 817-392-8480 Fax: 817-392-8195 NTE Mobility Partners LLC 9001 Airport Freeway, Suite 600 North Richland Hills, TX 76180 Phone: 817-710-0500 Fax: 817-710-0509 Bluebonnet Contractors, LLC 6851 N. E. Loop 820 Suite 102 North Richland Hills, Tx 76180 Phone: 817-510-3557 Fax: 817-510-3691 A party sending a notice of default of this Agreement to another party shall also send a copy of such notice to TxDOT and the CDA Utility Manager at the following addresses: TxDOT: TxDOT Department of Transportation Attention: TTA Right of Way 125 E. 111h Street Austin, Texas 78701-2483 Phone: (512) 936-0980 CDA Utility Manager: Atkins Global Attention: Michael Crain North Texas CDA Project Office 3301 W. Airport Freeway OFFICIAL RECORD CITY SECRETARY FT WORTH, TX Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 14 of 22 Rev.4/10/10 Bedford, Texas 76021 Phone: (817) 508-7602 Any notice or demand required herein shall be given (a) personally, (b) by certified or registered mail, postage prepaid, return receipt requested, or (c) by reliable messenger or overnight courier to the appropriate address set forth above. Any notice served personally shall be deemed delivered upon receipt, and any notice served by certified or registered mail or by reliable messenger or overnight courier shall be deemed delivered on the date of receipt as shown on the addressee's registry or certification of receipt or on the date receipt is refused as shown on the records or manifest of the U.S. Postal Service or such courier. Routine communication between the Parties may be transmitted via electronic means. Copies of formal documents may be transmitted electronically, but shall be for courtesy purposes, only. Any party may from time to time designate any other address for this purpose by written notice to all other parties; TxDOT may designate another address by written notice to all parties. 23. Annrovals. Any acceptance, approval, or any other like action (collectively "Approval") required or permitted to be given by either the Developer, the Design -Build Contractor, the Owner or TxDOT pursuant to this Agreement: (pp) (a) Must be in writing to be effective (except if deemed granted pursuant hereto), (qq) (b) Shall not be unreasonably withheld or delayed; and if Approval is withheld, such withholding shall be in writing and shall state with specificity the reason for withholding such Approval, and every effort shall be made to identify with as much detail as possible what changes are required for Approval, and (rr) (c) Except for approvals by TxDOT, and except as may be specifically provided otherwise in this Agreement, shall be deemed granted if no response is provided to the party requesting an Approval within the time period prescribed by this Agreement (or if no time period is prescribed, then fourteen (14) business days), commencing upon actual receipt by the party from which an Approval is requested or required, of a request for Approval from the requesting party. All requests for Approval shall be sent out by the requesting party to the other party in accordance with Paragraph 22. 24. Time. (ss) Time is of the essence in the performance of this Agreement. (tt) (b) All references to "days" herein shall be construed to refer to calendar days, unless otherwise stated. (uu) (c) No party shall be liable to another party for any delay in performance under this Agreement from any cause beyond its control and without its fault or negligence ("Force Majeure"), such as acts of God, acts of civil or military authority, fire, ec rthquake, strike, ` 'UD unusually severe weather, floods or power blackouts. CITY k .T ARY 25. Continuing Performance. In the event of a dispute, the Owner, the Developer ana to"e es gn- TX Build Contractor agree to continue their respective performance hereunder to the efenf easii 7e in light of the dispute, including paying billings, and such continuation of efforts and payment of billings shall not be construed as a waiver of any legal right. Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 15 of 22 Rev.4/10/10 26. Equitable Relief. The Developer, the Design -Build Contractor and the Owner acknowledge and agree that delays in Adjustment of the Owner Utilities will impact the public convenience, safety and welfare, and that (without limiting the parties' remedies hereunder) monetary damages would be inadequate to compensate for delays in the construction of the Facility. Consequently, the parties hereto (and TxDOT as well, as a third party beneficiary) shall be entitled to specific performance or other equitable relief in the event of any breach of this Agreement which threatens to delay construction of the Facility; provided, however, that the fact that specific performance or other equitable relief may be granted shall not prejudice any claims for payment or otherwise related to performance of the Adjustment work hereunder. 27. Authority. The Owner, the Developer and the Design -Build Contractor each represents and warrants to the other parties that the warranting party possesses the legal authority to enter into this Agreement and that it has taken all actions necessary to exercise that authority and to lawfully authorize its undersigned signatory to execute this Agreement and to bind such party to its terms. Each person executing this Agreement on behalf of a party warrants that he or she is duly authorized to enter into this Agreement on behalf of such party and to bind it to the terms hereof. 28. Cooperation. The parties acknowledge that the timely completion of the Facility will be influenced by the ability of the Owner (and its contractors), the Developer and the Design -Build Contractor to coordinate their activities, communicate with each other, and respond promptly to reasonable requests. Subject to the terms and conditions of this Agreement, the Owner, the Developer and the Design -Builder agree to take all steps reasonably required to coordinate their respective duties hereunder in a manner consistent with the Developer's and the Design -Build Contractor's current and future construction schedules for the Facility. 29. Termination. If the Facility project is canceled or modified so as to eliminate the necessity of the Adjustment work described herein, then the Developer shall notify the Owner and Design - Build Contractor in writing and the Developer reserves the right to thereupon terminate this Agreement. Upon such termination, the parties shall negotiate in good faith an amendment that shall provide mutually acceptable terms and conditions for handling the respective rights and liabilities of the parties relating to such termination. 30. Nondiscrimination. Each party hereto agrees, with respect to the work performed by such party pursuant to this Agreement, that such party shall not discriminate on the grounds of race, color, sex, national origin or disability in the selection and/or retention of contractors and consultants, including procurement of materials and leases of equipment. 31. Applicable Law, Jurisdiction and Venue. This Agreement shall be governed by the laws of the State of Texas, without regard to the conflict of laws principles thereof. Venue for any action brought to enforce this Agreement or relating to the relationship between any of the parties shall be the District Court of Travis County, Texas or the United States District Court for the Western District of Texas (Austin), or other venue as approved by the parties. 32. Waiver of Consequential Damages. No party hereto shall be liable to any other party to this Agreement, whether in contract, tort, equity, or otherwise (including negligerra, -Warranty, indemnity, strict liability, or otherwise) for any punitive, exemplary, special, indirect, incidental, 'ORD or consequential damages, including, without limitation, loss of profits or reve%ues, loss of use, `,r�Y claims of customers, or loss of business opportunity. FT. WORTH, TX Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 16 of 22 Rev.4/10/10 33. Captions. The captions and headings of the various paragraphs of this Agreement are for convenience and identification only, and shall not be deemed to limit or define the content of their respective paragraphs. 34. Counterparts. This Agreement may be executed in any number of counterparts. Each such counterpart hereof shall be deemed to be an original instrument but all such counterparts together shall constitute one and the same instrument. 35. Effective Date. Except for the provisions of Paragraph 2(a) (which shall become effective immediately upon execution of this Agreement by the Owner, the Developer and the Design - Build Contractor without regard to TxDOT's signature), this Agreement shall become effective upon the later of (a) the date of signing by the last party (either the Owner, the Developer or the Design -Build Contractor) signing this Agreement, and (b) the date of TxDOT's approval as indicated by the signature of TxDOT's representative, below. This Master Agreement and initial Adjustment is effective as of the last date written below. APPROVED BY: DESIGN -BUILD CONTRACTOR DEVELOPER Bluebonnet Contractors, LLC By: By: Duly Authorized Representative Printed Printed Name: Jose Carlos Esteban Title: Chief Exe Date: fficer TEXAS DEPA ' MENT OF TRANSPORTA ION By: Authorizedignatu e NTE Mobility Partners LLC Duly Authorized Representative Name: Steve Hankins, P.E. Title: Director of C Date: OWNER ction & Design City of Fort Worth By: Duly Authorized Representative Print - d Printed N�j�r•.. Donald C. Toner Jr. SR/WA Name: Fernando Costa Title: Director — Turnpike Right of Way Title: Asst. City Manager Texas Turnpike Authority Division Date: 1 `j - i i? Date: c7V Recomm d For �A�pj�proval �,iB1v/J _ Y OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 17 ottiattOntigL10 /04401 3° I 4,i)I000R0 01: alit: 0440 t?*04 oQ � ;'0000000o0 grtt AT T: Ilt n'A:a �� af? /15.3,- City Secretary M&CNo. &IS2_SG\ Date: Name: Title: Ap raved S. Frank Crumb, P.E. Director, Water Department orm and Legality: Douglas W. Black Assistant City Attorney Oil i'�tl,,iF%k. k i.CU D CITY SECRETARY F1'. WORM, TX Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 18 of 22 Rev.4/10/10 County: ROW CSJ No.: Const. CSJ No. Highway: Limits: EXHIBIT A PROJECT OVERVIEW TARRANT 0008-14-093 : 0008-14-059 IH 820 From IH 35W to Southwestern Railroad (DART) Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 19 of 22 Rev.4/10/10 EXHIBIT B County: ROW CSJ No.: Const. CSJ No. Highway: Limits: TARRANT 0008-14-093 :0008-14-059 IH 820 From IH 35W to Southwestern Railroad (DART) UTILITY ADJUSTMENT AGREEMENT AMENDMENT FORM (TxDOT-CDA-U-35A-DM) Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 20 of 22 Rev.4/10/10 County: ROW CSJ No.: Const. CSJ No.: Highway: Limits: TARRANT 0008-14-093 0008-14-059 IH 820 From IH 35W to Southwestern Railroad (DART) EXHIBIT C CONFLICT 89 PLANS, SPECIFICATIONS, COST ESTIMATES AND ALLOCATION Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 21 of 22 Rev.4l10l10 County: ROW CSJ No.: Const. CSJ No. Highway: Limits: EXHIBIT D INSURANCE REQUIREMENTS TARRANT 0008-14-093 :0008-14-059 IH 820 From IH 35W to Southwestern Railroad (DART) Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 22 of 22 Rev.4/10/10 City of Fort Worth Assembly Developer Managed Assembly Number: 820-U-0506 North Tarrant Express (NTEI — Seement West September 23, 2011 Facilities Conflict ID )> Relocation of an existing 36" water line crossing IH 820 at Beach Street (89) NTE Base Line Sta. 731+52 Bluebonnet Contractors, LLC is submitting the attached Utility Assembly in compliance with the CDA to adjust approximately 720 linear feet of 36" water transmission line. The existing water line crossing IH 820 at Beach Street (existing crossing IH 820 at NTE Utility BL STA 731+52) is in conflict with the North Tarrant Express Project and is to be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The adjustment will include installation of approximately 720 linear feet of water transmission line in 600 linear feet of 54" steel casing (proposed crossing IH 820 at NTE Utility BL STA 730+70). The adjustment will require a temporary water service connection near the Beach St. and Fossil Vista Dr. intersection. The estimated cost to replace this facility is $1,143,312.76. The final cost will be billed to Bluebonnet Contractors, LLC according to actual accumulated costs. The relocation is 100% compensable for the City of Ft. Worth. There are no betterments or salvage values associated with this Utility Assembly. This 'Developer Managed' Assembly consists of twelve components as required by the CDA (Assembly Summary, Master Utility Adjustment Agreement, Plans, Specifications, and Estimates, Affidavit of Property Interests, Statement of Work, Joint Use Acknowledgement, Assembly Checklist, No Conflict Sign -Off Forms, Right of Way Maps, TxDOT Checklist and Approval). Freese and Nichols Engineering prepared the plans which were signed and sealed by Daniel Stoutenburg, P.E. and Robert McGee, P.E. on September 9, 2011 and on September 16, 2011 (for temporary water service connection) Bluebonnet Contractors, LLC recommends approval of the Assembly and has acknowledged the Traffic Control Plan as defined in NTE General Notes Construction Notes on sheet C-5 of the plans. The SW3P is also addressed in Bluebonnet Contractors General Notes under Environmental Notes on the Epic Sheet included within the plan set. Both Bluebonnet Contractors and the City of Fort Worth have executed the Assembly. Bluebonnet Contractors, LLC was granted an Early Release for Construction (ERC) and has previously conducted a pre -construction meeting to address NTE Safety and environmental issues prior to performing any adjustment related activities on the project. All safety, traffic control, and environmental issues are being complied with during construction activities in the vicinity of the line to maintain the integrity of the City of Fort Worth's facilities, and protect the traveling public. TxDOT has 10 business days to review and approve the Assembly. REEMEN/F (this "Amendment"), by and between NTE Mobility Partners LLC, teinafter identifie. "tn he "Developer", Bluebonnet Contractors, LLC, hereinafter identified as the gn-Build Contracto c City of Fort Worth, hereinafter identified as the "Owner", is as follows: WITNEAt Texas Department of Transportation Form TxDOT-CDA-U-3 5 A-DM-NTE Page 1 of 7 Rev. 08/26/10 County: TARRANT ROW CSJ No.:0008-14-093 Const. CSJ No.:0008-14-058 Highway: NTE (NE Loop 820) Limits: NTE (Loop 820) from IH35 to DART RR UTILITY ADJUSTMENT AGREEMENT AMENDMENT Amendment No. 1 to Agreement No.: 820-U-O) Conflict 86 THIS AMENDMENT TO MASTER UTILITY ADJUSTMENT WHEREAS, the STATE of TEXAS, acting by afi through the Texas I' -artment of Transportation, hereinafter identified as "TxDOT", proposS to coril et- he turnpike roject identified above (the "Facility", as more particularly described in " "Original ► ement", defined below); and WHEREAS, pursuant to that certain Compre nsive DeveloprYiiat Agreement ("CDA") by and between TxDOT and the Developer with respect to the FacilIt A, the Dveloper has undertaken the obligation to design, construct, finance, ope,ra‘asitmaintain t e Fac l yA. itieluding causing the removal, relocation, or other necessary adjustment of exist1aaf utiiittiits,impcicted b •the Facility (collectively, "Adjustment"); and WHEREAS, pursua to that certain I)sign-Build' Contract by and between the Developer and the Design -Build Contract,„ 'th respect to thq Facility (the "Design -Build Contract"), the Design -Build Contractor has undert •'! ti _t ; , obligation 0 design and construct the Facility, which includes the Adjustment; and +o, } WHE LAs; ttae Owner, 1 e Developer, and the Design -Build Contractor are parties to that certain execut d Master Utility Adj stment Agreement designated by the "Agreement No." indicated above, as amend d: by previous amend Tents, if any (the "Original Agreement"), which generally provides for the adjustm tit►otioert.dih ut ties wned and/or operated by the Owner (the "Utilities"); and WHEREAS, the partied are required to utilize this Amendment form in order to modify the Original Agreement to adddess the adjustment of Owner facilities contemplated by the Original Agreement; and WHEREAS, the parties desire to amend the Original Agreement to add additional Owner utility facility(ies), on the terms and conditions hereinafter set forth. NOW, THEREFORE, in consideration of the agreements contained herein, the parties hereto agree as follows: 1. Amendment. The Original Agreement is hereby amended as follows: 1.1 Plans. Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 2 of 7 Rev. 08/26/10 (a) The description of the Owner Utilities and the proposed Adjustment of the Owner Utilities in the Original Agreement is hereby amended t© add the following utility facility(ies) ("Additional Owner Utilities") and proposed Adjustment(s) to the Owner Utilities described in the Original Agreement, to wit: Conflict 86: adjust approximately 3,000 LF of 12" water line along IH-820 Service Road from Riverside Drive to N. Beach Street from NTE Station 701+00 to NTE Station 730+50 in conflict with the proposed highway improvements; and The Plans, as defined in Paragraph 1 of the Original Agreement, are hereby amended to add thereto this Conflict 86's specific plans, specifications . %t cost estimates attached hereto as Exhibit A. The Plans attached hereto as Exhibit A, along with tl} upon execution to TxDOT in accordance with Paragraph and Paragraph 2 shall apply to this Amendment and the Plans manner as if this Amendment were the Or Existing Interest for any of the Additional such claim shall be submitted to TxDO as Plans, in accordance with Paragraph 15(,#) of the 1.2 Advancement of Funds by Owner for, ppstruc (a) Exhibit A of the Original Utilities and proposed hereto: (i) all estimate material, equipment and other'n iscellaneou Design -Build Contractor's respe\cti,ve cost shag as more fullyaessribed in Secttpn 1. elow. The Owner shall d'vat ee to the Resign-7H d Contractor its allocated share, if any, of the estimated costs for ,onstructiion and engin ling work to be performed by Design -Build Co ractor under this Amendment,, iaa acco ance with the following terms: 1e adjustment Ale Owner's Utilities does not require advancement of funds. endment,\hall be submitted eft the Q giryal Agreement, ttao- d hereto in the same al Agreement. 1 the Owner cl `ims an r Utilities, documen rr���ion with rpect to of this Amendm ntf Ad the' attached final Agreement. greemelM is hereb amended tot dd fo t the Additional Owner tment(s) e fAbwing informa 'btr set forth on Exhibit A ineering construction-relaed costs, including labor, nstruction items, and (ii) the Owner's and responsibility for the estimated costs, he adjustment of the9weier's Utilities does require advancement of funds and terms agreed to between the Design -Build Contractor and Owner are listed Adjustment :' sed on Actual Costs or Agreed Sum. For purposes of Paragraph 7(b) of the Original Algreement, the following terms apply to the Additional Owner Utilities and propose , i Adjustment. N/A [Check the)one appropriate provision]: The Owner is responsible for its share of the Design -Build Contractor's actual cost for the Adjustment, including any identified Betterment. Accordingly, upon completion of all Adjustment work to be performed by both parties pursuant to this Amendment, (i) the Owner shall pay to the Design -Build Contractor the amount, if any, by which the actual cost of the Betterment (as determined in Paragraph 9(b)) plus the actual cost of Owner's share of the Adjustment (based on the allocation set forth in Exhibit A) exceeds the estimated cost advanced by the Owner, or (ii) the Design -Build Contractor shall refund to the Owner the amount, if any, by which such advance exceeds such actual cost, as applicable. 11-11I nn 11 ?.JTFIieAA1 r n:,..Q(/A..,1Dr,i Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 3 of 7 Rev. 08/26/10 ❑ The Agreed Sum is the agreed and final amount due for the Adjustment, including any Betterment, under this Amendment. Accordingly, no adjustment (either up or down) of such amount shall be made based on actual costs. 1.3 Reimbursement of Owner's Indirect Costs. For purposes of Paragraph 6 of the Original Agreement, the following terms apply to the Additional Owner Utilities and proposed Adjustment: (a) Design -Build Contractor agrees to reimburse the Owner its indirect costs (e.g., engineering, inspection, testing, ROW) as identified in ExhibitA When requested by the Owner, monthly progress payments will be made. The mo t1 iy payment will not exceed 80% of the estimated indirect work done to date. Ong the indirect work is complete, final payment of the eligible indirect costs will be made Agermediate ayments shall not be construed as final payment for any items included in the i rmedi t payment. (b) The Owner's indirect costs associated with adjustment of the19 vner Utilities kliall be developed pursuant to the method checked ,described below [chonly one hfal: (1) Actual related indirect costs acc, order accounting proce tt p:.: c 'bed regulatory body, or �ii)1establisj accoun Owner and which theOW ❑ (2) The agre 'sum of $ '` ,.. of the Owner's esti c costs atta 1.4 Responsibility for Costs of Adjust`nt Agreement, responsi i94.fior the Agre work to be performed p su0 to this Contractor and the Owner s idCriffied ilt\ Exhibitl A hereto and in accordance with §203.092, Texas Tranisportation Code. `A!m allocation percentage may be determined by application of an Eligibility i�o,.. if appropriate, as��detailed"'in, Exhibit A, provided however, that any portion of an Agreed Sum ikNual Cost attribth ble to Betterment shall be allocated 100% to the Owner in accordance witlt. Para ph 9 of the On inal' Agreement. ttiulated in accordance 41). (i) a work the applicabl Fe bral or State procedur developed by the regular o ; rations j , Betterment. (a) Paragraph 9') (Betterment and Salvage) of the Original Agreement is hereby amended h' add the following [Check the one box that applies, and complete if appropriate]: Agreed Sum") qs supported by the analysis d hereto as part'of Exhibit A. rk. For �; rposes of Paragraph 4 of the Original } or Actual Cost, as applicable, of all Adjustment endrh shajl'be allocated between the Design -Build e Adjustment of the Additional Owner Utilities, pursuant to the Plans as ended herein, does not include any Betterment. The Adjustment of the Additional Owner Utilities, pursuant to the Plans as amended herein, includes Betterment to the Additional Owner Utilities by reason of [insert explanation, e.g. "replacing 12" pipe with 24" pipe]: . The Design -Build Contractor has provided to the Owner comparative estimates for (i) all work to be performed by the Design -Build Contractor pursuant to this Amendment, including work attributable to the Betterment, and (ii) the cost to perform such work without the Betterment, which estimates are hereby approved by the Owner. The estimated cost of the Design -Build Contractor's work under this Amendment which is attributable to Betterment is $ , calculated 7n11 !IA 11 r,rrc 11A A Al Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 4 of 7 Rev. 08/26/10 by subtracting (ii) from (i). The percentage of the total cost of the Design -Build Contractor's work under this Amendment which is attributable to Betterment is %, calculated by subtracting (ii) from (i), which remainder is divided by (i). (b) If the above Paragraph 1.5(a) identifies Betterment, the Owner shall advance to the Design -Build Contractor, at least fourteen (14) business days prior to the date scheduled for commencement of construction for Adjustment of the Additional Owner Utilities, the estimated cost attributable to Betterment as set forth in Paragraph 1.5(a) of this Amendment. If the Owner fails to advance payment to the tsign-Build Contractor on or before the foregoing deadline, the Design -Build Contr tor shall have the option of commencing and completing (without delay) the Adjust nt work without installation of the applicable Betterment. [Check the one appropriate pc@ vion]: ❑ The estimated cost stated in Paragraph 1.5(a) of this '\:ri tndment is thh agreed and final amount due for Bettermenjnder this Amendmnt`, and accordingly no . adjustment (either up or down) o s)aoh amount shall be *der basedg i actual ` costs. ❑ The Owner is responsib ' for the, p sign-B id Contractor' actual cost for the identified Betterment. eording , upon co q tttion of all Adjustment work to be performed by bot parts pursua t to this dm , (i) the Owner shall pay to the DesigBuild CoiitTactor t e amount, if a 'h y which the actual cost of the Bettermen4 btermined aprovided below in is paragraph) exceeds the estimated cost adv di by the Owner, or (ii) the Design -Build Contractor shall refund to the Owne th ,amount, if% f,, by which such advance exceeds such actu 1, cost, as applica le.\My additio it payment by the Owner shall be due wit t ".t (60) days a�ter the,©wner's r eeipt of the Design -Build Contractor's invoice `'o togethe with `s pporting documentation; any refund shall be due within ' ty (; dayi after cbtnpletion of the Adjustment work under this Amendment. he actttgJl cost of Betterment incurred by the Design -Build Contractor shall b calculated by multiplying (i) the Betterment percentage stated 'tokagraph 1.5(a cif this Amendment, by (ii) the actual cost of all work erfo t,'� by the D�sign-Build Contractor pursuant to this Amendment clud'.L ''(liattributable to the Betterment), as invoiced by the Design -Build C vt = o ctor to t' Owner. The determine. tions and calculations of Betterment described in this Amendment shall �euo right-o '-way acquisition costs. Betterment in connection with right-of-way acquisi oa is ac dressed in Paragraph 15 of the Original Agreement. 1.6 Miscellaneous. (a) Owner and Design -Build Contractor agree to refer to this Amendment, designated by the "Amendment No." and "Agreement Number" indicated on page 1 above, on all future correspondence regarding the Adjustment work that is the subject of this Amendment and to track separately all costs relating to this Amendment and the Adjustment work described herein. } (b) Design -Build Contractor shall comply with Owner's policies regarding its water customers' meters and meter boxes which are to be installed in Project ROW or in lieu of this requirement, if said meters and meter boxes are installed on water customers' private )n11_na_11 NNTFlIAeAl r',..,fl;,.+2A,4..,1,1?r 11 11 property, a permanent water main easement in favor of the Owner shall be provided by Design -Build Contractor as to each service location. Once the Adjustment work is complete, finally inspected and accepted by Owner, including appropriate abandonment techniques to prevent voids, Owner shall abandon the old 12" water line in place pursuant to the UAR Rule 21.39. (d) Design -Build Contractor shall comply with Owner's and TXDOT's specifications (UAR Rule 21.40) with regard to crossing Owner's water customer's ingress/egress points along Conflict 86. Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 5 of 7 Rev. 08/26/10 (c) 2. General. (a) All capitalized terms used in this Amendment shall have t in the Original Agreement, except as otherwise stated herein. (d) assigned to them (b) This Amendment may be executed in any ntirnber of counterparts }h such co}� terpart hereof shall be deemed to be an original instrument but all such coutttetpaa together shall constitute one and the same instrument. \ (c) Except as amended hereby, the.4 iginal Agreement sl'l 11l remain in)tiJ1 force and effect. In no event shall the responsibility, as b tween they, Owner and the Design -Build . gn d deemed to be amended htNeby. Contractor, for the preparation of the, Plans arg the Adjust?ir e the Owner Utilities be This Amendment shall beco ffective upotti the later of (a) the date of signing by the last party (eit -r the Owner, ile 1 sign-Build`Contractor or the Developer) signing this Amendme iut,l Ci the compltionb TxDOT's%ieview and approval as indicated by the signature of T ►)iesenta ive, bekw. e Page to Follow �ni i_na_i i NTTP 1 IA Ailfr,r,Fl; 1 1 11 1 \ T..... Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 6 of 7 Rev. 08/26/10 APPROVED BY: DESIGN -BUILD CONTRACTOR Bluebonnet Contractors, LLC DEVELOPER By: By: Duly Authorized Representative Printed Printed Name: Name: Title: Title: Date: Date: TEXAS DEPARTMENT OF TRANSPORTATION By: Printed Name: Title: Date: By: Authorized Signature At%, v\kli" N. Date: NTE Mobility Partners LLC Duly Authorized Rsentative ti Worth f!i411y Authorized Representative Recommended For Approval By: Name: Title: Approved as to Form and Legality: Douglas W. Black Assistant City Attorney 7nil_na_11 NTF 11AA Al C",,,fl;ot R A(,1.,,1,R 1111') 11 \ nnr, Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 7 of 7 Rev. 08/26/10 ATTEST: City Secretary Date: M&C No. N/A 1111 1 nn 1 1 1T❑ T 1 A A A 1 !'..«ll:,.. OL/,1..,1 D T 1 1 11 1,\ r','.. oat cov or FT, WORTH, TEXAS THROCE4TON STREET r. WORTH, TEXAS 76102 617-392-4477 MAN ATTN: ANDREW T CRONBERG. P.E bluebonnet contractors, LLC trrotoving mobility in Texas BLUEBONNET CONTRACTORS, LLC 6851 NE LODP 020. SUITE 102 NORTH MINI -AND HaLS, TEXAS 76160 817-510-3557 VAIN Bt 7-510-.3601 FAX ATTN. SCOTT STOCKBUROER, IrRECTORor LMLIT.E5 C CS ENGINEERING ASSOCATES, LLC POST OFFICE BOX 630797 IRVINE:. TEXAS 75063 512- 750-3974 PAIN ATTN: SCOTT COLTER, P.E meFREESE 1NKHOLS 4055 intemotIon401$014, 6...kr 200 oft Wasik TX 76109,4695 P414,414-1017) 735-7300 Fft-t6t71 7a5,7491 Wets treirle.com ° Trms Dorwiryi Traviree/c4 ar' ---"" ANDRE* T. CFIONSERG. PA- ASS1ST ANT %RECTOR, WATER OE VENT CITY OF FORT WORTH, TEXAS RECOMMWIED FOR APPROVED, 1;PePor- a a• )4.....i( ..*.e.-a-ler-;41-1•:. - FREESE AND MCHOLS.INC. N. T. S. STATE OF TE \ AS DEPARTMENT OF TRANSPORTATION PLANS OF PROPOSED STATE HIGHWAY IMPROVEMENT dor-north tarrant express TARRANT COUNTY ASSEMBLY U NUMBER 820-U-0506 CITY OF FORT WORTH, TEXAS N. BEACH ST. WATER UTILITY RELOCATION ROW CSJ: 0008-14-093 CONST. CSJ: 0008-14-059 CONFLICT ID NUMBERS: 89 SE0 SHEET ND. NO. 1 Gal tNXX OF DRAWINGS DESCRIPTION 472 3 H.F4.1. PROJECT WATER LINE LAYOUT & PROJECT CQNTRUL PLAN WORTH WMER SYSTEM AND AAt4DQNUENT LMMION ;MP -n WORTH SANITARY SEWER STST AI LOCATION 1,.W 5 -514tE GENERAL NOTES 6 G-6 TXDOT GENERAL NOTES 7 G-7 GENERA!. NOTES G-8 MAT WORTH WOO OENERAI. N9tEs 9 G- 9 C14WrIONKIHTAI, PLRMIYS,lSUC At C04.110114,4ENTS (EPIC) 10 C-1 11 C-2 , rTEXAS 0364 01 ESLTVEI IS 83 -3 r OF FORT WORTH STAN D Mit.5 pj t 1 - flY OF FORT WQRTN STAN AILS 14 5 CITY OF FORT WORTH STAN R TAILS ;2 E=9 CROSS SECTION AND CITY f WORTH STANDARD DETAILS ONNECTION DETAILS 1`.? CP-1 ATHODIC PROTECTION SYSTEM DETAILS Be CP-2 CATHODIC PROTECTION SYSTEM DETAILS m.,rsfl 0 WORTH' T = L(1rn. N. 19 CITY OF FORT WORTH N. BEACH ST. WATER UTILITY RELOCATION COVER SHEET 7011 Bv T,EXAS DEPAR WW1 Of TRANSPOR AT rOU Drcrpivr oiD 04.401. PlinSIIACD LW:4MM MY /-11,64 SHEET 6-1 5E0. 01 OF 18 , rct000 tit 131 I ti b7M 41kXt 0. 1241C 1 (441A.7011 Whil---- TEXAS F1. iORTH _ "TARRANT ,i-T4,1 Cit:KrAyt) t, I e4S011.110. rLAGSTONE DR. PROP. N.E. LOOP 820 tP# NORTHING EASING ELEV 10007 6991145 71 2340210.06 643.39 70005 6991442.79 2340274..54 644.76 70009 6991513.09 2346191.48 644.17 00 720•00 72211.00 _722•00 723.00 t2A^00 725.00 726.00 727.00 `7228.00 729_00 73.0.00 31•00, 732.00 733.00 734•00 735.00 736.00 737.00 738.00 739.00 740`•00 1411.00 7�! i 71e. 719�00 - - LEGEND PROP 4. EX OIL EX RON PROP ROW •— - • --- • • u 0 50' 100` 200' 'HORIZONTAL SCALE rREE7t AM) Rrci&Y or: 111_45 REGSTEREJ IW SI . /IN r. 1I4 :waasr ,I;? "eta: E4:lit1`tlzr•^.1 ;14 Trc1ispW't0e;cc Afar north tarrant bl , uebonnet Contractors • LLC rnotliiqyinre .. MN FREESE ICHOLS FORT WORTH N. BEACH ST. OVERALL PROJECT WATER LINE LAYOUT & PROJECT CONTROL PLAN SHFE;T 0 2 SEO. 02 0$ 18 --_'�.- TEr1WIEAL WWI Kfix t 1I3 Kt, 0/1i 1 tlirri/705i Stir' Q1fTRIrT WA?* 1EXAS FT. Y1041Til TARRANT —Sr LttE Ee Cr : Irr1:. t, I .iGgi".. _,,, iM 'R'o MS --- N. E. LOOP 820 , I ,� y.. 14_: �._... Tl•I 41 4d' 48 1 4 • ••• r}1 citt r u., NGN NEON ( � 3 LOOP CROSS • I MAI r„ yy e 4`�/ PROVIDE TEMPORARY RATER SERVICE .l J L SANDSHELL_ DR. 1• 820 • 1ANACROSS EXISTING DRAINAGE INLET- .,•Lola. EXISTING DRAINAGE CHANNEL-- 114. S4? __ MCLEAN - RD. '_, 1.1 -1-1 11111 u U I•I z u ECA EX15i(NG 1N LINE C2\• 36' GATE VALVE EXISTING 2" AIN VALVE. kcssii vi51IA DR. EXISTING 12" GATE VALVE U R1 rfr- 44t PRODOSEO 36' TYL t REAL IC M NT ADANp:77J Ex, 36" WL EXISTING 12' GATE VALVE (J.) EXISTING 12' GATE VALVE ----EXISTING FIRE HYDRANT WATERDRAIN EXIST iNG DRAINAGE INLET -€XISTING IN -LINE cI $' ®LOW-orr VALVE 8 7 DRAIN TO EXISTINGTER DRAINAGE CHANNEL -EXISTING IN-LINE/� 36' GATE VALVE L/ ' I: 1:': I III I. . l .""I . . %. I-.a�'�. _ . � - -4- PRIOR 10 1U EDQAT .4LExIS11i4l6_ WATER UNE 1 INSTALL 12" HOPE TEMPORARY WATER UNE FROM THL EXISTING 12" MOTOROLA SERVIct CONNECTION (AT THE SOUTHWEST CORNER OF FOSSIL VISTA DRIVE) TOT11( 10' AND G' BONY. DF AM ERICA SERVICE CONNFC110N51270 ET SOUIII OF THE MOTOROLASERVILE CONNECTION) PRESSURE TEST AND DISINFECT TEMPORARY WATER UNE 2 CONNECT TEMPORARY WATER LINE TO 12" MOTOROLA SE RVICE CONNECTION TAT 1 HI SOUTIiWESTCORNEROFFOSSII VISTA OATH) NOTIFY MOTOROLAANO CITY OFTORT WORTH WATER DEPARTMENT 72 HOURS PRIUi1 TO MAKING CONNECT FOAL 3 CONNECT TEMPORARY WATERLINE TO THE 10' AND 6' BANK OF AMtRICA SEMV4TE CONNECTIONS. NOTIFY DANK Or AMERIC',t AND Cat),Of FONT WORM WATER TITPARTME NT 12 HOURS PRIOR TO MAKING CONNECTTON DURING LEST SHOT DOWN Of THE EXISTING 36' WATER LINE. PERFORM •D-140LE- TO VERIFY TIE IN 10CAIIDNS TO THE EXISTING 36' WATER LINE S. INSTALL CASING PIPE FOP PROPOSED 36" WATER UNE FROM STATION 2.20 TO 3400 BY BORE OR 1UNNEl 6 INSTATE -CASING PIPE TOTE PROPOSED 36" WATER LINE FR03.1 51A1ION WO TO F.f6 RY BORE DR TUNNEL 7. INSTALL CASING PIPE FOR PROPOSED 36' WATER LINE FROM STATION 14 1.10 2.20 BY OPEN CUT INSTAL( CASING PIPE FOR PRDPOST° 36' WATER LINE FROM STATION 340 TO 1.1084 OPEN 4U1. 9 INSTALL NEW WATER LINE FROM STATION 1.32 TO 741. INGC3JD114G GA1f VALVES AT 1TATKJN i012 ANO Yr73, AND CONCRETE RL0CK4NG FOR RENDS A7 STATIONS 1.47AND 7.81 10 INSTALL TEMPORARY TEST 3•LUGS AT 5TA14ON5 1.37 AND 1011, 11 PRESSURE TEST AND-14SINFE 1 AND WATER ONE FROM STATION 1+50AND 7.81 12 SHUT DOWN Fx45TING33.' WATER IINE3ROMMCLEANTOFG5SILVISTADRIVE LITYOFFORT WORTH WATER DEPARTEA ENI WILL CLOSE VALVES AS DESCRIBED IN THE SHUT DOWN PROCEDURE pUSING 77 HOUR SHUTDOWN OF 1XISTING ¢' WA1E1itL{E 11 INSTALL WATER UNE FROM STATION 1.00 TO 1.12, 4NCi00(NG CONCREIT STOCKING FOR BEND AT STATION 1.13 MAJf TEE IN TO THE EXISTING 36" WATER LINE 14. INSTALL WATER UNE FROM STATION 7.91 TO 6.16, INCLUDING CONCRETE 810f-KI.NG FOR BEND AT STATION 7.98 MAKE 1(E•IN TO THE F.KIs3IN2 36. WATER LINE TS BRINti WATER F INF INTO SERVICE SENT DOWN PROCEDURE Q ONLY CI1Y DF FORT WORTH WATER DEPARTMENT sum t OPERATE lilt EXISTING WATER TINT 1 CLOSE EXISTING 36' GATE VALVE Al REACH STREET AND MCLEAN ROAD 2 CLOSE EXISTING 36" GATE VALVE AT EOSSiL ViSTA DRIVE AND BEACH STREET 3. CLOSE 12" GATE. VALVE (PART OF THE MOTOROLA SERVICE CONNECTION ASSt3BLv)1U51 SOUTH OF THE CASTING 36" GATE VALVE AT BEACH STREET AND TOM VISTA LIRIVE 4 tLUlt t.1S147Yti 42- GATE v7.Ivt F40-flTrl OE 46"Kl2" Tr AT N0RTF4fRN CAs735 BMA LVAPID AND 8EAL14 S1R6E1. 5 CL05t EXISTING 12' GATE VAIVT 450 FEET NORTH 03 TANACRt)i511R1V1 6 CLOSE EXISTING 12' GATE'A1 YE Al SANDSHLLI DRIVE AND REACH STREET. l VERIFY EXISTING AIR RELEASE 'VAT %'E AT FOSSIL VISTA DRIVE AND BEACH SIRE/ T IS t)PE4tA11ON CORRECTLY. DRAIN THE EXISTING 36' WAFER * INE USING THE EXISTING8' BLOWOF4 VALVE p1 MCLEAN ROAD AND BEAC14, AND ETRE HYDRANT AT THE SOUTHWEST CORNER OF NORTHERN CROSS BOUIIVARO AND REACH AFTER THE EXISTING WATER 11NE I5 DRAINED, CLOSE EX45TING 17'GAI6 VALV( Al NOW HERA CROSS ROUT EVANO AND et ACtl CLOSEST TO THE EXISTING 36' WATER LINE 1(1 VERIFY THAT THE Ei145TING VALVES ARE HOLDING McCINIMPinEP Si;Stt(tNSt IF C9NSIttOf 11 lt7 GENERALNDt• I REtom PAT NDEDSEW ENCINGISPRDVIDEDA5SUGGESTION TOCONTRACTOR. AIL MEANS AND MFIIIOO$ OF CONSTRUCTION. INCLUDING SEQUENCING, IS ULTIMATELY THE P,ESPONSI81141Y OF 1Ht CONTRACTOR, CONTRACTOR MAY SUBMIT ALTERNATE SEQUENCING PlA14S FIR REVIEW 81' ENGINEER Al/Dupe, 8. R. 9 44.LN14140M NOT EST 1, CONTRACTOR SHALL NOT OPERATE VALVES. 0 200'400' 800° HORIZONTAL SCALE .a4Ai 44G7 I .1 � � FAfA I111. ��2v4I TexuS Deporllwt of l2anr>portotion .or north tarrant elpiels bluebonnet contractors, LLC Improving FT1DIlitity In TE•XIIs 11141 TEXAS 4* �►MCH04S FORT WORTH FORT WORTH WATER SYSTEM AND ABANDONMENT LOCATION MAP SHEET 0-3 SEG. 03 of 18 14CHW 41LL a.r(tF 0214 aF..t* Ns, I r•-E a/2t/rP1I llTlii tam. F 1. INNII TARRANT 2IU •3p • Cnitaft AF 'ri46aRi. ++7 Xi N.E. LOOP 820 y r• tR'}'wiiV'i i�JM b 1 1 041 T �r< .44 441 ra i..wm.PF W # • 1 - vl w ;L4:''4 i• w h. .•1i � is 7a._ a I w n'� 'x r- -�' H- s ..-▪ .e . , E .— rr� T .•• af• ,: I S DR `it ._ -...S:_'.!_�_4•0, .--- --� `+�` It" itrf 16Kz . t i t 0 .1 . r +-..' s4 : . , - . _ ;fit: j • w:: 'el A-4. 11 .«: - _.-._.t_. j•_... , I..__I. .-..1.._-_._Ye;',. �°1 ..�...— — F055ILV[STA DR. !.00P 820 it I - 3 w` w..- c 1 I . I I I I I I,IJ.I.I 1e ' j I .J .01). I • 1 1 I �_ . • •1 �I • ••I a� NOT LSI 1. THIS SHEET IS FOR REFERENCE ONL Y. THERE ARE NO SEWER I. INES AS PART OF TkIS PROJECT, N 0 200'400" SOO' HORIZONTAL SCALE 44. r OoIt StEe�twi[. ri �4 ` 997 a o ti = MUSE ANY MCwYS ar_. 10A1 at[4'lEMEd [K.TY[ak roll r•314. "or) Toes Depot'Nxrnt of Tr.Ex'18por-141 or. 4011— north tarrant P>.4,,is bluebonnet contractors, LLC Irrprov;rpg motility In Texa' MN INIC$OLS FORT WORTH FORT WORTH SANITARY SEWER SYSTEM LOCATION MAP Stan TEXAS Aw►w 3' n.M • FT SHEET 6-4 SEO. 04 OF to _ ,Et»'.IZ., Q°r1EE I'd13 ORM+1 44. ova a+rvtdl i� riJflTH TARRAhT 4E SiG.s''t gr E.,ft.nti 6, ii�tiiii. z_� KA 1 N.I.. LOOP 822 NTE GENERAL NOTES • 'Derr+ .1 the frwner r, sisr t,,2(u,ty • 'ttvtldptt' is fltt Mcta.tyrannrrl • Datlarf talk' CGrttIAe1er MSC] ' 1. 91uebsnnist Conntr•clo, t. 11C • Utility CwittaNde is the 22,91,acto, hsed tot stir 2,:d.stas,tt=an of the ut r,ry i5f3' 91,cm,,(ai,idtt7lt, ,v I ttA..,2,1l All Irish, `-+Ytahalx,na sputl easel sir rest-rd 9h€ 12,,nLk idRy Aafr.J rc ASI2,2h %,Si rsn3 ur91bc 1JI•=t1 DN1i4Ys ris221 l,Ua' and Ihcat,nr3 b Sass er L f11r<t s' sic son ode -NIA t€{wren tier Sce'isLmpton tfkf3datds r4 des, VAR t1.01 atsa,3,lt ,°,rind 4,S;h,nfy Stet Sex; Nr1tC{i trmcdvat,mis the tnt22s4 hi,s,t-rrni than p•eslits 110,R, $rt,.i Atthcvut standards, NLIC(IG sderdliat-'sets• Rdlt aersral rmtrt thirst" trdr„;ol sosc,hcatlans standard roue. el ssesetHrhl knit r.CTfist act ndard dk'tan3 ar th the sinart 9 rinf;ent Shah •2424 foe UtAity COmrattoe ss,as pie•e79e and T9c?t*1 all •l w i Itta efyin11,4fIts to 1h^nrrit exit richt et w ar rams-,* Any sane;yn •g r3 trier o"h3rra4+,st ,+ Mzrrtyifi ro atrdth a licensed p-cre,a cot' land 3.ifieriCr raf+s12•rs1,., t ,r State tr Trio* at the Utxity Cord/actor's rraptnse t sh,, 1tg - oIIA Ctiltra€ige t+3x 2i:shred proles-1 s to control harms hnthcrn I r tak 0222A yrnh ftmlr, A2401,242. ftYtarr- :993 irtA I fir, 2027 nAbssimenti 1erk, desks Ihane Coed 44,.44, N4tTh C4^r11 ray Trine 47Lat, 4nd accosts sy to tne•suners'nts brunt rls t hr Ttf,:r T:TxpVRe Fsvtwr:+3. 1nt °Shoal contend s:otr facto* h e11*Si/ died Wittei'si wide di 1 P* 212 Sac p:+iet,s,ust try 121212St ic^ {arrant Co,mtrl to 44,1142,11 i i4.22^41ehi,12,: Noire qr..i t0 sa^fatr All ccc niraft„a-.'i d €tan4sz will be psta rhrfi as swiaSt• ,'a -set Prrcgra *Is centrest . aria r tall Ned 'eih the N,-ilh Amr=,ran'yr'Isat Darurr+ 0,1 148E tN41'13 as a bays is ,it •f,'t_al6nnitroning trio Xt",24122^11 aF all fIthr,lawhi t ahuwn on these 132*6 Are* esSetK...ii 2,24 abets t=.1 trc • 0va-2i2.9 rr-srods rind Vtli=ty 1P,0•1, sa}>I•ra •tvi ¢sir aµ rstllrsnn tune the Oarer4e, tee, Rostonu1)} trast1aai6r, nor the'{„#ram 1*Ii42111 any resp>stns+bslny for era ut 1--tt ra i afao.o.i 4 nil +g4arr t ir= the `•cs:at: 1 *hewn the UtOty COrAra##r tdsaat detrxmuir the 4.;l J l i£r-xtiry=7 and Fr,hdlton cJ the e istiog rrbLty etude to envy tomtit*, err J,py -fi brf ,Ns Milky Contra tot s*ast tree •Nee• l.:OWRW-1rl Vrtstsct an utr.^slct shw n to r ; 1 sly w h t 1 rnr 04'4 Utility Contractor nu.: Cr2 ty+C TC55 dd tini.2s psi n 19 sins construction sta-i begmnhad +. 'ohs Utility Contractie shall protest snit rre3er•N #i P,2171UT-ties vt sir lItr8 Arri llamado to at =r(ret rota9in8 front spa Wiry C[Ntlroaort r{I, alfdnnt 075, Da mp,`tlre41 to rho Chimers sabsrat3-Sri and alit-, Utt§1T'C+tttetrarroes ra pc r f Y iris tatllity Contrasor sit s sa tetoicetytie to, pteser:;r't r1 2+2,4 trier pros rr:ies Ant err;, tp'4L'a Icnd'cc,Tpinp, dnv.Klys, 221ra•4k3, pawl ap*`rtil*r tyaturt ITTA4b2:1e-1 etc dars`agrd ere the Utlbty Contra -din thaO C•t'#Tia:<tiC ra rnpaes`•d TG c.,ryual Cf brttsr cond,nan loft to tla 0Wreirf s'salfeafTlall at 1tva Utility Cone a:toe S rr.,,ence the tttalty CCnt#ROf %hat taaa°tde TI'-r Ehgsnter' and Dtstan,Bnyd COnlrPrtor a tttnrh rate=,y pion ss per M tIXIG i er_.fvtctOr 11121i (1ri 1t)7 tQ T 1,-Ttt^+teri kkirr( art can per w'dh T•t3i1T uteri Np 4Q2"II uI 1 Eacr:at3:vn Pro2ectoor r issenrru wit, be preseleed to IN* t.ttta! lamdhtidr3•c Auittihnla e•731 w IRe :tart of conslrococo, tl-o f.tnfi 54iety P an shill to, Vt-.>aared 4,11sry,first by • tti:g,alt22.3 pttlrx.r,nal pmtmoe, Items-1 0++, rht. data d tae11 All 414,.:Ee19.pn4 Ire lttimg, an: •tic-'ny e3 a5iar.• trial; grapey • it 1n,c 1 eq,:+enarntl hi Ip,. US 1%34fir2«nrtt 4f cxp=•^, pistA, '•'.Car11Pi3 TIC': SAFlty. Rrif3 HE.RITH kLGULAt1022S, 29 !lie, t92f. ".-=atlpfH P, ' I.ca-,3)127,h', tad bey Sort eirr,nit tt•,e,l.. 'Mr U11Td1Ct lIttltxitesli3. [ Vita ar trees) ssicty r,er=ur[s So- r:gnurd 1 rife- tirly (ra'str,s+ere zhw ko,p ra*4* *>,d caret ni 4 ar, rrr,tllabtr sin cite at act tent;. Ito' V I1 s Ccoltractvr 0 011 kC--cp 3c[ve 'rev +. It t hard sill reti0216 of all coredruTtiosi that dt-rs,€m Non, ills R132. 1134 Alt, -.-y C,nrria..tfr °k V, rN:.h 12m0212 osroiatr ar Lw,;. n•aw,ngy tl,tr..1y all .ft.triet Pad nine i,:nt,ons cOtrr .left 4aTr1t sisstloist-4•ts Ili the Lr,1'^nrt., and the, tat krolslilld CMstrirttor trio_ Ut}hiy Contractor ,s r4y00n. [ y fee obsalning an rmesia,y [4'r •2s 2ppet.23s, ant rrlsesNs- tta Ut11ly Conrsmycs sns: yen. tar seerhesti kr-el lariA11.1 7,1. arzahw-1y l .e^.lsses a anyer-ewrrs sand he.itirar Joy alit attic! itrd d,anlp'n ,-n rate,. vitt Itnrielir rlettrlcal, pts-a4r vi lath! 6er2.r,* 4F h6Jrt pear nags 113 11 NTE GENERAL NOTES 1`,r Utllitr' Cnc4tra lot It 41^tt1Ycylllle tat lite* dog arch: to at-lnlnd 11teela nw1 fn np.nls: 04+1 E 1144,fits4r at door r*+tl„s fo'Ditll tot c,,et p(-eery s rt,s• Utility Contractor is 2f4ossiscii, to^ ttet^I'ca: aIr {Nag#a tiattesi hits drier-2,2 v and s."2rw•riks adl4ce 4 Tr rt^C prdjtxt tzes-lmnr and 0,1 drt,rp, derma the C+m.4raalon eta ra an tor-22 Ut Hy C@ntf.etto 0.44 ovs,m.tr; adadr•sr a,-d P'2,11 sir rttt are sue¢ llae +ldh,5,d 1*,r rive At<n Af the Vrc{tri ohs Utility Contractor to XI rriala14141 *drowse etc •sin c ylrn, =ne••eis . In the e=esinn oc;t¢'s as a tr- h a1 a ayslri asan. the UtiNty COMIllarl sit 1 reuses th6 cret3td xtta Id Its a411.'13' toed non <s loch al. 44 4:122 ftarr.4n t4nttoi me -shod -I arld trot z,roteeton shoisld br bn plate taw., eh-4C4ntrvtf,0, dodo lo* In that a=ra Rh es,Seated TraUrr•n drrrrt4 esters or un•:,tnair-( mall be dtspsrsa1 Lt' the Ueu11y 14htr$ttOr The icb. 4,4 tha11 tit C4=a+ 1 at v»n as odsuk1e In this snnttini2,1 tit !fat' perigee-U4444 C4ntrs4wr. the Ut1ty Contractor snit ors+ ,11.0 t1 ex deer ether enptetixt ,', law Ar.€< r;-area3 cfre ms a walrrnlys ta.,s Iri11•enllsh..a hA rensnyrd , , a daddy baste to mat thel,4111124,2,110:1524,..vfnIilalt. `Iv Utility Cantra(lt 3l ri tot: t irse Ili, Gf waste inatrnl• co pr4ate otoreoli wtrfa`„,A pa ltit ratn.c.or,-2, h4-;11,2 F2(4.4'ny C•xntr I1Eddt Cb4lritaiar stay - *414alw adr•la3°r eetsr c , k.i 1>s lire ,list ewe the a rkc.s 42,2a1Clwwl Nan protect 4rxitr **intro; .nrash'rs s1m11 bt- nt aaat'(+l't`+tr. 2. h TMLfTCO Ana ' IunIll:Si:All sittha sty (4411 ern forth Worth T*W has ors• ,weft the TCT ()exTeri*I Iw, ea mast be olaph224`4122 1t P*41 sit -Build Contractor roic2 to t4nst421e8147+s c 1 hors tarts wiles p ,a {tit 41.419r1 t2.sarnt(tte4 toter tot oraf1d4.4 aY dictated ty tt-a- Prato s-Bp1W Cnntaittot W M^. ar ita11a13 non +eeNip4 pipe, a i40441' wise/lam poste De rtxtailt+d Canzunt^%its vr4ta the loos of a hyr aUrn a1s5,,22 Erie rep*' as the Lime 1lvnctl. the IJWt`1y Contractor art[: toll its evr1*A t4I IIPO )tee of ( 9*444atf4 &aline ro'nrrscr/Jn 11 n41 4-41anr, Oddity Conicattot shah lit'isrs dissortliteit" (4 41 s^dµser in redly to ise,tr€2grosass1•ra1Ee E4 sti Indmn unh that,: duet not ailed leis rsitosTrasls`a'1 bete" 41. nt-^ns lnrtvltx4 ar•9 m14a10'si rfn 122s pre4s+3 0,40 cr ire t 's444 ants wkh the 41 V13ttptt3 trsn1a1171 lt•tr<'x a+n tt Oth4l•1i1G mica to lhdwr Print te+ka.4k tars® ttlen4tms eta, 20, tans r3 shish t isisi=f112,1 xn-! 1c, *-d PII dreg locar litoacliatido41 +aath..43 alb 1ho Ut01ty Cantrattot. A' i h.Esabne , are 42bl t to hh4?•a✓in 414 141inr4 ar eerie( tee d2121,2,t-J rretessary t+i T•is:li G1 st.> 164141 (s- I;dt.t:c,llal awmntsty to vr2.14 that %cal h done 1fe accetdgn>r w:th 1•172:3l or Ownas 2.2:2)1,2224 11i All siitlissaisniy pet:once: %Ns, br intlrtatied to lumish (riwll intao0411. '1 4 ci.vlrral14 as, ,0y be rlsr7hnl'd to perform *set u,sperVan, 1.r1p1 In1-s' �,hnn 1n11 a4i4ncral or watrr avid w4stie att-1 rnpro'r4tr*rst44 11 r4•t+a, tit Note, the Daanor 1nsprctor bluer H1ese 1,11141rr1r4r,t* infiselertvl *concrete Water and wa4t4A*4Err 14ct,rel *Kiant'ncn`,i mutt n^ l (2'r+134wd Ins rrgns tir.:t ul,tir(b OWIttt Rn•Nrla/el.l*.t14°et,3nder rode sif1hllpsi sail 4"c ara4101 mV11 be 14c00-'+rascn}, the WUtly tontr4e4oa than ba regt .-os to proyrdr and 2.4. of a:rl gat edger -steer wamif1 and eatery dry, sir: t;3 1 rasr•,1 trio 4nhru €r$ey mod htafeh on 414 1in•-r4 wn. r' ap •••:-21i 1,31 Per-", r4sm; sgtti Ard lt4rFled t.•'+� 1442thln4 rl t, rf ash-22y I1I413 • tar43 4,14,,4'4 of w39Lt sir tilt lot r444,dtct44k week 4744e 113 9' i >r,al 0g11)1^sty ai least. 74 Noses pndi t9 retdm4 the wairr rSoitiros 1C411a.2ti4n pone le wale= 146444 224 k hUyh2'4 Alt sn•^4u2,2 tad-, as oils to valve trues n1 ta3rtx. n 11,146lr, sph,sr bases err tern is rated lot H% 2u *fetid lord k*prink 2.71 ,••*F' leis-. 17 e*riR and srz,k , this tie PVC rise 4r,1 4*44 sit • !see' art, Cflnt•✓tn, to Ali".VA standard 1:4,.:41 (Islets 444l4 sin},S4.th b 51)11 pi IF Class IS,CS [i,.o. In rose wdr, N5T sit` RI, F'atrl tenet 11i Inch and great*, tries tit C203 hies, 4,1 il1all al a lninil U'l cosiC-rm tt• Ay114'A stat•dald C 965 031414 4dlt•anl with a 1.R^, of le. (+rss 15h, Idol 1n ipcot, with 11%f sec Ail rye',:! I.nen 1t,*, [+: t3t9i1iI1P, tt'Sif41 *rid riTiAr411 a -, t:rtednncs w+Hi RWV I, r1ar+dttds ant any adln,r-221102411..en ds-tr-,nnl t-,11nrs 4 41 +r+fvn elnxr,it 31 Fin-,ehlib** awl tares k't,mnile ba 42 inehs2..41 row,' 33 34 11 1r Wnt27-aalrt '21 kt k (r-r•:1'also shall be SON M 1"21 Ord I/'(a, Jcnrrd t F''13', • or d.4 ts,r. All h34R4Jr3 shah Os yacaur-tr3elIli sin*•rtr the n'x•^+hcor. taa:,`±t r.' r-n hydean:s os WY. -:'i thi,re' Norm tell oats t12,to be •ttnnoineri 1 st2Wllr*^.the, es et y21.1'14[ Ut Ise*, ed pill to UsCISSt:'L tOUGLSr4DN AND (014Fi`_T3 9f14Yltr1 Ls); l4Jr 1 ANt: et(12- 1544; t LAIC/1LS1;1P Te, 3 COFACUILr21ILJN, I1K LI1111, 8NC: 131L419L5Sti 1iv412 C2N 1Ht PLANS ARE ei mot,* Crif5, y14* Cp.=Tt-%AS THE UMW( CONTAAC1DA Molt IiCS4 A13III3T AN1 1,2.2 GRADE Us, 1GCRd4.JN IN *i'L 1If7D WITHTss1 4;*i 17LPficsSLO WPacltr1CLA1t1(s ki 14,0kf 141E (?CS1414-4WID CON(RACTDM 4N0 Ceof121'11A5t71,1 W4Tt1 Tr11 DES?041Bl1IWD cormu 10R'SL?er21llff4 f4'Tr1 it NO CON? ULT`4 APE A1'r/.hft1T. 17, Contact 1n♦ormabaal lot U411ty Owned • also eNv. Pvta-fa-ae -r, • A16T 4'3rr, • aura, t',rlgp i44 4m,1ity • p_ noµ G Ihrrr+4([rr}) a 4y418`24'n04 Pvlr+ 14pn 1,11 t001•11, lfrm t y1514 4 112» Yaarl: isdin 144191w=ta.n a Aar, .H44, r'=. Tor, P.22 a Dora. Von fi+4.n,r=nnle A44nit Reagan W.urr,n Ped1 :.rryl X-1,ne a Chia' F.'+hr01 ce4n4C CIUK* C110 tgiey ,ocan Mrrn'at', CK1T, V.:x1 .4kf 4-?rt par-.J1 Er Writhe, c ernes 5T 3a'1 1N111,11l Cta7ar0o Uav-d 41ene=y p,,rs1 T4044,111a Trail Wes'nnda•V tot dater • s.hand-. C4:4Wmnmta4•'n , • CtioraC*r..ke Cnerrr • spy eel As,ifard • (lily iif f si"osi • City "if f-t Woni1 • refit jt €Welt • 1202,:a,r1Clil • Non PJsrsar41' • 4Ilyn V.'.13ng1 • lras1Texfnopf • Tnt•rreiw-T<i'tPe+ • gorse Pipa4nt • t•:.. fbgli4C444441. i4ab4n9 • tc1r3{31 Comrnlrt^1,11'v4x • 14t4r 4:4i111t t2ar"°rely • ti • rtwt`,t F> fnm441441l}? 4* • 14e+,1 Crafimun+c&llenz • +r'a1414J Pitmpgp • lime Warnre Cab,. • TlF,1yClivc,'AI1thonty(Tli.'.t • OW eloccenafrf • Vr',7s ' tli snl4a • PIC* UAVIS: 4S!,'field 4?f • 11C2:1E4 HAU1EAtirli •4y • i A'rN R INA'drty lttiatnu • Pt4 54root 13,tyt1R,t'1;, • Phono,caoeXaat taaltna 4D+6 '(i4 214 :32-44134 1317 3,33_E701 €13 115.434 317-aVa-2 i(6 817-ftG ?PA 214• G9,10Et $17,1113EbL3 817 137.11144 S l 7.957.7;l In SI7- 3.r21tvt,5 51 7-39241trJ 917-lt4 7,2,1*:! 611 158 111311 Ali E34543T. 4117. A349431: 417 47? 64-:(1 1317 t114•;894 all 721.437d a17 846 7154 719 313l•r•l11 ate493 SIS2 214.114.024E 214 - as l-7 77t1 Ell 215a717 al)41551111 94D-491.15)U 472- 229-21St1 714 799910S, E 1-637-s452 2:4 376-141r EL 7 493-3106 972-435-19D? 971.-774 5179 F : 7-944-t14, 442.923 33120 Y t7-197474f 311•3971r38 trka9 a3r1s.l411• 4ef*f( ! 44 i-7144 111 Texas Ileociffixi-It of Trcr4Sporto1ion .r-north tarrant bluebonnet contractors, LLC Irnnfovinq mobility In Texnz NREIESE ICHOLS FORT WORTH irt1L TEXAS Uatt% ty Sun NTE GENERAL NOTES SHEE G•5 SEO. OS OF i8 TT%srl cis_ 41444(i M.,N•, r414Ea Ira, I o.+C Q4 at/till 1 rYir Lrr --_ rani, ' FT. WORiI* TARRANT F. afC•EL e.R OCt 1 nl['tlral IMO . (N. E. 1000 )so [ .I� P :1 T T 1 A1l UTILITY MST ALIATICNSMUST ML3:T THE TXi)C71 UTILITY ACCOMMODATION RUI ES ALL TRAI•FJC C04TR(X MUST BE IN ACCORDANCE WITH THE APPLICABLE. I1JitTI0NS OF IHF TEXAS MANUAL OF UNIFORM TRAFR-ICCXk4TWJ. GEVICCSI1XMUTCDI LANE CiCea xE+• of REWIRED) ARE iJNIY ALLOWED BETWEEN C100 MI AND 4 CO PM MONDAY THR0(JC.11 FRIDAY LANE C( WIRES AFL- NO1 Al LOWED IN INOBAENt WEATHER OTT tr THE PAVEMENT LS WET OR ILY PR1GR TO ANY 1RAFr-IC CONTROL SET UP. COITRACTOR MUST NOTIFY T%DOt AND OBTAIN MITI/ P AL t CCXJTTACTCYR MUST Cpt41ACT TXDOT MINIMIMi 4A HOURSR4t0R MANY WORK ACTIVITY IN THE XDOT WGHT-UF.WAY IRCNTJ Fiflo CREWS ARE NO1 ALLCNVED TO PARK THEM VEHICLES WITHIN THE Ix001 R0W Tx00T ROADS MUST BE KEPI t1EAN OF CONSIRJC1ICIN RELATED DINT AND TIML•S ANY CPC/4 EXL'AVATI0NBCR EQUIPMENT LETTT OJ•1ERARGHT NIA ARE, C1 O*11 THAN J17 t F rROAE THE EDGE OF THE PAVEMENT MUST BE TROTECTED BY CONCRETE TRAFFIC- BATIRERS (CTB,:, AND &.'L/RE11 WITH AIM FENCING E LTIVALENT pERFERAIANQE WATFJ1 FILLET) i4ARRIFTLS MAY HE USED IN LIEU (4 C1O1 CALM' WITIl PDJOR TXDOT ART/OVAL BARMEN AND BARRIER TRANS r ICJ 1c) 8F INSTA11 ED ACCOMC1tNP, TO TAPER POE., I cv • ALL EXISIItf&i AS144A1 1 AND CONCRETE DRIVEWAYS LOCATED WITHIN 1 XD? rr ROW 1,11157 BE BORED UNLES , FROTf,R1Y OWNER CiT(AN11 Prr}fi.HSST/ t TUlop CC* TRACTCY:TC;CIPENCUT I1IIOR 70 OPEN CUTTING A DRIVEWAY, CONTRACTOR MUST EU1 MIT TO IxOOl OWNER LETTER (RANTING PE$tMISICN SJCi4 A LETTY34 MUST CONTAIN (AVNER S NAME AND CONTACT INFoRMA1ICt! 1C) THAT TX00T MAY VERFY T+4ECONTENT • THE 00t41RACTOR iS REQUIRED TO RE4TWRE THE GRADE TO 11 $ Wf..CONSTRUCT ION 00*4DITIDN UNLESS DIRECTED 8Y THE DUET MR 19 CONTRACTOR LS CAU I !WED THAT CN4ECALL WILL NOT LOCATE TXOUT S Wally ONE} 1+IA1 OPERATE TRAFFIC SCNALS fLASFI.NG BEAc, NS CMT STREET 1.IGHIIN1J 11 1'S THE CONTRACTr.Yt S RESFV JSBILITY TO CONTACT TXDOT FOR LEXATIONS CF SUCH TACIT.ITIE$ IT ANY DA4.AGE .4OC.LIRS TO TXDOT S TACIT 111ES CONTRACTOR MUST CONTACT TXDOT IMMEDIATELY TOCOORDINATE REPAIR II CLNIRACIOR 1S REsEIC 4 11LE FOR ANY AND ALL DAIJAOE OR MISSING !.IONTOJENTu SONS. ('P4 RIG11-OF•WAY MARKERS NE4'All2 OF SCR FACILITIES MUST BE DONE IN A TIMF.1 MANNER MD IN ACCORDANCE WITH TxoOT STANDARDS 12 IF INSTAI.I ING NON-AICTALLIC FIFE A TRACER WIRE MIS( DE. (Y 4CUH:RENTLY INSTALLED. OR OTTER MEANS SHALL BE TRCNIDED DE TECTIOI4 RJRIXRiES 13 ExCASSMATERIAL SFRUbA ANY KIND CT EXCAVATION WALL LE REMOVED TR M.i Tx0En ;CAN AND THE ALB 9lE MUST (iE CLEANED U+' AS $ION AS POSS OLE To THE SATI FACTIC•N 0* i)007 COFTR/ACTOR :WAIL 1Nr0RM THE+R TORUS THAT ALL UTILITY %NEB ALL Al IONS AUTT4L-0I/E-11 BY IXti{)1 ARE SNILEC1 7O INSPECTION AND TESTING AS i.)AY FJE DFSMED NECESSARY BY TXDOT TO VERITY THAT WORK JS GONE IN ACCORDANCE WITH TXDOl REQUIREMENTS ALL SJFERVLEl0iiY TEVO►JNEL la-IALL ELL IHtt1RUC1EE4 TO FIIFLNI$4 Q)(II 1N1ORMATICIN AND C(40RERATION AS MAY BE REOLI/RTtJ IT.) F[RFORA EOJQ4 1N93ECTICJNS 15 NO CQI4STRUCTi(YN EQUIPMENT RELATIVE TO Die APPROVED (XYNSTRUCTIor tt4A14 BE ALLOWED ON THE ROADWAY 04 S10ULOER UNLESSSECTIICA1LY AUTHORIZED BY TXDOT ANY AND AL l IEUUFOPARY TRAFFIC CONTROL MUST BE R1E• AF 4 0VETT BY 1%1.101 9,1 UT' BY CC6iPF.TFNl PcfraWNE4. AND MUST BE IN ACCORDANCE WITH TMUTCO ANY TREES AND 4 ANO.. '.APE LOCATED ON 41')VATE PRDr£R'TY ARE CONSIDERED rRO:ECTED CONTRACTOR 1$ FTET3'r3Nb11JLE FOR ANY AND ALI. DAMAGE ID LANDtARE AND VEGETATION CN ORNATE F42CWERIY AND 9)ALL RECDPy THE GAMAC.E TO THE sArI;FAC:110/4OC 111E INVONEDPROTEStFY OWNER t7 AIL TREE 1RUNING. IF F1ECX11REE). 9-4AL1 BE DONE IN ACCORDANCE WITH ANS 7:0 STANDARDS CONTRACTOR SHALL TAKE ALL E0ECALI1IONA11Y MEASIRE1103'RF.VFNi THE %READ QFQAKWit T 11 36 r)i1.1'HAt CONSTRUCT NOTES CONTRACTOR LS RECi /MNED HY LAW TO tX)+TACT THE TEXAS ONE CALI A ?JINNII1.I Or .41 *3000, BEFORE ANY EXCAVATION CAN TAKE PLACE T.UNTOACTOR IS CAUTIC11ED THAT ONE -CALL LOCATES 4ITIl (TIES THAT SUELS<'.WBd: SO T+4 tR MIVTCE (X14 Y CXY4TRACTOR IS WIT.. WSBIF TO CONTACT NOTED MIL Ty STATE OF TEXAS DEPARTMENT OF TRANSPORTATION PR()VIDFRS IN DIE AREA DIRECTLY IF THEY ARE: '1 J' LIS1FIi AS R1-:FgNUINO TOONE-CALL ▪ CONTRACTOR MUST OBTAIN All LOCATES MO ( TO rstRucTioN VERIFY THE. LOCATION Dr° UNDERGROUND L111L111ES AT I EAST 10) LE 04 ADVAT,Y'E OF ALL PROPOSED UTIL ITT OROSSLNGS AND ALSO AT LOCATIONS WHER4 THE 144Ol'IOSED EACH I T I ES ARE DEPICTED TO RUN PARAL LEI, TO AND WITHIN EXISTING FACILITIES • EXISTING UTILITY LOOM IONS 9TC1•YN ON Pt ANS ARE BASED ON SUE AND RECORD INr-04 .'ATION, AND MAY BE NEITHER ACCURATE NOR COMPLETE CONTRACTOR 45 REFnN98LE TO 1;IYSCALLY VERIFY ALL EXISTING UTILITY LOCATIONS AND OTHER OBSTRUCTIONS IN PROPOSED UTILITIES PATH INCLUDING BUT NOT LtMI1ED 10 1NGSE UTILITIES THAT RUN PARA%IEL TO THE PFY3PDS CI UTILITY ASS CNN ENT 11 F C1Fl�1R TcO OVEEI.4 1 TS INCLUDING HU NOT L OM ►0 I)IS11NN° UTIt.I1LES PAVEMENT ROAD, OM AND GLITTER STDEWAL4l. AND GRADE n INSTALLATION MUSi MEET 1X001 UTILITY ALOLATMOOATION FTUI ES WARE AS WELL AS 8E 1N ACCORDANCE AN TH OIL I 1 Y UVAIER STANDARDS Mf:-11100S AND FRAC11Cb5 f ALL I.ASOR TO BE PERFORMED IN ACCORDANCE WITH ALL AIP4,ICADtF AND (ATEST O,SNA STANDARDS 1 41 0DINQ BUT Nut LIMITED TO TRENCH SAFETY • CONTRACTOR STALL DACE UTILITY, BOTH HONILUNIALLY AN!) VERTICALLY AS S'ECINED ANY FROpOSED REID CHANGES MLIST BE AFIR0'JED BY THE ENGIN3( 1Xp01, AND 15 UEBCNN11 COI TRACTORSEFK0R TO MAKING SUCH CHANCE 9 CONT1IAGTOR IS SPECIFICALLY CAUIIOifd) THAT VERTICAL ALIC+NMEN1 HAS BEEN DERGNE0 TO MEET DIE LIAR FCLLCM'IN(2 HIGHWAY CONSi0UCTION TIRADE ADJUSTMENTS 1T IS THE CXNIRAr,100S RE.L2Y.Y49BILITY TO rjACE THE TRI.p-1J411 UTILITY AT OR BELCAY 'aFECIFIE0 ELEVATION BEFORE THE CONTRACTOR ELECTS TO INSTALL UTILITY BELOW *1 C7F1ED ELEVATION. HE SRUULt) ENSURE THAT THERE ARE NOOBSTRUCTIONS TODOING i) INCLUDING BUTNC)1 IIMI1FU 10 OTHER UTILITY (WOON1,5 CONTRACTOR 9+DULI) CONTACT THE ENGINEER FOR ANY NECESSARY I;J ARt41CAT10NS 46 CONTRACTOR MUST EXF_ROM EXTREME CAUTION AND MUST PROTECT ALL EX15T1NG UIJDERGR01ND UTILITIES WHEN WORKING IN THEIR VICINITY COORDINATE 7EMFIIRARY S.1F4Y)RT AND Ri1O141011 aN OF FASTING UTILITIES DIRF.CT1Y WITH AFFi:CTEt)1111( ITY I RSUNNE1 IT FRIQR TO CROSSING EXISTING FlFELINES CONTRACTOR MUST C,O0TAC1 AT -PROPITIATE FTlYLLNE 11+9'E R:ft ALT U DER 7UNO UTILITY CR0SSNt4S, Mi.41T 8k A(;C(Y.1+'.ISIE1) WITH A MINIMUM OF IT CLEARANCE. +,1CASJRED MOM T111 EDGE OF THE INVOLVED Utll It1ES 44 CONTRACTOR MUST PROTECT ALL OVERHEAD PLANTS WHEN WORKING IN ITS VICINITY CONTRACTOR MUS"1. C11Y4RV WITH RELATED IJVFSUIEAO UTILITY OWN42 S TDLtCY ON RILE 9JTTORYITIO 1A CONTRACTOR IN RESMNS40LE FOR ANY AND ALL DAMAGE NFSUL TING TRW H)SME1HDD IN C0ND1411NG WORK 41 TRENCH SACO-ILL MUST BE COMPACTED 10 COIMTtY WITH 1 ..1.101 STANDARD SPECJFLCA1ION ITEM 10) ANY AND ALL SETTLEMENT or EROSIrN4 SHALL BE REFA!RED By lHI- CONTRACIGRUNTtI FIAT 5TAD(I ITY ISACIIIEVF..E1 +C WHEN 5TRJNGI1Jp CASINO. OUT9DE OF THE 14M115 ITF CONSTRIJITY TO CONTACTAFF CTHE TION. IT IECiEP li4O4T<RTY CM?NERSs DIE CONTRACTOR S YAND ILOBTAIN 14t`iR PE11MI OON PRIOR TO UTILIZING THEIR 1TIOPER1Y FOR b"1H1NG+NG CA9NU OR FOR ANY OTHER CONSTRUCTION act ATED ACTIVITY It C0NTRACTOTT IS RESF)N98LF FOR SEEKING AN ARRORIIATE STAGING AREA , AND OBTAINING ANY NECESSARY AC,RTtMENTS ASf t)R PERT/ITS REL EVANT 101T ANY AND ALL MARAUD AND,OR MATERIAL LEFT IN THE TXDOT ROW OVERNIGHT MUST BE SECURED AND F440TECTED 4N AC,COF(4)ANCE WITH TXDOT STANDARDS th 4XXITRACTCI4 WHOA AVOID MANEUVERING MACHINERY AND EC/JI-MEW ON OWED SURFACES !F 4T BECUMESNECESSARY. CCN4IRAGTC1-( 544 .L1 TAKE NECESSARY MEASURES TO ENSURE tt1) DA1.1.AEE OCCURS TO THE: PAVEMENT CONTRACTOR 15 11E:iCX4981 E TO REPAIR ANY DAMAGE HE CAUSES TO 131E SA11fFACIION OF TXOOT t0 CONTRACTOR 9441.L OPEN ONLY A5Mir + tREN(J4AsNE CAN BA/Attu DAILY IN ACCORDANCE WITH TRENCH SACK4ILL :F4C)OCAUONS (X)N1IRACICXI SHALL NOT LEAVE ANY' TRENT I CJFF34 0VERFJI4 4T it IT BSCC>tiIES NECESSARY tt) LEAVE -TRENCH 44}H OVENNJGNI IT SHOW D BE RIOTECTED 15'J71t GTEHOR AIITT4CNED EOINVAL ENi F1 CONTRACTOR :HMI KEEP AL.I APFt'CABLE AND NECESSARY 4CR.iITS ON STE AND BE READY TO 1440(XICe 11t5M Al it+f RI DUI 41 C1c AFF 4,7.0AIArT AUT/4OR'.TIF+ 7) FOR T7 AIANISCX1-_-S ABANDONMENT ;-ALL CONSST C-f 13ACKF4ILING VCADS WITH SAND CJ1 OTHER UAIT ARRIKNt_o MATERIAL ACCORDANCE wITHTXDOT SRC:IDCA1ICMJS FOR T2 1!ANI4CtLES A1AhoONMF,N1 9tAll C,CN19C1 CIF HEAACYVAI OF IAA14t* 4E NECK SECTION AND LID ANU 11ACKFILLINO A4ATTMA.E WIT++ 55A4i1) C1R LYf4ER MAN AF ()VE.D MATERIAL ©ACK1LLING TO ORIGINAL CRACTE 94AL1 BE IN ACCORDANCE WITH 1)(001 SF}CyF1C'ATIp3$ AIANIRTI,E5 MAY NOT BE ABANDONED UNDER PROICjxTD PAV LM 1104 t 44143 14 HAI+UHCIA ABA0.00NA1EN1 91AU L'.ON93T LY REMOVAL OF LID OF I4ANDH0LE, AND 4A4KHLL)N0 WITH SAND rAI 01HER LIAR A14'ROVTS) MATERIAL 8(CKF)LLING TO ORIGINAL GRADE SHALL BE iN ACCORDANCE WITH TXDOT ScCA1ICATH)NS 22 COUTWICTOFi45CAU1C*EDTHAT41RE(;11CJNAL ITORE4{.414111 INDICATED O)+1 PLANS ACCOUNT FUR THE HGRI2ONfAL LENGTH Ci THE ROTE ONE. V ADDITIONAL LTIG1IT OF (r-44-- NECESSARY TOR151 AND FALL VERTICALLY 15CONS DEHED INC/DENIAL IT 15 THE E0*1RACTCMI S 04.9- k►9BI14TV TO AD.4JST THE 804 LENGTH ACCORDINGLY ENYIRUN1,11.NTAL NOTES 1 CON1RACTCXI MUST C(Y4Fi,X4b1 10 Sl UE4QNNET OONI 4ACTCA42 FNJIRCNM(3JTAL PERMIT, ISA.1E5 AND COMMITMENT 4LP1C1 94EE(SAND A1RTOV14) CXMAFRFHENSIVr- ENVIRONMENTAL PROTECTION R.ANS FOR ENVI044IMENIAL F1(0TECT)l' N 1NFC)RMATtes: 2 TKE PROTECTICSI 45 ONLY NECESSARY TO 051141F otolforIONEY TREES ONPRIVAiEFROFERTY 1 CONTTIACTUR SHALL NOT 0441 lSE 01-' 9,tR 1.US LACAVAT4D AIAI1RIAL 1'+11HCJU1 NOTIFYING BLUEBONNET 4XNTRACTCFtS WITHIN 481KA11250:6CYL DISTIC)f.AL 4 All TEMPORARY ERCi444(44 CONTROL M1J4,04CS 94AtL BE IN PLACE TRIM TO START OF 00 111i1GT4ON, AND MOST BE INSTAL 141 I IN ACCORDANCE W)Tl4 IAANUFACTUI15R5 9ECI FICA T IOI*3 5 TEMPORARY EROSION 4:0M1R(.t. Mr:As/RES STALL. 8E INSTALLED 4-59NRi DE5I MANAGEMENT P17ACT))*1) AND IN A MANNER TO PREVENT CONSTRUCTION REI ATE11 ISTUAIENT 10 FLOW DOWNSTREAM I Nip WAT€RIiWAY S 6 1LMPORARY 1R09CN CONTROLS SHALL ELF INSECT ED AND MAINTAINED S1C14 TOIN9JRC THEIR INTENDED MATC :MANCE 1 ALL 11041E FITS MUST HE PROTECTED W17►+ SIT FENCING ON THE DOWN `11L CJ4£ SIDE TO PREVENT BORIN0MU() IIUN0F1 8 ANY BONING MUD DISCHARIA MUST BE PJiOMI'lty CONTAINED AND CLEANED 1)P A$ G71DN AS 1RACTICAL, 3Lt1 NOT LATE. THAN COMTT. ETJ0N or DIE REI EVANT PURE OPERATION 4 CONTRACTOR ;91ALL. HAVE A VAC4JUAI -meg AVAILABLE AR:AIN() PORE FCC>g A 1 Alt TWEE TO HELP CONTAIN ANY MUD GILLSI91Y.W1LY 10 GRATH RESTORATION STALL FOLLOW ACTIVE CONSTRUCTION AND 94AL4. NOT LAG BEHIND AG1)VF C0NETRLI4TJUN MORE 1+IAN 48 HOUFVR 1) NDFERMANETI1 ERC?900 CONTROL: *ALL PE IMPLEMENTED AS CART CM• THIS Ft2I1ECT WITHIN THE 11M415 Qt. 1Ht CONSTRUCTION (LOCI Or THE NORTH TARRANT EXPRESS4NTLI HDNEV ER. WHERE CONSTRUCTION IS To LAKE F1 ACT. C7N1f,FTT# OF LOC OT 1HE N14 All 41-7114CJ49LE P.ESTORATI0 4 INCLUDING RE VEGETATION L19NG TXDOT STANDAR:OS.91AI% A+rt+, Y 17 BORING 11U0 MUST BE DI IPO%T) AT A LOCATION AFFROV BY TITE+1101E-CT, AND THE. A1KT10Fi+1IATE fA7JERNINGAlIDMR1TY TRAFFIC CONTROL. NOTES I ALL iT4AFFIG GCAllfi'4K. 5c1 1)0-, MOST BF IN ACCORDANCE W1141 DIE APPLICABLE SECT4CJN OF TAUJTGD ALL 'I ANE CNO9JRES A1UST SEFr41.A0111*VED H)• TXDOT 7 REFER 10TRAFFIC CONTROL OE. TAILSTS4_lV)0ED Ct)NTRAC, ON IS URDfi) TO CONTACT THE ENG*NE4R FOR ANY NECESSARY CLARIFICATION T WHEN SE,TTiNG UP T1A1T1C 4()N134415 ON ROADS OTHER THAN TXDOT APPLICABLE 4i5MITS MUST BE OBTAINER TULA; THE Ar4R0P6IATE GOVERNING AUTHORITY CONTACT ENGINEER 1-00 ANY QUESTIONS 4 NO TAR TT1C CON TKK ('ANGESET UI'ININCXEMT:tit VA A I ofoi 5 _i Alf J �rAln uorTl�w 1tt w1 : /4::: EtirtV- Asap 1. MG. TrIAS 4441Kluit0 tAtaarmic r*MT r'7)44 Tl)xos DEROTTTIVIt pT TrlxosooriGilerl afar north tarrant bluebonnet contractors, LLC Improvir.g4T)cuiti1yh TeuLT. 1111111FREESE NICHOLS FORT WORTH TXDOT GENERAL NOTES SHEET G•6 SEG. 06 OF 18 !WA teat 01710 ' n.: CA1T suit --"TritTlict TEXAS 4.1. RCA IH IT airtmaritr tut NO Cri1.1(0-5 )H/7t/7P11 441+4! T 1ARRANT •11C-+a• r•] N.E, LOOP 620 ra GENERAL NOTES LOCATION OF EXISTING UIILIDES SHOWN ARE APPROXIMATE, CONTRACTOR S°1ALL FIELD VERIFY HORIZONTAL AND VERTICAL LOCATIONS ANO OWNERSHIP Or ALL EXISTING UTILITIES PRIOR TO ANY CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL EXISTING UTILITY COMPANIES OR OWNERS A MINIMUM OF FORTY-EIGHT (48) HOURS BEFORE PERFORMING ANY WORK IN TH'S ARIA CONTRACTOR WILT COORDINATE CONSTRUCTION ACiRATIES WITH OTHER UTILITIES THAT ARE BEING RELOCATED, THE U1iLITY COMPARES PHONE NUMBERS KNOWN TO DT_ ON SITE ARE AS FOLLOWS: EmLJTT COMPANY CONTACT RHONE NO CITY or FORT WORTH CiTY OF FORT WORTH AUTOS ENERGY AT&T ONCOR TIME. WARNER CHARTER COMMUNECAT)ONS EXPEDIUS COMMUNICAT+DNS ARCO GASOLINE SINCLAIR OIL CITGO GAS VERIZON WIRELESS DiG TESS (FIBER OPTtC$) WATER DCPT, PEED OPERATIONS TRANSPORTATION & PUBLIC WORKS KEL1H KEAIING GARY TILORY ROBERT ATMORE C.J. BRANDS KEL1.Y BADMEN '817 817 817 617 817 214 81.7 817 871-8296 392-8100 303-2914 338-6202 215-6669 370-•5417 SOS-6272, ExT, 538-8534 1-800-327-2726 (660) 542-0208 (817) 355-4014 (972) 578-3345 T-BOO-344-837T 2. THE CONTRACTOR SHALL NOT OPERATE WATER MAIN vALVtS, THE CONTRACTOR SHALL COORDINATE WITH THE CITY OF FORT WORTH 2 FULL BUSINESS DAYS PRIOR TO CONSTRUCTION TO OPERATE VALVES. 3, IT IS THE CONTRACTORS RESPONSIBILITY '0 MNNTA%N NEAT AND ACCURATE PLANS OF RECORD 4 THE CONTRACTOR tS RESPONSIBLE FOR MAINTAINING AOE0UATE SITE DRA ACE THROUGHOUT THE DURATION Or THIS PROJECT. 5 THE CONTRACTOR IS RESPON516LE FOR OBTAINING ALL NECESSARY PERMITS AND APPROVALS BEFORE CONSTRUCTION BEGINS. 6. PRIOR TO EXCAVATION FOR NEW PIPING. THE CONTRACTOR SHALL HE RESPONSE°LE FOR VERIFYING THE LOCATION 01 ALL Exi5TING PIPING AND UTILITIES IN THE CONSTRUCTION AREA(S). CONTRACTOR SHALL SUPPORT EXISTING UTILITIES AS REQUIRED FOR CONSTRUCTION OF NEW ITEMS AND REINSTALL THEM AS RECUIREQ AT NO ADDITiONAL COST TO THE OWNER 7. THE CONTRACTOR SHALL NOT PLACE FILL OR WASTE AAATEFIAI, ON ANY PRIVATE PROPERTY WITHOUT PRIOR WRITTEN PERMISSION FROM THE PROPERTY OWNER AND PROVIDE DEVELOPER WITH A COPY. NO EXCESS EXCAVATED MATERIAL SHALL BE DEPOSITED IN LOW AREAS OR ALONG NATURAL DRAINAGE WAYS THAT WILL RTSTRTCT THE NATURAL FLOW OF WATER. iF THE. CONTRACTOR PLACES EXCAVATED MATERIAL 1N LOW AREAS THAT WILL CAUSE FLOOD DAMAGE. HE WILL BE RESPONSIBLE FOR ALL DAMAGE RESULTING FROM SUCH FRI1- AND HE SHALL REMOVE THE FILL AT HIS EXPENSE. 8. ALL STREETS WTTMIN THE SCOPE OF THE CONTRACT SHALL BE KEPT ACCESSIBLE TO TIRE TRUCKS, AMBULANCES AND OTHER EMERGENCY VEHICLES, AT ALL TIMES. 9. THE CONTRACTOR SHALL MAINTAIN SUi7ASLE ACCESS Or A PASSENGER CAR TO PRIVATE PROPERTY OWNERS, THE ENGINEER AND THE CITY Or FORT WORTH Al ALL TIMES DURING CONSTRUCTION, TO. WHERE GRASS 15 REMOVED FOR INSTALLATION OF PIPELINE. OR OTHER .MPROVEMENTS REOUIRED BY 1N15 PROJECT, CONTRACTOR SHALL REPLACE GRASS SUCH THAT THE GRASS THAT WAS PRESENT TN PRE CONSTRUCTION CONDITIONS iS REPLACED AND/OR RESTORED, WITH 114E SAME TYPE GRASS, TO ITS CONDITION IN AS C00D OR BETTER CONDITION T14AN PRIOR TO CONSTRUCTION. GRASS REPLACEMENT SHALT BF SODDING IN PRIVATE PROPERTY ANO HYDR0MULCH SEEDING IN OTHER AREAS, UNLESS DIRECTED OTHERWISE BY DEVELOPER. 11. THE CONTRACTOR SHAH. AVOID DAMAGING MY EXISTING WATER SPRINKLER SYSTEM THAT MAY BE IN THE CONSTRUCTION AREA AND WILL BE RESPONSIBLE FOR ITTPAIRS 10 ANY HEADS OR LINES DAMAGED, REPLACEMENT. AS NECESSARY, SHALT BE Ai LIKE OR BETTER MATERIAL AND INSTALLED HY A LICENSED IRRIGATOR, AT THE CONTRACTORS EXPENSE 0&VAGED SPRINKLERS SHALL BE' REPLACED THE SAME. iMY ToEY ARE DAMAGED, TO THE SATISFACTION OF THE CITY,. DEVELOPER AND OWNER. TRE CONTRACTOR SHALL REMOVE ALL FENCES. LOCATED WITHIN EASEMENTS, INTERFERING WiOH CONSTWGIFON OPERATION AND PROVIDE TEMPORARY FENCING DURING CONSTRUCTION REMOVE0 FENCES SHALL BE REPLACED WiTH A NEW FENCE OF EQUAL 0R BETTER QUALITY OR UNDAMAGED ORIGINAL FENCING TO MATCH THE EXISTING CONDITION OF THE FENCE, ALL AFFECTED PROPERTY OWNERS SHALL BE NOTIFIED TWO WEEKS PRIOR TO CONSTRUCTION, REMOVAL AND REPLACEMENT 9r EXISTING AND TEMPORARY FENCES SHALL BE CONS-DERED $uBSIDIARY TO THE PROJECT COST. 13. ALL DRIVEWAYS, m1ICH SHALL BE SAW CUT. SHALL HAVE ACCESS PROVIDED AT ALL TIMES. CLOSURES, PARTING OF FULL SHALL BE COORDINATED MnTH PROPERTY OWNER, 14 THE CONTRACTOR SHALL DISTRIBUTE LETTERS TO ALL AFFECTED PROPERTY OWNERS PRIOR TO BEGINNING WORK ON EACH PROPERTY, THIS LETTER SHALL INCLUDE NAMES AND TELEPHONE NUMBERS Oc" CONTRACTOR CONTACTS. A DESCRIPTION OF WORK TO 8£ DONE, AND THE TIME' THANE FOR DOING THE WORK THE CONTRACTOR SMALL NOTIFY RESIDENTS 5 BUSINESS DAYS IN AtYVANCE Or PERFORMING ANY WORK ON PRIVATE PROPERTY. DISTRIBUTION OF LETTERS SHALL BE CONSILTEki:D AN INCIDENTAL COST TO PROJECT, fa. THE CONTRACTOR SHALL DVD ALL POTENTIALLY IMPACTED PRIVATE PI'IOPI'RTY AREAS PRIOR TO WORK. VIDEOS SHALL INCLUDE DATE NOTATION AND AUDIO IDEN11rlCAT1ON OF PROPERTY AOORESS AND WA/LATERAL NAM:., T►l15 PRE,-CONSTRt1CTKIN DV•) OF IMPACTED PROPERTIES SHALT 11T CONSIDERED SUBSIDIARY WORK AND SUBMIITEO TO TILE CITY PRIOR TO CONSTRUCTION. IE. PI'S ANO VPI'S ARE SHOWN IN THE PLANS FOR ALINEMENT PURPOSES. CONTRACTOR SHALL USE STANDARD FITTINGS SHOWN ON THE PLAN AND DEFLECTED PIPE JOINTS. NO GREATER THAN 75R Or THE MANUFACTURERS RECOMMENDATIONS, TO ACHIEVE. THE ALIGNMENT SHOWN IN THE PLANS, 17, THE CONTRACTOR SHALL DISINFECT THE NEW WATER MAINS IN ACCORDANCE WITH AWYiA STANDARD C651 AND THEN FLUSH AND SAMPLE, AND PROVIDE A HARD COPY OF TEST RESULTS PROP TO TESTING THE LINES BEFORE BE+NG PLACED INTO SERVICE, SAMPLES SHALL BE COLLECTED FOR MICROBIOLOGICAL ANALYSIS TO CHECK THE ErFECTiv1NE55 OF THE DISINFECTION PROCEDURE WHICH SHALL BE REPEATED It CONTAMINATION PERSISTS. A MI1iuum OF ONE SAMPLE FOR EACI4 1,0DD FEET OF COMPLETED WATER LINE WILL BE REQUIRED OR AT THE NEXT AVAILABLE SAMPLING POINT BEYOND 1,00D FEET A5 DESIGNATED BY DIE DESIGN ENGINEER. TEST MuST BE APPROVED BY THE CITY OF FORT WORTH BEFORE THE WATER LINE CAN BE PUT IN SERYiCE. CONTRACTOR TO DCCHLORINATE WATER USED FOR FLUSHING NEW WATER LINE TO 0.1 /1.G/L CHLORINE PRIOR TO DISCHARGE TO STORM GRAIN. Its, ALL NEWLY INSTALLED WATER PIPES MD RELATED PRODUCTS MUST CONFORM TO MALRIGAN NATIONAL STANDARDS INSTITUTE/NA110NX. SAN'TATiO'N FOUNDATION (ANSI/NSF) STANDARD 61 AND MOST BE CERTIFIED EN An ORGANIZATION ACCREDITED BY ANSI TR THE CONTRACTOR STRAIT NOT PLACE THE WATER PIPE IN WATER OR WHERE IT CAN BE 6L000ED WITH WATER OR SEWAGE DURING ITS STORAGE OR INSTALLATION 12, GENERAL NOTES CONT.; 20 THE CITY HAS THE FIRST R.GHT OF REFUSAL ON ALL SALVAGE 0A1ER1ALS FROM THE PROJECT. THOSE THE CITY WISHES TO KEEP SHALL BE DELIVERED TO THE SERVICE CENTER ARO THOSE THE CM DOES NOT WANT SHALL BE DISPOSED OF BY THE CONTRACTOR AT HIS EXPENSE. PROVIDE TRANSMIiTAL ON ALL DELIVERIES, 71 BLOCKING 15 NOT SHOWN FOR CLARITY BUT 15 REOUIRED FOR ALL BENDS, TEES, PLUGS 0R OTHER FITTINGS. 22. BASELINE (BL) STATIONING IS THE UTILITY BASE LINE. 23 WATER LINE MARKERS SHALL OE SUETSIIYARY TO THE UNIT C051 OT PIPE, 24. ALL A8NIDQNEO LINES CAPPED OR PLUGGED NOTE. ON AS -WILTS 25. TELEPHONE LINES, ELECTRIC LINES, GAS LINES (UNDERGROUND OR ABOVE GROUND) GU1 UR DAMAGED 8Y CONTRACTOR SHALL Elf REPAIRED ANl RESTORED AT NO ADDITIONAL.COST TO CANER. 3363 26 CONTACT UTILITY moot 01A1ELY IT cur OR DAMAGEO, SERVICE MUST BE RESTORED IMMEDIATELY TO EU0AINATE DISRUPTION OF SERVICE CNER THE WEEKEND, CONTRACTOR SHALL OBTAIN EAAERGENCY 24 HOUR UTILITY CONTACTS AND HAVE AVNIABLE SH0U1.0 THIS *SUE ARISE. 27. REPLACE OR RE510RE AIL EXISTING UTILITY MARKERS AND ROADWAY SIGNS. 2B. NO MUD PERMITTED ON ROADWAYS, PARKING TOTS, AND DRIVEWAYS. 29. COVER OPEN TREN4:HE5 IN ROADWAY AT ENO 0' WORK SHIFT WITH STEEL PLATES 70 PREVENT PUBLIC (PEDESTRIAN) FROM FALLING INTO EXCAVATIONS. 3D WHEN WORK IS COMP1ETE, ALL PIPE, FITTINGS, SO.LS, TOOLS, INCIDENTAL MATERIALS, RUE14}ISH MUST SE REMOVED. THE STREET MUST BE POWER °ROOMED. SIDEWALKS, DRIVEWAYS MUST BE CLEANED AND CLEARED Or EXOAVATED PAVEMENT AND SOILS }z OF WAY ROM ALL 7:00 AM To 9.D0 ALA STREET Or FORT WOTH 6:00 PMRUNLE5S1APPROVED SHALL 4 PT:N T 32. WATER O+SCIIAUGE WHILE DRAINING. TESTING, OR DISINFECTING PIPELINES SHALL DE DONE IN ACCORDANCE WITH TCEO GENERAL PERMIT N0. TX670000. ��[t61*4t* .�. : sfjoaC 'I(L AID'. AK 1[4 dv:. 411*1 PLPSI£Pre [MGtVEtI1M; (*w :-2te1 p.o18 3 Texas Depa-ttm t of Trcl porloli 1 dar north tarrant expos bluebonnet contractors, LLC TmP/OVitlg m0billty 1/11eAa' �RCMOEESE NILS FORT WORTH F N. BEACH ST. GENERAL NOTES SHEET G-7 511, 07 OF 18 11000Cu Cvr lrr •;,ar ,t-,9C: ��, _4°1 -Oaf 4011 atfr�rrr j r:°tiw1, T. NORTH T11111'7 1 S[flrJKD �. CMCICU 4' 1 '•Il:..itA:-Ts"— t MO �s N. E. LOOP B20 ■ FORT WORTH WATER GENERA1 NOTES 4 S T)TI COUJf A4TDR 1.HAti KEEP Al FEAST ONE TAM OF MUTE OPEN AT AU TIMES 1XJR1tTI" LONSTRUCTION. 6. ITOIh7CTNTAI9l000sCrFOft WATER IDSETASBEEN OMITTED rot: OARITY.ti VuufiOXX4/6SEW.1BE CONSTRUCTED IN ACCORDANCE WITH WTRXT78. SUTTON E 1 20 AND E7-70 Or 71tt 'GENERAL CONTRACT DOCUMENTS AND SPEO%ICAT ION FOR WATER DEPARTMENT PROJECTS 7 TRLiATAS WHICH t%t OUT}TOE EXISTING PAVEMENTS SHALL LTC EIAU(FDLFD APCIVE THE TOP OT 111E ENE1ELATEN1 vow Tyre "C' 11tWU1 MATERIAL µERN TYPE "(- BKKFIIL MATERIAL 6 NOT SUITABLE AND AT THE DIREC11DJN Of iFTt ENGINEER, INK '8' MA1ElUAL SHAH RI USED ALI BACXEKI. MATUR1A1 9 1U 8E COMPACITD TO A M{MMtIM OF g5!s PROCTOR DENSITY TT/ MEANS OF TAMPING ONLY T11fN(HES, WHICH CROSS UNDER 03STING PAVEMENT, SLLIUI RE TWEED IED PER WIR-02.9 ANE COMPACTED TD 95+ OF S(AVIA ) ifICKTOR DENSITY AT A MOISTURE t:CNTTNT C+T a' iti .49. Ek 0PUM A4TARYSTEERECONTENT 1. WATER SY 1EMs HAVE BEEN 1)E9,GNECI TN ArtoRYNCE 1V11H TNT 'i'OUCY AT,rI PTTfTCEDUK FOE PROCESSNG WATER AND SEWER DESY,N" DAME APRIL 1999, W4E4 THE IAItST RtVIS>OHS, A! STAbt&ITO 8YDTFcnvOTTENTWt)DTHWATER UEPAn ;MINT TOR WATER ATAJSPAY HPRplK7S 2. APP JCAIILE DESir ANUEYEmLSML4L1 ((YtFC).1 T0PART F OF THE GENERAL CONTACT DOCUMENTS AND SPECIPCATKINS FOR WATER DEPARTMENT PROJECTS AND/aR ANY QIR4f NI UIlu,TES or THEM_ 3. EXISTING UTILITY DATA I5 PROVIDED FOR INEORMAtK)N ONLY. ALTHOUGH THIS DATA IS SHOWN A` ACCrIR/+TEIY AS POSSIBLE THE CONTRACTOR 6 CACFTpNEU 'DOT Tl4 OE/ AND TIf ENGINEER EFTTH(T ASSERAFANOR OPT I{SANY P.FSPO SIBIUrV/OR iI ACCURACY OF THIS DATA IML (ONfg4.CiOR IS t0 VLRITY LOCATION AND ELEVATION OF EXISTING UIIVhiS PRIOR TC cONsTRlxTXStr 8 70POfWATERHMSSiAILHEAMINMLMlOF3tE'i;ELD'.WR7F'(FCURA£XCfPIWHERE.SHOWN 0 DIlR WISE IN THESE Pt AN% 9 VALVESSIJAII HI JEMMIED WHERE DESIGNATED CHITHESE PLANS ELT, FIRE HYDRAN155HAIL BE AARNIMUM OF S'.tF JEII.N O THE FACE OF CURB AND IN LINE %ITT! PROPERTY/LOT I INES FXT:E17 WI*R1E SHOWN OTHERtti`rSE N4 THESE PLAN TT • INSERT TA EANING P14 IN WATER MAIN WERE Q'RECTETD 'CLEAN.% PEG SHAH 8E PERNIDED BY CONTRACTOR. 17,Ins1AIL (HiORINATIONAND SAMPLING PC7,NTSATDESTGNA1EDtCIeAi;r PER WrR-11OrTHE 'GENERA) CONTRACT.DOCLEMENT$ AND SPECIEKATLQt.6FOR WATER DEPARTMENT PROTECTS" 13. CORte0RAT 10N S1 ORS SHALL iJE TESTED FOR FULL FLOW WHEN YIN SYSTEM LS PRESSURE TESTED 14. CONTRACTOR ISRESPONSIBLE FOR ALL TRENCH SAICTY THT (COO RAI,TCX4SHIFT LCONSTRUCT' THE PROrl3SED WORR U1)1121NG A TROCH tiW E IY TKAN ARE AARE D EIY A PROF TSSKINAi. tNGINEEA FOR 1i1C preircr.A'FRENCH SAFi,1VPtANSHAII BE SUD.194FED/IT FTIE 4F8E{ONsfeutm049MFF3UiG 15, ALL WATER IWESCtTO5SING BELOW STORM SEWER E 494» S4411 OF D1JCt4E IRON PIPE UNLESS NOTED OTIONVESE Et. ALI WATER SERVICrf SHALT BE 1N TAILEAOVER 51010.,E SEWERS. EXCEPT WHERE SHOWN OTHERWISE IJ.FIEVATIO4 ADJUSTMENT Al CCh4NEC114N4 MA* BE MADE WiTH RENDS, OfFS71S, 0R ,RANT DEFLECTIONS 1101NT D£FLECT)ONS NOT TO EXCEED MANUFACTURE'S RECOMMENDATIONS OR AS DEF MEO APPROPRIATE ETY IF# E %IKERT. I8. Alt I,049.4 m4)ARC)BENDSSMALL BE MADE IN US44IG THE CLOSES! StANDARDh11FIT 1NGSOR FITTING' WITH Nit REQUIRED JOINT DEFLECTIONS (DU TECTnoN NOT TO EXCEED THE MANUFACTURER R7COMN.TETN)EDl*Fl FCTION PEN X)NI) 19.Au Exl5Dtir, 3/4-IMIH WATER SERVILE LINES SHAH BE RIPIACED Wittl 1.ItrCH TYPE A COFFEE SERVICE Ems, WITH 1 INCH CORPORATION STOPS AND IF REQUIRED 1 1NOF TAP P 4G SADDLE AND 1 WCNx3/4I't!HREtx-'CERA1THE 1/4INCH TEAR S104. DIRECTED PYTHE 11401NTER 70, Au (my qr., WATER Mi itRS 5111I1 BE RELOCATED t' BEHIND CURB OR AS DIRECTED BY THE ENGINEER 21. EXISTING UrbfTY CROSSING WPM ON 1PCEIIL ARE FROM RETER1Fkf TITANS AND FR01.i1MORMAIICM, OBTAINED FROM Da (Mtn COMPANIES IT SHALL RE THE COWTRACIORS RTSPONSilhi it TO Eat ID VERIFY flit' It0RIt04(Al AND VERTICAL IOCAT4()'ISOI' THE EXISTING Ut1LT(1E5 ?2. THE CONTRACTOR SHALT INSEAM A?" IEMPOIIARY WATERSERVICE MAIN 23, THE CONTRACTOR PERSANNt4 SHAH WEAR !OF N11FYANGaotH IG DR HA15 At Au. TIMES THE E NITRACTORSEtAMIAISOII,AvTIDENTIFICATIONONAlt VEHICLES CONSTRUCTION ACTIVITIES WATT BE LIMITED 10 THE HOURS OF l.Tx) AM 10 1' 0 PM FALLS! OTHERWISE APPROVED OR DIRECTED 14Y T11E ENGINEER N 711E CASE Cf ARTERIAL STREETS, 940 AN A404i)OPM ONLY 75,(CENTRAL-TOR R RESPONSIRLF FOR 814949IMNING WATER C'LINNECIIOKE. 1U Ail stows A? BUsihtsSES IN WORKING D4OIR AT All TIMES EXCEPT FOR BRIEF PRC.10141Eo INTERRUPTIONS IA WATER SERVICES IN NOCAR SHAH. StrivctsBEA11OWCD10REMAINUNREWSiATEDONERNIGr9T 26, THE CONTACTOR S1411 SAW CUT EXISTING CURR AND BUTTER PAY( MINT, C1k v WAYs A4i. Slt)£WAIY,5 P1 AREAS WHERE PAVEMENT 0R CONCRETE G 10 BE REMOVED SAW CUt1110 Wi1I BE CONSIDERED 5085tEXARY TO Tlt PiUCI PER LINEAR FAOt OF ri# . CONTRACTOR SNAIL ;'WO* Ct7MPA(1 EDSET 1(t MATE R AI AS minty/OUR/MR DAMAGED D+'IA4•S STREETS, WALKS AND PATIOS 27. THE CONTRACTOR $HAIL REMOVE Ail FENCES, 40(411D WITHIN EA5EEvit11S AND PARKWAY. INTERFERING WFTH CONSTRUCTION OPERATIONS AND PROVIDE 1tMPORARY FENCING DURING CONSTRUTTKIN RE AWVE0 FENCES, WOODEN 0R CHAIN !INK Wu BE REPLACED WITH A 4FE1V FENCE OR UNDAMAGED ORIGINA. FENCING ALL AFFECTED PROPERTY OWNERS SHALL ITT NOTIFIED PRIOR TC CON5TRlJCir4T.4 REMOVAL Min VEREACEMENt OF Ex,St3N0 AND TEMPORARY FENCES SHALL DE CONSOEREDSUBSIDARY TO THE PROTECT COST AND MUST RE REFIECiED EN THE LOOT OM PRICES FtiF VAIUI)l1S ITEMS LISTED IN 1HE PRf3P(Y,At: 18, THE (CIFi1P.ACiOR 8 fIES"0t6 4.E FOR 8Efi19Nu SI REETS AND SIDEWALKS ADIACENT TO THE. PROTECT FREE CIF 4.81O AND DORIS ARISING FROM THE CONSTIUJCTA09 AST49 TY 79. Alt KARRICADES, WARN VG SKINS. (IC,Ht DEVICES, EEC FOR THE (AMAIK:E A:40 11RO1ECitON CTY 783,JIK AND P(0E51R1AN5 MUST CONFORM TO 11,k INSIAIJAPON ST13WN IN lH( 1'48) 11YAS ARNICA! or UNIFORM 1RAr1lC CONTROL DEVICES AS (HRRFNITY AMENDED. TEXAS STATI DEPARTMENT OF Hk0'I AYSANDPUBLICTIIA4SPOISTMP3N. ary_ lo►ajar- 1 1 ( I T 1 I I ,DESCOIP*IM Aka liCA/DAS, IT PAS aFC8S,E ED ILIONETNINIc Ewe i•ar. T,y Y0r 1 Texo5 Deportment of TronvorfoElon lm north tarrant express bluebonnet contractors, LLC t'nprovfng mDhiifty in Texts NItHOLS FORT WORTH FORT WORTH WATER GENERAL NOTES SHEET G-8 SEO. OB 0T IB 1 It:.k'IT4 w ICI soak woo wa. I DATE I OfiMFtOH D11TTt1C1 CARTI FT. NORTH TARRANT 1 ammo >t+ LTCCEED !tI groh.AY is AIq OR% 1 N. E. LOOP 820_, c --------------- ENDANGERED AND/OR THREATENED SPECIES/WILDLIFE/MIGRATORY BIRDS SPECIES IN PROJECT AREA -NAB-WAZ. SPECIAL NOTES DO NOT DISTURB OR HARM SPECIES AND/OR THEIR HABITAT IF LISTED'ABOVE. VERIFY PRESENCE AND,LIMITS OF NABLTAT WITH AREA ENGINEER BEFORE CLEARING TREES. MINIMIZE DISTURBANCE TO AREA WILDLIFE. COMMENTS THE MIGRATORY 8IR0 7REATy ACT OF 194a STATES iT IS UNLAWFUL TO KILL, CAPTURE, COLLECT. POSSEOUTLL TRADE, OR TRANS♦?ORT ANY MIGRATORY DIM NEST MHO. FEATHER oR EGG IN PART CR TN WHOLE WITHOUT A FEDERAL PERMIT ISSUED IN ACCORDANCE WITHIN THE ACTS POLICIES AND R6GULA7IDN5. BETWEEN. OCTOBER f AND fEHltU�'.__m,_� BIRD NESTS FROM AN ST THE CONTRACTOf WOULD REMOVE ALL OLD MIGRATORY CTPOsED AND ComturE ANY BRIDGE WORK ANO OR VRUCTUREs THAT WOULD LTA7IONFQIL,EARIND. IN ADOITION,PTHEeCt, ONTRACTOR WOULD BE PNEPARED TO PREVENT MIGRATORY BIROS FRtN1 BUILDING NESTS BETWEEN FEBRUARY' 13 ADITOTffiliftin, PER. T ENVIRONMENTAL PERMITS, ISSUES, AND CDIg1I17NE1lI'' ICf PLA S IN` THE EVENT THAT MIGRATORY BIROS ARE ENCOUNTERED ON-5IT "'�7y1"rfff(� pR ECT CONSTRUCTION �d✓OVE SE IMPACTS ON PROTECTED GIRDS, ACTIVE NE51'S, EGOSAN 0 QUNG iao BE' AVOIDED, HISTORICAL/ARCHEOLOGIICA.,. CONTRACTOR SHALL ADHERE TO. THE PROVISIONS OF ARTICLE 7,19 OF Tx00r$ STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS ANO BRIDGES, AND SPECIAL PROVISIONS. KNOWN ITEMS OF HISTORICAL INTEREST IN PROJECT AREA O BUILDINGS ._ ./S1 IF APPLICABLE) BRIDGES __ 0 CEMETERIES " o HISTORIC MARKERS/PLAQUES D OTHER IF HISTORICAL OR ARCHEOLOGICAL SITES ARE DISCOVERED DURING CONSTRUCTION, CONTRACTOR SHALL IMMEDIATELY NOTIFY AREA ENGINEER AND THE DISTRICT ENVIRONMENTAL QUALITY COORDINATOR. 00 NOT ENDANGER HIS'TDRICAL BUILDINGS OR STRUCTURES (MORE THAN SO YEARS. Of AGE) OR ARCHEOLOGICAL SITES, C N NO ISSUES IDENTIFIED NOISE: THE CONTRACTOR SHALL ADHERE TO THE PROVISIONS OF ARTICLE 7,18 OF TxDOT'S STANDARD SPECIFICATIONS FOR' CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES, AND SPECIAL PROVISIONS. NOISE LEVELS IN RESIDENTIAL AREAS AND OTHER SENSITIVE AREAS SHOULD. BE KEPT TO A MINIMUM BETWEEN. THE HOURS -OF 7PM AND TAM OR AS DIRECTED 8Y THE ENGINEER, AVOID ROUTING OF CONSTRUCTION EQUIPMENT THROUGH RESIDENTIAL OR SENSITIVE AREAS IF LISTED BELOW. COMMENTS NOT APPLICABLE, NOISE WALLS: 00 NOT LEAVE GAPS BETWEEN PANELS OR POSTS IN NOISE WALLS. IF NEOPRENE PADS ARE REQUIRED) ENSURE THAT THEY ARE PLACED BETWEEN PANELS. 00 NOT DAMAGE OR CAUSE EROSION TO ADJACENT PROPERTIES. ENSURE COLOR CONTINUITY FOR CONCRETE MIX THROUGHOUT CONSTRUCTION. COMMENTSN CX 5H&ET NL'MaER5 FOR NOISE W____ pt_lypl ANS AND DETAILS. ENVIRONMENTAL PERMITS, ISSUES AND COMMITMENTS WATER QUALITY; REFER TO STORMWATER POLLUTION PREVENTION PLAN SHEET AVOID SEDIMENT RUNOFF AVOID POLLUTION CONTAIN & PROPERLY DISPOSE OF POTENTIALLY HAZARDOUS SUBSTANCES. ALL WORK SHOULD BE PERFORMED ACCORDING TO ALL APPLICABLE STATUTES. COMMENTS A SWPPP MUST BE IN PLACE PRIOR TO CONSTRUCTION AND MAINTENANCE THROUGHOt1T CONSTRUCTION. AN N01 MUST 8E SENT TO THE ICED PRIOR To BEGINNING CONSTRUCTION. WATERS OF U.S. AND/OR WETLANDS: THE CONTRACTOR SHALL ADHERE TO THE PROVISIONS OF ARTICLES 7,19 OF TEOOT'S STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRI0GE5, AND SPECIAL PROVISIONS. NO FILLING, DREDGING OR EXCAVATING IN ANY WATER BODIES, RIVERS, CREEKS, STREAMS 0R WETLAND AREAS UNLESS SPECIFICALLY AUTHORIZED BY UNITED STATES ARMY CORPS OF ENGINEERS PERMIT AND APPROVED BY THE ENGINEER. CONTRACTOR MUST OBTAIN ANY REQUIRED PERMIT FOR IMPACTS TO WATERS OF THE U.S, DUE TO CONSTRUCTION METHODS OTHER THAN THOSE SPECIFIED IN THE PLANS. CONTRACTOR MUST COORDINATE SUCH PERMITS WITH THE Tx04T DISTRICT ENVIRONMENTAL QUALITY COORDINATOR, DO NOT PLACE EXCAVATED MATERIAL, CONSTRUCTION DEBRIS, ETC., OFF -SITE WITHOUT PRIOR WRITTEN APPROVAL FROM THE ENGINEER. ___•... U. S. ARMY CORPS OF ENGINEERS. PERMIT (See Below) * STREAM/WATERWAY CROSSING WETLAND CROSSING U. 5. COAST GUARD PERMIT THE CONTRACTOR SHALL CONTACT THE TxDOT DISTRICT ENVIRONMENTAL QUALITY COORDINATOR IF WORK WILL RESULT IN IMPACTS To JURISDICTIONAL WATERS OF U.S. BEYOND THOSE IDENTIFIED IN THE PLANS. THE FOLLOWING CORPS OF ENGINEERS PERMITS HAVE BEEN IDENTIFIED AS APPLICABLE TO THIS PROJECT: NWP 3-MAINTENANCE (3) .-_NWP 13-BANK STABILIZATION (3) ---NWP 14-LINEAR TRANSPORTATION (3,9) ___.,NWP 10-MINOR DISCHARGES (3,9) .:._NWP 19-MINOR DREDGING (3) NWP 23-CATEGORICAL EXCLUSION (3) NWP 25-STRUCTURAL DISCHARGES (3) NWP 27-STREAM/WETLAND RESTORATION (3) _.NWP 33-TEMP. CONST. , ACCESS, DEWATERING (3) (',%*) APPLICABLE SECTION 401 GENERAL CONDITIONS: Gen.Cond.3 - CATEGORY I AN0 CATEGORY II 8MP'S REQUIRED Gen.Cond.9 - CATEGORY III BMP'S REQUIRED. COMMENTS (Sped(fio location where each perm(+ Identified above la appllcobie) NOT APPLICAGLE, BEST MANAGEMENT PRACTICES: CATEGORY I BMP'St (EROSION CONTROL) TEMPORARY VEGETATION BLANKET5,MUITTING MULCH SOD INTERCEPTOR SWALE DIVERSION DIKE EROSION CONTROL COMPOST. MULCH FILTER BERMS AND SOCKS COMPOST FILTER BERMS AND SOCKS X OTHER (SPECIFY) STABILIZED CATEGORY II BMP'S: (SEDtMENTAT.IQN CONTROL) CONSTRUCTION ENTRANCE X SItuT FENCE STRAW BAtE DIKETRIANGULAR FILTER DIKE BRUSH BERMS STONE OUTLET SEDIMENT TRAPS SEDIMENT BASINS EROSION CONTROL COMPOST MULCH FILTER BERMS AND SOCKS COMPOST FILTER BERMS AND SOCKS X SAND BAG AND/OR ROCK BERM CATEGORY III SNP'= (POST -CONSTRUCTION TSS. CONTROL) RETENTION/IRRIGATION• CONSTRUCTED WETLANDS DETENTION BASIN WET BASINS. VEGETATED FILTER STRIPS VEGETATION -LINED DITCHES X GRASSY SWAGES SAND FILTER SYSTEMS EROSION CONTROL COMPOST MULCH FILTER BERMS AND SOCKS COMPOST FILTER BERMS AND SOCKS OTHER (SPECIFY) IFCI0En a., L - A Ilt /QSr Z01 ucu, tdE•: 17L1 aoc SVGut:,al (t2:oi`Zo1 1 WI 1 Cot S6yuirtal. VEGETATION: A MIX OF GRASSES AND FORKS AS SPECIFIED IN ITEM 164 SHALL BE USED'TO REVEGETATE THE R.O.W. AVOID REMOVAL OF NATIVE VEGETATION WHEN POSSIBLE, NOTIFY T%DOT DISTRICT ENVIRONMENTAL QUALITY COORDINATOR 72 HOURS BEFORE REMOVAL OF TREES GREATER THAN 8" DIAMETER, NOT DESIGNATED FOR REMOVAL ON PLANS. 00 NOT REMOVE TREES NEXT 70 RIVERS, CREEKS, OR STREAMS UNLESS APPROVED BY THE Tx00T DISTRICT ENVIRONMENTAL QUALITY COORDINATOR. FLAGGING SHALL BE USED HY CONTRACTOR TO DESIGNATE TREES TO BE REMOVED, APPROVAL FOR REMOVAL OF TREES SHALL BE OBTAINED FROM DISTRICT ENVIRONMENTAL QUALITY COORDINATOR, DISTURBED AREAS SHALL BE RESTORED AN0 RESEEDED IN ACCORDANCE WITH APPLICABLE SPECIFICATION ITEMS, AND/OR AS SHOWN ON SEEDING LAYOUTS IN ACCORDANCE WITH EXECUTIVE T MEMORANDUMONEBENEFIoftER IN CALLANDSCAPING, LANDSCAPING THE12 oN INVASIVE SPECIES SHALL 8E LIMITED TO SEEDING AND REPLANTING THE ROW WITH NATIVE SPECIES OF PLANTS UNLESS OTHERWISE SPECIFIED IN THE PLANS. COMMENTS NO ISSUES IDENTIFIED. VEGETATION MANAGEMENT PRACTICES: CONA;ENTS NO ISSUES IDENTIFIED. HAZARDOUS MATERIAL; CONDUCT AND DOCUMENT ALL OF THE FOLLOWING: CONDUCT SAFETY MEETING PRIOR TO CONSTRUCTION (MAKING WORKERS AWARE OF THE POTENTIAL HAZARDS THEY MAY ENCOUNTER); READ AND FOLLOW THE HEALTH AND SAFETY PLAN AS SHOWN IN THE SPECIFICATIONS PRIOR TO CONSTRUCTION; AND CONTACT/COORDINATE WITH THE APPROPRIATE AGENCY 7 TO 10 DAYS PRIOR TO CONSTRUCTION.. CONTACT AREA ENGINEER IF ANY OF THE FOLLOWING ARE DETECTED: DEAD OR DISTRESSED VEGETATION (NOT IDENTIFIED AS NORMAL) TRASH FILES,_ ORUMS, CANISTERS, BARRELS, ETC. UNDESIRABLE SMELLS OR ODORS EVIDENCE OF LEACHING OR SEEPAGE OF SUBSTANCES ._ ._,SACC PLAN COMMENTS ANY HOUSES OR BRIDGES TO 9E DEMOLISHED WILL BE EVALUATED FOR LEAD AND ASRESTo5 PRIOR TO DECUNSTRUCTION. of Al TIRO 7E%{T: ►THIS DDcum;FNT 1s AELEA9W URGER row ALITFWRITY Opt Erg. W1o;1OQl HoTifow1 TFUAS RE015TRATIoN NOI 00228 DATE; OJ/2or1 ITN O 0E OM Uf06 R ;OOtNO, CO 5T B. o pE !'IDOSE5. $2011 02 Two* Onpr Trent. or Tra,,,pattattu+l al (Anti rcatrwd. •-- ESPECIFLC SETE DETAILS SHOWN. ON ADOITIONAL LAYOUT SHEETS X._NO SITE -SPECIAL DETAILS INCLUDED TBEBE AvaTOTE.EI ol7ENRpp/E,1y, FORT WORTH DISTRICT ENVIRONMENTAL. PERMITS, ISSUES AND COMMITMENTS ZONE 1 EPIC (FW) SEQ.-09 .SHEET t DP t SHEET OF 18 :RAJ PEG; ?DOS I oun. j '' ( e,nJE,er tla I n;an,A> RE.IftONc, lTA' I SHI t7 ,a,. • 15' 1";?.r I. "' tawny Imo. SET.! 4o3 ! $HEET Ya Km�'T`in�°.tonnui TAi1ttANr LOSt51 ETi rs —�,�. ... EAY-OI *ATERILINE25 1� , EXISTING / Raw •----- (� TA �I,L-�34c.08 N TUP01TARY 6 3+i '20Go25/C-51 A EXISTING ELECTRIC -- STA 1.00. 25' LI INSTALL* I •FLUSH IX J$TE0 6-481.8 ANODES TEST STAT ONE A•;A7 5' SPACING 1)(001 Row PROP0SE0 AT&T DUCT RANK 111 CBY OTHERS. ' IN1X,NO M tITR-008 E•66+gggg:3A* STi 1T¢0138098Lg1 6€6108,9 IIN! PIP JT1N? VREt t%C571 APTER , In ?IL JOINTP DTEST STET iSJ2 ALL 1IiF44TT�EL.DV AIFY1 NEXT EXISTING ISOLATION VALVE IS 2.600 FT. AT MCLEAN RD. AND BEACH ST. 655 650 645 xx *it Aisy{ !II 640 _ 635 630 - 620 615 EX1S11hG ROh ' IaM 1S�TA 1.68. 5' R1 NS1ALT.* -FLUSH h10LlNtI0' TEST STATION • • • • !TAAg 44.08 N36"L 11AN E L tR VgENiRUt)VA�Ga31 E. 340284. TA 68.OB N11�j� TxA 6Ai1G1r1+LAN00E5 12 5. Y•, TEMPORARY r ASPHALT PAVEMENT / REPAIR PER TXDOT REQUIREMENTS --REMOVE AND SALVAGE EXISTING GATE VALVE E IS S.Y. TEMPORARY jv ASPHALT PAVEMENT REPAIR ABANDON EX. 36' wt. cUI & PLUG Ex, 36' WL EXISTING POWER POLES. 30 S. Y. PERMANENT CONCRETE A PAVEMENT REPAIR !-t9 REPLACE FULL PANEL -W Z -. 4Y ` tXiFTI+ 14-..a•GP (Awn C',3011 w 6SLF rcownia LC ENCASCO4 ' f •a' ,-VA717-1.111 5TE£L CASING BY OPEN '111" . I eLd*ADL E FILL ENCASED) IRO05E } U s,vAT ,- PROPOSED ' COMMUNICATION AND ELECTRIC IBY OTHERS) •`` t) C7 3Ht m 4• EXISTING ELECTRIC -141 S.Y. TEMPORARY ASPHALT PAVEMENT REPAIR PER TX00T REOUIREAENTS 23. TO1 124 Lr CURB 1 GUTTER REPAIR PROPOSED 36' D.I. HATER LINE - 334 t.F $4' STEEL CASING Cut b PtuG fI Fx. CONFLICT ID 89 UNANOwN MH EXISTING STORM DRAIN APPROXIMATE LOCATION OF PROPOSED SD [BY OTHERS) LUI EX, 36' WL /Alm >r4 \-PROPOSED COmmuNICATION 1G" VI AND ELECTRIC TRY OTHERS) 1•PROPOSED BENT tBY OTHERS) EXISTING BRIDGE ABUTMENT 50' FRO* EXISTING DGE ABUTMENT PROPOSED 36' IL 15 Lf CURB I GUTTER REPAIR AWN s--y 1'ROPOLD RIDGE sm ABUTMENT A (BY OTHERS) 6 CROSSING ANGLE 90' 01' 35'- 8L STA T10.70 REMOVE 6 REPLACE SIGN 15.75' FROM CL Or EXISTING PIER TO PROPOSED 36- 14 N. BEACH ST. «_a `..tom-«-��.��-r-••.r ,._•. -„-- TOP■6RT, 5Q! '51EEL CAo`1NN G 13Y'OI ER THAN I... TEEta QASTh DP CUT -$*SD { **MI ?ILL .E.Kr A$Eb!' tFI�01YA LE 1 t ELECTRIC .x st A r - IN11�RDM/ } U41 MATE GRADE • )ATST1 4 G 6i- • . PROPOSED 1AS •LINE A21 OTHERS! EK16T1NL •36" rrt. i jELpT v(a YI . r REFER , TQ 1 TUOS. PL_ANS r 4; 8¢' : R . !! . d (J W 1.11 LEGEND, TEMPORARY FA,ASPHALT REPAIR too ° 0, t. C:ASS 150 WATER PIPE WITH MEC#'ANICAL.0 RESTRAINED JOIN'S 3.50 BTS" M Sr; OPE I t,l ET). A•00 4.50 ta 5400 CONCRETE PAVEMENT REPAIR 655 650 645 640 65 630 625 •' t1.Iralrt,0 9 i58 -11135 ArtI .'R PEL THE E� 0Ik1 POrilocE-TRF - TR7---- 620 615 6 1 0 N0T ES+ 1. THE CONTRACTOR SHALL CONTACT lsE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOAC1l0M4 ATILT FORT I0ii10 HATER DEPT FIELD OPERATIONS FORTH WORTH TIP* ATMOS ENERGY ONCOR GAS 6 ELECTRIC TXU ENERGY SBC TELEPHONE CHARIER COMM. ALL OTHER FACILITIES 1-800'87B-8711 18171392.19296 18171392-HWOO 161T1215.4366 T8171215-6214 1-600-233-2133 C81713313.6819 M171509-6272 Ex T. 3363 1.800•0IG-1E55 2, DO NOT EXCAVATE BETWEEN STATION 2.20 AND 3.00 UNTIL THE EXISTING WATER LINE IS TAx.EN GUT OF SE41,:cE, 3. PERFORM 0-HOLE AI STATION 1.00 DURING TEST SHUT DON TO VERIFY CON'.ECTION TO EXISTING WATER LINE. I 811 Et4 ir ii ON LOCAT. EEGOD PROP •L EX ML Ex RO* PROP ROf--••--•. 0 OD' 20' 40' HORIZONTAL SCALE, 0 S' 10' VERTICAL SCALE r24Y H10 4pf0..•�, 7/G. 11><�Y r44irt*KO 411OMR.(iYrr 7 I •�u.a- -/011 fc>'aa 1).7t-oval aT TrO113porio*lcn north errant erpress bluebonnet contractors, LLC 4niParl�y rt1C.ta„ty u,ier-;:• rm aNICHOLS IFREESE FORT WOR'I`iI N. BEACH ST. CONFLICT ID 89 36" WATER LINE RL STA 730+70 TO 730+98 HOW.; t • 20' VERT.1 1 • 5• 5*+EE1 C-1 SEO. 10 Or 18 tYr Ii* Ma% SARA ,IJ- rr,11 7 W,Ote}tr: 1ExA5 FT, NORTH TARRANT '�1jTK Pi' fi i1L4I. 11 �li 1N rro �5N. E. L .r hP i [l+S. ♦Y NI[N ... LOOP 820_ L 0 4 (` I— COu it QW Om xi Q'4 <t4 W —J 0 t�— d 2 655 645 640 630 625 620. 615 23.50' FROM EXISTING BRIDGE ABUTMENT TO PROPOSED 36' *L EXISTING BRIDGE ABUTMENT -PROPOSED BRIDGE ABUTMENT PROPOSED BENT EXISTING STORM DRAIN---�__y EXISTING TELEPHONE' --- r 15 LF CURB S GUTTER REPAIR EXISTING 15 LF CURB $ ELECTRICi-.-► ._GUTTER REPAIR .- SUPPORT TRAr tc SIGNAL POLE -15.75' FROM CL OF EXISTING PIER TO PROPOSED 36' WL at tsi sl PROPOSED COMMUNICATION AND ELECTRIC (BY OTHERS) , AP•45ED • GS;Lft (8 {?'Tr`IiR5I:.... iiIELONV. 1i`Y1 . 9EF£R ..LO;•.A, AIDS :P4. ANS . 1 266 STEEL LFCASING `t PROPOSED 36" DIP WATER LINE •CONFLICT ID 89 EXISTING ELECTRIC CUT L PLUG EX. 36' WL CUT EX. 36' llt-. x EXISTING ELECTRIC )PROPOSED COMMUNICATION AND ELECTRIC (BY OTHERS) -t PROPOSED HIGHWAY� PAVING LIMITS IBY OTHERS) EXISTING EIECTRIC- RARY ASPHALT PAVEMENT OMEENT REPAIR PER TXDOT REQUIREMENTS SUPPORT TRAFFIC SIGNAL POLE ••—SUPPORT STREET LIGHT - -x .•mot • ,nn - tX00T AO* to 7.69,08 N$TA 0 NG T ST 5Tkk T NMI�H ANODES E4 014Q8:4SLL 13 LF CURB 3 GUTTER REPAIR STA 7.68, 15' RT INSTALL; 1-FLUSH UOJNTE0 TEST STATION 6-48L8 ANODES At 5° SPACING PROPOSED GAS ABANDON EX. 36"• S.Y ASPHALT PAVEMENT �..' REPAIR PER tX00T REQUIREMENTS VL An LTs aQ e . 68 220 LF • I JIttL Ln4t ., ,1'F 1 x 0, 6875jN OTR r STE >: 1t1G BT FFFT CUT -Y i . 4�f ' N ' T r. nr�► y F: i '4'4 iWA0. ...!LL NC_S P.I..,.i. II�tUIYA ' �FLO 6tE C1,IT 6 PLUG EX. 36' WI. TA T.T5.08 INN e*L'ATE LL !R iEWTR�O %CT31 STA 8.21.59, 15' INSTALL, 1-FLUSH MOUHTCO TEST STATION -SEXISTtNGgROW 4NATAl�:00�00" QTU WTR-0 E•• 294011AT90. 29LL R ssTA •83.46 iUruRARhg�gw64�10oa1.e s) E:340191:34 AN6VO;DINGENO RT-1 A jA4!036;700" AN68LONOD TLi *TR-008 •23401191. 31 EX. 42 S.Y. TEMPORARY ASPHALT PAVEMENT REPAIR PER TXDOT REQUIREMENTS STMNiI1 .21,T R.8 ONF'Ia//CTL}D 89 LL0Epp� 34ggtJLQ�N I0EN 2PPCS7) N NSULLATTNG JOINTDTESIR ST T 1IFi N. BEACH ST. ppLL 1678 7g1 LD VthlFY) NEXT EXISTING ISOLATION VALVE 15 1,200 FT. AT FOSSIL VISTA DR. AND BEACH ST. -EXISTING WATER LINE • ;Sip Era .`' 1 �•� . —.. • �-r �� ri J. .. VS TI.'L"ET:CISEDI fiTLi INCAS'01 ' •3?2 LF;'36' 'Q. 1ei—CI:4SS JO VAT,E'R •P•11 L ;. 1 r•* ME 41KICA L'Y RtST A l n rD u4.. llg7 4 ..: ' 7 I• 7.50 41l 1- +t EXISTING ROW i EEGEap p�; TEMPORARY #' ASPHALT REPAIR 655 650 ., 645 640 635 630 625 620 615 C€ flU,tICA KHOW ANODE LOCATIONcr_. EI1GN PIPtLIN*. IIA, -ON " ' - -HOE-"TNT UHrrA FTuN NOTES: FHE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOACTIONI ATV FORT WORTH WATER DEPT. FIELD OPERATIONS FORTH WORTH T8P* ATMOS ENERGY ONCOR GAS 6 ELECTRIC Txu ENERGY SBC TELEPHONE CHARTER COMM. ALL OTHER FACILITIES -800-878-8761 0171392.8296 817)392.8100 8111215-4366 8171215-6214 -800-233-2133 817) 338-681 9 01T)509.6272 EXT. 3363 -800-DIG•TE 5S 2. D0 NOT EXCAVATE BETWEEN STATION 7.20 AND T666 UNTIL THE EXISTING WATER LINE IS TAKEN OUT OF SERVICE. 3. PERFORM 0-HOLE AT STATION 8.16.39 DURING TEST SHUT DOWN TO VERIFY CONNECTION TO EXISTING WATER LINE. uu � tAI IT into o 1 TdTL CAI Pp410R 0• S` ititt§i1PN ANNuuuu C RL OCATIION, LEGEND PROPEx wt. ML PX ROPOROM '•. 0 IQ° 20' 40' HORIZONTAL SCALE 0 5' 10' VERTICAL SCALE ..r� i f ,. s..F RYaS qR. ' 6 f .aS. 4C f 7ba Texas Door/rem 0t Ironsporlatlon Air -north tarrant express bluebonnet contractors, LLC Improving mobility in Texas OLS FORT WORTH N. BEACH ST. CONFLICT ID 89 36" WATER LINE BL STA 730.70 TO 730+98 H0R2.1 1' • 20' VERT.t I- • 5' SHEET C-2 SEC. 11 OF 18 mcwdok Q, r![r 6711E t*. r* 1,!', ` La 11 - 610 t xAS FT. WORTH - TARRANT _ �.IUM I!1 1 -Ld:1C 1G F• _rKCalp e7 1 .11UI.a, t1) UA - ^O xi _I N. E. LOOP 820 B•00 8.50 9.00 00:YoRE:71(ANF._ CO:H/I'.../KI PAD •!5',,.1' " SEC NTITE 3 SEE NIT( 1- EEN 1' 24" WI '6" MA), Limerearyje44.14111111111n1114144111111111 '41 ts. A iiien PS Ng. 16' - 7ERIAL F2-,.4 CONSTRUCTION' !le= t ECT1ON A-8 relPASs cPtiONAL- NOT ECoau..E.o FOR RIS/;,/ENT 'Afir.rE VA WS; 5 HAR's, IT,65) ND, 6 BARS,r C-r (TYP) BANK CONG fri NOTE 2 o, E NO1E 4 4r7r.) -410000 RE AF CONC. .• 1 i r- 1.5.e 5ARS, 6• C -C .1. i/ e - NO.5 0 Al?12 1 IKi I SLOPE ----GRANULAR EN•ISEDmENt ITO TOP OF PIPE) - 14G 4 eAR.5, 12.' 6OT1-1 WAYS 2504 CC.)NCRETE *2" COVER VAULT DE TA IL FOR 1 6" 1467:73b.$ AND LARGER GATE VALVES ' NOT TO SCALE, FEB. Z009 A 44/7. ra e c I 41:1 fr• If' :4' x. XJ` 41' • at• DAP-iii WAS mr. IPP PRAW.4 447 4:in .4...9C/, t I n. it• a4"I. 11M4 144954.01", Akt. 4,ASED :44 COAL= 40 1•;., 044.9 I: tZ '4' 434'; vaLA 1010(10100rS JAI RASED C44 t44.41011 47-1:75,4 44:01 Q-13-7i1 - It TERtw LESS 4.4 AN HCILI. COWER ANC, 1.14A II4TALLATiO6. 141-17.51 E EhER5.. 1.32" FORT WORTH 87ANOAKI C-C (T•rcl. 9NOICS UD IMTH 1HC WC.411 "WATER" CAST IN 7-INCH NO. 5 DANS, 'SUERS PER SAN-009 AN4) 12" C-C (TrA!, u5E eLCO 30'00- TYPE ki.C. ACcES5 !Oro -A IN HIGH WcArrtc AREA 2. vALvsl VAULT SIDE wA1L-S. BE FRECAST REINFORM CONCRETE PgAE OF THE TONC.JE AND CROOVE DESIGN: LIECTIND THE RcNintmErits or A.S 1,M c-71s, CLASS OR EQUAI„ uSNC RAM -tiEK PLASTIC SFA1, CR PWREO-IN-KACE 2500# REiN7ORCED CONCRETE ty,Tm e• wAus. ooNcRETt-, wALLS SHALL SE RENTORCED WITH .4 CROJLAR BARS, SPACED HCR.z0. TAL.Lv AND 6" C-C VERTICALLY. PEVRECI-N-RLAM CONCRETE MUST HAVE "FIRST SURFACE R08-51,40" A5 SPEE1111-0 14 (2-14.1..; ;I) OF flit i;EtitRAE CONTRACT D:XIJMENTS AND SPE/O. FICA T1OVS- PROVIDE CORPORA rcrq AND 1:11145 STOPS A MAXIMUM OF 12" FRAM EACH (ND OF CATE YAM, AS SHOWN CCOPORATICIN ANT) CJRB sTcg, sozEs SI44) BE 1' F014. 15", 20', AN( 24' RPF NOMINAL MATTERS; ` ANO LARDER DIAMETT.Rs. 2' TAps •.:iAL9, RE C.C. THREAD W.T10 FLARE. WTI./ itisth,oto AL)ArroR [OPFER RISERS' PRO/4105X DETKEN CCRPGRATIM AND CuRD MOPS. NREI SUN'S S,IAE.L DE TALI ED T ELEVATION 2EikLOW THE TOP OF eL.A6 4. CAN T 4./ WAR 61-P A573 v"4‘..,/.f NCI: k.V.2 S'L D 4I/r/.4 NES' JP./ T DCL VE - OF ANY NEAuE,,,,q op 1"---6- 1 :4 • 4) /NV J.-- 'Al i•f; It ')•:/".• ;EC"OIETE - • - F),"1741*-43 LC,),i1t4t1E ---DACKFII..1. MA it HIAL PER DETAIL WTP.-029 rIFE '---------- : PITCH WALL —....-.L3/'/Y.„ A I SCE. Ncrir 1 ) i• ' ‘',.."7,., . , .., , .s., ,,,.",_3-,,,,ig:. NQTF' I 41,4)WieLLT FILL 0,,A ec riccrAgRto TO 5 ACt/S/LL ALL TRENL'HiEs DOWNTGAN 111TIEET5 AND IS 0.21IC./NAL 15 OTHER' AREAS. •IT 111 is REGoIRE. A gk•AN,A1E PA', arm 1iI F PLIOVIEE Fav 5.114-1 fif INFQ6C.60 t;vN.;,--kEit 1L5F StiALL fit EP1,A CET? 10 Oki NAL DEDDri. OR TO A miNivum 0 cr, WHINEVER S GREATER 3 cc-NoRETL /5 1Ch.." rt, MAT VE; 5oRS11Tolto Tn/ER) 2' 2 , I.X./NOPETE 4 RzEmENI op ccoxRrir MOST MEET r1 STANDARC) 7,1.AT.cts; ExriSTINI, vfrviir\IR 15 GREATER 5 TM ,.AoLls5Cm,.:.,)!.,IJCTIO..: MuST BE IN ACCCROANCE C,C Pi C41 'WORTH Sr SPECIFIC:AS FOR STREET ANC) 5T0RI.4 rJR,cN - .7 REINFORCED CONCRETE re-031 PAVEMENT TRENCH REPAIR tiol TO SCALE JuLT. 2009 r DIQILLED 14.040U31.4 — ROLNO STCraK SOLARE sTocr, +' :)',11 HOLE rP11-,,ED 1.1-14.01:74=' > If Y.,./ T. Cl; WAI •- V.•45' CHANFER 1' R1JM SOLD CrIAA 5," PLR ArCia DAl 1020, r9L0 C4,4vAN cIR 2 24" It/DING PEN AT5A1 (1211. COL' bRAAN cu. RETITR Ar.1 5HAu. c.C.u9L 1'6.19 w 1 (.)c.:;e: +-9•1 ADPEF.N.ANa, AND .1`..14:..1e wros n 1 .swmeeeee...iwiamwwiww- ' - - _ - - _ '114-'101161 44t-o, MAX4et!5,41 • 99276 %4P164,<IteL, 0,- 044. kttSt kit NICSOLS.NC. 11 I a% NM'S riZailtRad) TV./ r J„, 4 TexDeovffrem of Trortsoorlet ;01 Tnorth tarrant express bluebonnet contractors, LLC tf,inving mobilityirtTexas WAS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS 0.7&.3 VALVE STEM EX TENS ION ±., NOT TO SCALE FEE4 2009 SHEET C•3 Stg, 12 OF la i rtr.,11.4 &frit'. 1.2g9. 0k:A gi 46, - PAIL '-'-----'..--1 I 01/344(1"/ I _. _ ''Ir07t I PIS141C1 ,_ ___toorit, TEXAS I FT. WORTH `(ARRANT L.,., I nisicAo b, 4.-46.0-4,:11 41441.14 ‘r) LW *re 1 D.:i 7 fu t i &nu aars. 91,44:1,10 t 1.;44 AND 3005 2,(ACE%,-rt • IsUP+:/!,55 km-• %/AP, 54TCT TZAR,' 1G PP,Z..,•2T.4 ,,0,5157 P,Y,441 '1414101 HORIZONTAL BLOCKING TABLE / 1, - 25' -'' f:•t1.15' '. , . I.,5i !VAX i •,,5 ' 44,14, I ,,ro. ,, • fiig:! 66: o P., p 9°, :111C.-T.-v1:;.4..!:, 1:: 5c . .'.1. ..5.5:.; 7 1, C. C4.... 0 t.".1. OS C1.115 t 9C. 4.'.• OS ) 4' ir.- , .,..4 1 0,4, tr. r, t.5 t 7I 1 EV_ 1:::;.ot ifT,I.1- 4. ..5. -6-6.- t 4y, 2,35 7 ,, 2 .4 ---•-557-1—i15--1.-- Tit ' 5 ir 67 ia ii31-1:571;r1 . 27/»' 40 1 T-,, .1'!to o 26 2,5-4 4,4,5, O Se ..• ,5 $2 24 , ,, t, ;14 4 60 6 25 3 01 E.. It, !i. n• tr• t 4 21..f. -6 -5 - , ,;)0 Yr.!, 1 r(77 14,y, , I ts• 1; t,, 3,2 Y- I, 2 5 1 ..,13 !c:!....z c..7 4..” 21140 LI/ 94 4 ST: , t; - 1- 3,, -1-,•--, L5 is so ,.•2,) 5 2.5 1G, El 2 2;112 41 6 A 0 1 4 IN 't. 372 0 50 VO 3,...-11 .4,t, It! 0. E4' j 4 D 1-6-.70 )22.12.11., 4 6 6 /0 AS 06 1 Tr 40 kl ' 4'P MAY '! '572:1 kAr• VAX 611N'11T;4x , `4,), 4, .40: ANT AD1 cl .47 062 C.,-;; 1114 ci YY 6, P 17, 7 t;rt'i t. kt ES. 2 CO • E5 14L I t) it-Pt5L._i: (.0 • 25252 s DIL 4 T,..;!, rs.n. 4,1, r r 37s4„, p770 6 GT! 646 TT, ,41.6 6E5" 116 T6_641 /55c, ti/ 4/2 t2,44.,•51,1_4 `,5C, :22422 ,5 o4 5551, p(75 11,17171 6 05 00 1 61., 834 22 5,5 t 7isr.os 41.6731.3 40 11,41 135 .53772.16 5T:& 1-7-1410- E! 17/ 4 ,1^, ,;761, 61,4 I 414.1 6 66 1 11 14 126 5,1!,4 10 4111 M!:.0 160 0.! 6 15,. 76616,111160211.504 1616/21 1E610 IIDT11,,,0 'em N11111, 13 14 44 :NT ARFAS SHOWN APE 26 SCUANt 00E1 7711 LIVES 16446664 ARE CoE66, Ir541,11 •21,01 551•44,2!„;y1.se, 67» 757 7.1:551:/-K DE 0R0.411, ARIAS 56 ALL EL 1M5-6 EDP.. 16 16'1. •41.1R, P/141 A • CI 4!t4‘... esi7)14 • kkusT kave A DTRENS'Pr; or 1 500 P57 4fr7/I1 rw t 'JF IS RI .,,FRVIcE 22! 4,44. 7E4'0, 2".t".• '11)% w4750s HORIZONTAL BLOCKING (MOD.) NOT 'TO SCALE FEB. 2009 4 BE,is-BOsi. BEND 72Eii.1 psis ti,fs)NriRETTs—iii KEEP A, CJ:A4A,,K;Fs fir"WiEs4 CCNCAF7E J0.4415- OR BOLTS 101s. !. P!DP,5-4 EXCPS'.; Or '-r ANS 21% TEN161 F. 2 ENG V 1377 13E11 AND 113 I GO T JOINT 44.w a NOTE WrIEN r•E,61X1 IS S0.1061; DR Sr'LCIF 1116 FOR If:ST/15-1.A 61...14 07 cON5-1RF1r Pirr, t.ntn•r6 or rtrE PiPE OR rrrTiqr, t BC CR AENC.B. 1-16i11!, 6121. PIPE 1..1-166 33 1011 0'» T. 1 VC 1,1.P.IF-P P.17. Prizsissi IssiF yo.r. ue+cPETF :;TfrL 777777 PIPE AS FiEkPoirrEr, Thp 01.0745 AND SPECW14.16 T.6/45 37017 AU: PiPE 17) !!;;;F;! Atli" .q; oti 14 CAW:REP PiFiE YAF41/J5 1Y415-. CP CASING Pszli Ku, Y EC iisii$E.O. CCNCRE:ris OR STEEL 5-:77fR PIPE AS FERMITTt0 00 Tint P; ANS AND 5-PEC1rtCAW7706. F1-15 14A1i4,,4., F:Pri-15 CCNSTRuCriciN TUNNELED SECTiON f55., 57/u47 C5,5511 tit, G47,,,,4 15,.•5•4/, 45tri 5 tGittc,,,511,54, E Aqio it Istit 00. 103 PIPE' 0-67 4n:1.1114CD WA TER UNT..s. 671 51.17.614E7) LA337)1.1 Enbc,ER.F. qv, APO:0,U PRODUCT LIS' NoTE: AEs.,:cuATL BY 11445 CETNITNAN TON AD NrCES5»,t»'4' 1u 6647211." TA, TE AIST 6 LLA-110,4 01 '::1616111. ER C-ttil+C 2415567- •-• - / tf:T-rtFEN (0590 _:r3 51.1P2crEENcs.46 "i 3) t7'''„FICAIED L,EC5C44 OPEN CUT OR pORED SECTION 1, •:25 !".65 7)67 PIPE 67617.77 LINLE1 ',TOLL ,EcL sECiiiiiikLo &iv t.t;PACtIV..7. IAN ..r) PEN X16IT Of FATt TTA$ 6 BETWEEN SPACER'S 14071 411.00L,ATE 0.74 37, SKA..I. PLRN1S61ED AND .?4,,,1.t.t.Lf.r, 7.31 THE ccx.e4rAcirc3ii As NEE.€5-5A4-4i7 ItIss FACiLilvit iNSTALLATitiN 7/AR41t1:i PREZ 67i)17 CASING DETAILS •j_1 NOT TO SCALE DUBBER GASKET JOINT 476'09 CONCRETE CRADLE r 2.1.7., NOT TO SCALE FEEL 2009 0.77 0- r TyP -44.J ENE FEB. 2009 TP,c,14(1..4 '07/7. I P.PE, 415C 174,•51,LiER 24OK 12 !WitiCtICVCR 7» DREA TLY F:617 AR7/(6 NtAty ;?.t" e:, 4 1E.-. CRADLF SOOLI CrENL; 6 1077. CIF Er B CISq[i FsAcs,sit siLF Pr,. 111 „,0110 -.45) 1"..13N11 RC 1".7 61A 44 MECHANICAL JQINT whin ILARtiniss: CI'm 99271 ler )4tVASW ••••'- (MSC AV) 1450.1.111C. EfttaNIZEINK, f -10.41 Tv/ix 000r1ment of TronwriWon 4/sr- north tarrant e)(pre•is bluebonnet contractors, LLC improsing motility in Texas 11111111117a FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C.4 SEO. 13 OF IB 1 I t40,414k. on! te4 ...)444 EADEP fiC:. [ LATE ___ArAlitt CE0411 TExA ri. word ARRANT __TirMttl. - r 144 1N.E. L 1320 -08/EVEDit n0+ ifq 104 1;1744 ; 4••( 7.4- 4.4' 1,414 5A,•4 Pt +,5# •• S 90' e,r( ) 39.19, 2 50 fl (rT.) 4.00 (rT,) • gEOr, c) ilOP ;FT.) 2.53 ) 1.•c (rT '5., 5•1 F4E01! fke.1',7 111,07 A 0-T.)325 (FT.) (rT ) • PCOC, (C r ) (F 1,) :44J KEty, ;2.17,,NcFiE7E c,..EA(.. or PPE I5AND ED(7.5 Ficeg15 45' i• 22.5" 11.25' 21 E4 1103 5P4 1 4"i 1.I_41.4 7'4.: $ 8-5 .3.35 2 75 218E 3 3 275 38.47 - !0.61 8 4 55 3 66 i 3.20 4 60 3 66 3, 20 10.65 15.40 1 92 1 75 1.50 5.90 5 50 4 25 5 90 5 4 25 25 159.94 68 55 44.13 22 17 4 17 2,42 1 42 1.25 I L'20 (..0 5 54 4.'4'0 (r ) 6 27.) c 0t1 5 4 20 'VOLUME CLC TED Co4 Thi PASS C C0NSPE: PFAC:7451G 0 TI t ESPECTI.dr. 11EN0'S L,11-,DE1: AM ,N1E51,1AL PRE55.!sr. f.14 15.0 P016 AT 1/1C RI.TF I. 11 WI 11"...15 rT CONcRETE. El - E - 20 CO‘S7Rlit. WIR.010 ;ANC.' • I.C.S11 7.1Ari 101; 1'A55iNG $20 ST\i. .F Cxcek4.4.45)).1 hEreo,55/ 5,1c 0-'0 41'4- 55 90 to, 4 VERTICAL TIE -DOWN BLOCK NOT TO SCALE FEB. 2009 TERIAL TicE Fv0ErPoi2.0 ,c(4r 8AC(IrEJ, S PROvir„.1",1-1 C•1; 16S ;-LE 5-1A,L!. REFLAS1 AvPRODF1 1E Pk C4 - a 41.,1 AND E1. 2 3 •0i-ThE Lc7.NFPAc LP:A.,,,K4 5,06 4r40 5FECIt.k502,^/5 roR wATCP DERAsicIENT (580.E,C75 0,C CO A1.L OrriE15 PRO'S C4 Cr T1,..FSE 11E405 SAIL 5- covi-R - 1,4INVLAA EvElEC1U111.1T •• .4, - 71•4` F44,P, 0,1. lAi• • • - 14A.IF_R I1JL E2-24 CONSTRUCTION .FOR SNORT STUB OUTS OF 6AND 8" (50' OR LESS) 01 11;0 .1=-11F. •1-1 • - rrPE. - srE sPEC El -2,4 0c0 tort:w.k„ BACV,r1L-L, f.; SEE SPEC E1 -2 3 0.C.0 - WATFR: _Sizis UP TO AND INCLUDING 12" v.a. Lftili 12lrn - 8A.1,„1„ 1A•11,111.,..,1 6' F.1,06E01AENT r - • 1 [ - (e, TyPE C. SACtiv SLE SPEC E.--24 C c.o. n;.TE1.1 FABRIC - SITAC. -HEAVY GR40E 8N7 (-1v) Ci APPROVE0 EQL4k1, CFi'Ll5HEU STONE 010 g.E.0 E-0.00 2,3 SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES 1670721 SPEcir,ATIC!.' REEtRENCE5 ARE rOR 010,!,15. P111 5.F.WCR ‘„"T•Ni !;.it 1. 2- TEE /4I0Ati,t4 - • • /--- / - / COU‘-'1_ 7:74 Er EL1.1G5t11 4/.2' c 1%7 Ti P 04II0 24".11 • CeNCArri: 51„.114:4040 PF44, rc.'" TAR ATR •••• 11 1' :I C.0.0QINA*00(,,, EIL050.7 AND SAMPLE PC,,ST FOR CEA0E1;3 W1l,' 04111.4 C0ANTR AC TOR it; 70 ;71,,4041$-1 ALL LABCV: AND ko47i.4IALS. 1.4A7EF.0.1 51,1 OF P.P.(CP:f0 AND kf 'AD Ely TOP, Arrire 4.11Sf 44,`.1.5,rf c..6141P0 or- N 0.11TAly.71 END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT NOT TO SCALE FEB. 2009 E2Et7 LtATERIAL -7 CONSTWCTION , • •• .7:1! C2 APPR4-14-q4,/,i1., 0) Oce[A(5,10',. cl,cc N.F 251'5 55F1"/ prp 0upo".e,R0 (27) Q1Yr-NSI0N MAX. rOP PAv gURE05t5„ - EC C' ,C1,4 IAAJ,S 24 AND ,W4Lap, mow; 30' Alo APC414. i4t0 PIk 4,544j: IAN 1.•./11,JEN$C.11; MAY 44A- 1440' PiE F-FP CU0 siAP0 n t.o r(150,-. p00 .CON(.t(ElL OR FLOWABLE FiLL 411714 p :atiriziiri.k A %;11799flI-10 4.'04i1144; -pt• z-6 fittoza• ......... fit ruu 441 r•s4,644...pi4, 1EISIfLaS4f.ALLI roar r•;,44 TexOG Bergrettrvns of tronsportot 4acnorth tarrant ex0:es bluebonnetcontractors,LiC Imwov,n•g mablIty in Texas IFINNSINNI FORT WORTH CITY OF FORT WORTH STANDARD DETAILS sBEET c-s 5L0, 14 oF le riC.NrCAL oFr ICE 'exit 04,DER MS, P-1,14 WrYik,t011 whirr jo.uon FT. wdoRTH Awn ANT RiALNEU 1.44.0444 44‘ •_LI'Ll•ar 1/40. *111.029 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS NoT TO SCALE FEB. 2009 siCr47620 CONCRETE ENCASEMENT (MOD) 1 NOT TO SCALE ---413, 2009 TEAS pt ev1 __ N. E. LOOP 820. 1 EXISTING BRIDGE EXISTING // 12• H pt E - 1 r � EXISTING 14' H PILE-, APPROXIMATE EsO1TOM RIDGE Aor T ELEVATID ON ON663' EXISTING CONCRETE RIP RAP PROPOSED TOP OF GRADE VARIES --\\ NATIVE SOIL "-'. 16"0 ATMOS CASING FLOWABLE FlLL—� 54- CASING W/ 36- wL ut 0 1e-3` 1 �3. -PROPOSED BRIDGE ExISTING BRIDGE 71 EXISTING BRIDGE COLUMN '-CRUSHED STONE BEDDING. SEE SPEC E1-2.3 G.CO e�+ BBYY REFER 4RERTRENCHT STRUCTURAL UNDER THE BRIOTHERS CROSS SECTION C-1 G-6 1/4 . I . -O. EXISTING BEACH / STREET 1`RC*'uSEC' :JH:•F2ACL FIR i/Pic At Rc,ADm.'s srcon ri) STANDARD 7" CURB AND 18" GUTTER .J.. NOT TO SCALE 0 2' 4,_- 0' r,t(jt £ C NICK%Y. IOU% NUT[ettt (,.et,ttebi Raid r.F141 Texes Dep rirren1 dF Tr048D0rlartah ,gym north tarrant express bluebonnet contractors, LLC Improving moMity In Toms roiricoiLs FORT WORTH CROSS SECTION AND CITY OF FORT WORTH STANDARD DETAILS SNLLT C-6 SGO. 15 OF 16 - ---1t Coo-kttAl. esrt[L u', a:1 f .°4' urn/7011 '11t1 1f11IC1 _. �, . — - toeW11 - - 1EIIAS t T, it tTitri TARRANT t'--R @'f Cat*aCit a excel o 61 Rii1G.MA1 wJ tux raatl Ott I N.E. LOOP I320 STR-030 TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR NOT TO SCALE JULY. 20€1a DuCTILE IRON PIPE BELL ADAPTER IRE3/C-6/ EXISTING 36' PRESTRESSED PIPE 1L-30tt.-% CONCRETE \_ f: STRAP 13' PROPOSED 36" 0.1. PIPE -, 36x4s. M.10.1J BEND (7) 36" CONNECTION DETAIL (SOUTH) NOT TO SCALE POLYETHYLENE ENCASEMENT NEW DUCTILE \ IRON PIPE \ \ ) B v BUTT STRAP-\ HANSON JOINT ADAPTER OR APPROVED EQUAL-, ,-APPLY PETROLATUM TAP[ RUBBER GASKET FIELD APPLIED / CEMENT MOR/ARJ DUCTILE IRON PIPE r3--) TO PCCP BELL ADAPTER NOT TO SCALE \--USE HIGH EARLY STRENGTH -- CONCRETE FOR BLOCKING. CONCRETE SHALL HAVE A STRENGTH Of 1.500 PSI BEFORE LINE IS PUT BACK IN SERVICE PCCP IL-301) PIPE BELL POLYETHYLENE ENCASEMENT NEW DUCTILE IRON PIPE —PROPOSED 36' 0.1. PIPE 3Vx45. mJxMJ BEND iS.Or OUT' STRAP 36" CONNECTION DETAIL (NORTH) NOT TO SCALE BUTT STRAP- HANSON JOINT ADAPTER OR APPROVED EQUAL' (-APPLY PETROLATUM TAPE rDUCTILE IRON PIPE / flEtt ADAPTER rRt: 3/C-61 'EXISTING 36' PRESTRESSED / CONCRETE / PIPE ri„-3ost REPLACE EXISTING RUBBER GASKET t-CEMENT MORTAR / EXISTING PCCP IL-301) PIPE SPIGOT \ PICO APPLIED CEMENT MORTAR DUCTILE IRON PIPE (7) TO PCCP SPIGOT ADAPTER NOT TO SCALE NOTE1 EXISTING PCCP (t-301) JOINT IS BASED Orr OF LAY DRAWINGS PROM RECORD. DZir71 n, 1,111-1.111!.11f./4 FEEL •Wa klia,C4S.PC 101,15 IkEySTritE IhrAhrf**4.n.PAI r-7141 t texas Delscetteem of lrartsparta/ ./K--north tarrant express bluebonnet contractors, LLC Immo), mobtyn Too ini;dRages FORT WORTH CONNECTION DETAILS EFT C-7 sEa.I6 OF IS fitv.:Ax MLR I,.I fi4 OPTI429,k I tk ti 1 b I tOLM, TEXAs IFT. WORTH TARRAP4T I3111.'N 0 I 1 I '" tc,1 N. LOOP 820 155555 Mil PIPE/STRUCTURE SLEEVE WIRE GRAPHITE MOLD WELD METAL DISC WIRE —PIPE/STRUCTURE BITUMASTIC COATING WELD CAP WIRE 1. FILE PIPE/STRUCTURE TO BARE METAL, AND CLFAN SURFACE. 2. STRIP INSULATION FROM WIRE AND ATTACH SLEEVE. 3. HOLD MOLD FIRMLY WITH OPENING AWAY FROM OPERATOR. IGNITE WITH FLINT GUN REMOVE SLAG FROM CONNECTION WITH CHIPPING HAMMER. 4. COVER CONNECTION WITH BITUMASTIC COATING OVER ALL EXPOSED METAL, PLACE WELD CAP OVER CONNECTION. REPAIR ALL DAMAGE TO COATING AND LINING IN ACCORDANCE WITH MFG RECOMMENDATIONS. EXOTHERMIC WELD NTS IXXX XX+XX xxx •PANEL BOARD 5" X 7" LABEL WITH TEST STATION IDENTIFICATION SOLDERLESS LUG CONNECTOR (TYP) —WIRE IDENT1FIE(TYP) SEE DETAIL® TEST LEADS CASING DRAIN — CONNECTION HARDWARE (TYP) — COPPER BUS BAR (TYP) "�— DI DRAIN --SHUNT FOR GALVANIC ANODES (TYP) ANODE LEAD WIRES NOTE 1. PROVIDE 6 ANODES AT EACH OF TWO CASING TEST STATIONS. CTS WITH ANODES TEST BOARD NTS ''IRE INSULATING SLEEVE FINAL GRADE TO TEST STATION SEE DETAILS PERMANENT NYLON MARKING TAG SEE SCHEDULE STRUCTURE LABEL 36" DIP WATER LINE 1 36" DI — 54" STEEL CASING I 54" C IJ UNPROTECTED SIDE WATER 36" PSCC WIRE IDENTIFIER 0 NTS CALPICO MODEL "W" WRAP AROUND END SEAL -- TEST LEADS PIPE 6 ANODE LEAD WIRES (TYP) — — CASING TEST LEADS —TEST LEADS DIELECTRIC COATING 54" CASING—•—u_ _f CALPICO MODEL 'W" , WRAP AROUND END SEAL �(T5P)—' 48LB PREPACKAGED HIGH POTENTIAL MAGNESIUM ANODES FLUSH MOUNTED TEST STATION SEE DETAILS CASING TEST LEADS SEE —EXOTDETAILWELD \ (TYP) STEEL CASING ANODE LEAD WIRE (TYP) NOTE 1. PROVIDE 6 ANODES AT EACH OF TWO CASING TEST STATIONS. CASING TEST STATION (CTS) WITH ANODES (7"\ NTS 48LB PREPACKAGED HIGH POTENTIAL MAGNESIUM ANODES NOTE 1. PROVIDE 6 ANODES AT EACH OF TWO CASING TEST STATIONS. FLUSH MOUNTED CTS WITH ANODES ISOMETRIC VIEW NTS 36" DI PIPE POLYETHYLENE ENDCAP Texas Department of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas L 8220 Janes Road, 6u5e 500 Houston, TX 77056 7e1. (713) 568-9067, Fax (713) 6669068 San No. F•9154 CATHODIC PROTECTION SYSTEM DETAILS HORZ.: 1" = 20' VERT.: 1' = 5' SHEET CP-1 SEQ. 17 OF 18 TECHWCAL OFFICE WORK OWNER NO. DATE 03/ta/2011 STATE OMXOT CD'JNtt TEXAS FT. WORTH TARRANT DRAWN BY 6EE0 ED BY CHFClCED BY I I GHWAY NO US) . 8610 bcs I N.E. LOOP 820 !'1EV DATE BY DESCRiPT,ON S R FINAL GRADE arg 55555 AMA 55555 ERRE .5555 505i Bra! 5555 Y5555 INSULATING JOINT TEST LEADS (UNPROTECTED SIDE) UNPROTECTED SIDE OR\ 36" PRESTRESSED PIPE TO TEST STATIC SEE DETAILS(/�/\J "INSULATING JOINT TEST LEADS (PROTECTED SIDE) EXOTHERMIC WELD (TYP) SEE DETAIL a a 36" DI SIDE APPLY PETROLATUM TAPE DIELECTRIC INSULATING FLANGE KIT SEE DETAIL I 2 1�OjF.S: 1. DO NOT APPLY PETROLATUM TAPE IF FLANGE IS LOCATED ABOVE GRADE OR IN A VAULT. 2. FINAL LOCATION OF TEST LEADS TO BE CONNECTED TO UNPROTECTED PIPE SIDE WILL BE DETERMINED BY FIELD ENGINEER. INSULATING JOINT TEST STATION (IJTS) NTS 2 EACH AWG #2 BOND WIRES —EXOTHERMIC WELD (TYP) SEE DETAIL BELL AND SPIGOT JOINT BOND NTS STAINLESS STEEL NUT (TYP) STAINLESS STEEL STUD--------- ._ STAINLESS STEEL WASHER (TYP) INSULATING WASHER (TYP INSULATING SLEEVE ---------- INSULATING GASKET DIELECTRIC INSULATING FLANGE KIT NTS 1 EACH AWG #8 BOND WIRES VALVE BOND NTS 2 EACH AWG #2 BOND WIRES 2 EXOTHERMIC WELD (TYP) SEE DETAIL ilk a" X 5" PANEL BOARD _-_LABEL WITH TEST STATION IDENTIFICATION —LABEL WITH STRUCTURE NAME (TYP) SOLDERLESS LUG CONNECTOR (TYP) CONNECTION HARDWARE (TYP) • WIRE IDENTIFIER (TYP) SEE DETAIL INSULATING JOINT TEST r_ LEADS DUCTILE IRON INSULATING JOINT TEST LEADS PRESTRESSED PIPE IJTS TEST BOARD NTS CAST IN PLACE 20" X 20" CONCREIL COLLAR #4 REBAR HOOP (TYP) CONCRETE TRAFFIC VALVE BOX -TEST BOARD 4' PEA GRAVEL FLUSH MOUNTED TEST STATION/ s NTS Texas Deportment of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas 8220 Jonos Road, Suite 500 Houston, TX 77058 Tel. (713) 50&9087, Fox (713) 568-9088 Finn No. F.9154 CATHODIC PROTECTION SYSTEM DETAILS HORL: 1" _ go' VERT.: 1" = 5 SHEET CP-2 SEQ.18 OF 18 TECHN CAL OfF10E 0,008 ORDER NO, DALE es/moolF SSATE..... R EYSTCT COUNTY TEXAS FT. WORTH TARRANT DRAWN BY DESCNED BY CVECKED BY I t'C*WAY NO uR RIM N.E. LOOP 820 PROJECT W. FORT WORTH CITY OF FT. WORTH, TEXAS 1000 THROCKTON STREET F. WORTH. TEXAS 76102 817-392-4477 MAIN ATTN: ANDREW T. CRONBERG, P.E. bluebonnet contractors, LLC Improving mobility in Texas BLUEBONNET CONTRACTORS, LLC 6851 NE LOOP 820, SUITE 102 NORTH RICHLAND HILLS, TEXAS 76180 817-510-3557 MAIN 817-510-3691 FAX ATTN: SCOTT STOCKBURGER, P.E. DIRECTOR OF UTILITIES C\0 CSJ ENGINEERING ASSOCIATES, LLC POST OFFICE BOX 630797 IRVING, TEXAS 75063 512-750-3974 MAIN ATTN: SCOTT COLTER, P.E. ,I.FICHOLS 4055 InternotionolPlozo, Suite 200 Fort Worth, TX 76109-4895 Phone-(817) 735-7300 Fox-(817) 735-7491 Web - www.freese.com o ITT m Texas D psanwf d Troaspatc IDD SUBMITTED FOR LETTING: UEBON�fr RACTORS.LLC 111//:E 01E7 DR ApP)RovtA• ANDREW T. CRONBERG, P.E. ASSISTANT DIRECTOR, WATEfl DUPARTMENT CITY OF FORT WORTH, TEXAS 19/! 7/(f I RECOMMENDED FOR APPROVAL: .gi FREESE AND NICHOLS.INC. N. T. S. STATE OF TEXAS DEPARTMENT OF TRANSPORTATION TO, PLANS OF PROPOSED STATE HIGHWAY IMPROVEMENT par --north tarrant express TARRANT COUNTY ASSEMBLY U NUMBER 820-U-0506 CITY OF FORT WORTH, TEXAS N. BEACH ST. WATER UTILITY RELOCATION ROW CSJ: 0008-14-093 CONST. CSJ: 0008-14-058 CONFLICT ID NUMBERS: 89 TEMPORARY WATER LINE ONLY STA 730+74 TO 730+98 PROJECT LOCATION /1 la' © 2011 BY TEXAS DEPARTMENT OF TRANSPORTATION ALL RIGHTS RESERVED. elrlslae, mus SITE TEXAS coelew 0364 INDEX OF DRAWINGS I STRICT FT WORTH 711 [OION .roe 01 119 SEO. SHEET NO. NO. DESCRIPTION 1 2 G-1 —2 OVERA VLL PROJECT WATER LINE LAYOUT & PROJECT CONTROL PLAN 3 G-3 NTE GENERAL NOTES 4 G-4 TXDOT GENERAL NOTES 5 G-5 GENERAL NOTES 6 G-6 FORT WORTH WATER GENERAL NOTES 7 C-1 TEMPORARY WATER SERVICISSUES VEWCOMMITMENTS (EPIC) 9 C-2 TEMPORARY WATER SERVICE SCHEMATIC 10 C-3 MISCELLANEOUS DETAILS FREESE ANO NCROLS INC. TEXAS REGISTERED ENGINEERING FIRM F-2114 ISUCV COUNT, TARRANT .Iw.T W. 820 CITY OF FORT WORTH N. BEACH ST. WATER UTILITY RELOCATION TEMPORARY WATER LINE ONLY COVER SHEET STATE TEXAS DRAWN BY L111 SHEET G-1 SEC. 01 OF 10 TECHNICAL OFFICE WORK ORDER NO. DISTRICT FT. WORTH DESIGNED BY RUO DATE I 09/07/2011 COUNTY TARRANT CHECKED BY HIGHWAY NO DGS I N. E. LOOP 820 REESE 9Ev. DATE BY DESCRIPTION FLAGSTONE DR. PROPOSED LOCATION OF TEMPORARY SERVICE PROP. N. E. LOOP 820 0 BEACH ST. z soms"E�L �Ft. FOSSIL VISTA DR. EXISTING 12" WATER LINE EXISTING 12" SERVICE LINE EXISTING 36" WATER LINE EXISTING 12" SERVICE LINE � EXISTING 6" SERVICE LINE _-- 20.20722.00 723000 7244_ 725}00 -_ 726 00 727*00 726•00 729.00 ---_11�4Q_ 719•4Q -- � 721.00 - '000 733•00 94000 735.00 Ott ICWlort Worm LSJIU.Ib Uote10\I51Y011 - U5151159 P4 Over. le Ar4 WIIL WroanOs\BLALN SI\ILA.' WL\LV-ALL-PL-SIILUI.Ogn —70007 • CONFLICT ID 89 CP# NORTHING EASTING ELEV 70007 6991145.71 2340210.06 643.39 70008 6991442.29 2340274.54 644.76 70009 6991513.09 2340191.48 644.17 736.00 _73 •00 738.00 _ 739.00- 710.00 741.00-_742+00 LEGENQ PROP WL EX WL EX ROW PROP ROW 0 50' 100' 200' HORIZONTAL SCALE ��•�y 88948efreW% ITS 1-4.14- FREER AND HCHOLS NC. TEXAS REGISTERED ENGINEERING FRY 7-21K4 2011I Texas Department of Transportation .north tarrant express bluebonnet contractors, LLC Improving mobility in Texas yFREESE ■7� �NICHOLS FORT WORTH N. BEACH ST. OVERALL PROJECT TEMPORARY WATER LINE LAYOUT & PROJECT CONTROL PLAN STATE DISTRICT TEXAS FT. WORTH DRAWN BY DESIGNED BY LLN FGIO SHEET G-2 SEO. 02 OF IO TECHNICAL OFFICE WORK ORDER N0. I DATE J09/07/2011 COUNT TARRANT CHECKED BY HIGHWAY NO MSI N. E. LOOP 820 -FEV DATE BY DESCRIPTION NTE GENERAL NOTES 1. Definitions: • 'Owner' is the Owner of the Utility • 'Developer' is NTE Mobility Partners • 'Design Build Contractor (DBC)' Is Bluebonnet Contractors, LLC • Utility Contractor Is the contractor hired for the construction of the utility installation, relocation, or removal. 2. Ail utility installations shall meet or exceed the TxDOT Utility Accommodation Rules MARI and the Utility Owner's regulations and specifktions. In case of conflict or contradiction between the construction standards of the UAR, local Jurisdictional Authority and the NCTCOG specifications, the following hierarchy shall preside: UAR, Local Jurisdictional Authority standards, NCTCOG specifications, these general notes, these technical specifications, standard form of agreement and NCTCOG standard details, and the most stringent shall apply. 3. The Utility Contractor shall preserve and protect all survey control monuments, benchmarks and right of way markers. Any survey markers that are damaged or destroyed must be replaced by a licensed professional land surveyor registered in the state of Texas at the Utility Contractor's expense. 4. The Design -Build Contractor has adopted project site control having horizontal positions established with North American Datum 1983 (NAD 83, 2007 Adjustment) Texas State Plane Coordinates, North Central Zone 4204, and according to measurements based on the TxDOT RTK/VRS Network. The official combined scale factor is established system wide as 1.00012 (as published by TxDOT for Tarrant County) to convert coordinates from grid to surface. All coordinates and distances will be published as surface values. Project site control is also established with the North American Vertkal Datum of 1988 )NAVD 88) as a basis for its vertical positioning. 5. The locations of all existing utilities shown on these plans were determined and obtained from available records and utility potholes surveys, and are approximate. Neither the Owner, the Design -build Contractor, nor the Engineer accept any responsibility for any utilities not shown or not located In the location shown. The Utility Contractor shall determine the actual location and condition of the existing utility prior to any trenching or digging beginning. The Utility Contractor must take every precaution to protect all utilities shown or not shown on the plans. Utility Contractor must call DIG-TESS 48 hours prior to any construction work beginning. 6. The Utility Contractor shall protect and preserve all public utilities at all times. Any damage to utilities resulting from the Utility Contractor's operations shall be repaired to the Owner's satisfaction and at the Utility Contractor's expense. 7. The Utility Contractor is also responsible for preserving all adjoining properties. Any trees, shrubs, landscaping, driveways, sidewalks, paving, sprinker systems, mailboxes, etc, damaged by the UtlBty Contractor shall be repaired or replaced to equal or better condition and to the Owner's satisfaction at the Utility Contractor's expense. 8. The Utility Contractor shall provide the Engineer and Design -Build Contractor a trench safety plan as per NCTCOG Specification Item No. 107.19.3.3, "Trench Safety" and comply with TxDOT Item No. 402 "Trench Excavation Protection". This document will be presented to the Local Jurisdictional Authority prior to the start of construction, The Trench Safety Plan shall be prepared and certified by a registered professional engineer licensed In the state of Texas. All excavations, trenching, and shoring operations shall comply with the requirements of the U.S. Department of Labor, OSHA, "CONSTRUCTION, SAFETY, AND HEALTH REGULATIONS', 29 CFR 1926, Subpart P, "Excavation", and any amendments thereto. The Utility Contractor shall provide all trench safety measures as required. 9. The Utility Contractor shall keep neat and current plans available on site at all times. The Utility Contractor shall keep accurate current hard copy records of all construction that deviates from the plans. The Utility Contractor shall provide complete accurate "as -built' drawings showing all changes and modifications completed during construction to the Engineer and the Design -Build Contractor. 10. The Utility Contractor Is responsible for obtaining all necessary permits, approvals and releases. 11. The Utility Contractor shall give the residents, local jurisdictional authority, businesses and anyone who will be affected by any anticipated or planned disruption In water, wastewater, electrical, phone or cable services 48 hours prior notice. NTE GENERAL NOTES 12. The Utility Contractor Is responsible for providing access to abutting streets and properties during the construction of this project for emergency vehicles and property owners. 13. The Utility Contractor Is responsible for keeping all streets, parking lots, driveways and sidewalks adjacent to the project free from mud and debris from the construction site at all times 14. Utility Contractor shall maintain adequate and positive site drainage throughout the duration of the project. 15. The Utility Contractor must maintain adequate erosion control measures. In the event, erosion occurs as a result of construction, the Utility Contractor shall restore the eroded area to Its original condition as soon as possible. Erosion control methods and tree protection should be In place prior to construction beginning in that area. 16. All excavated material deemed excess or unsuitable shall be disposed of off -site by the Utility Contractor. The Job she shall be cleaned as soon as possible to the satisfaction of the Design -Build Contractor. 17. The Utility Contractor shall not place fill, excess material or any other material In low drainage areas, streams or waterways. Excess material should be removed on a daily basis so that the material will not accumulate. 18. The Utility Contractor shall not place fill or waste material on private property without prior written permission from the property owner. 19. Utlllty Contractor shall maintain adequate restroom facilities for use by the workers throughout the project. 20. Traffic control measures shall be in compliance with TMUTCD. 21. Directional bores must be approved by the Design -Build Contractor prior to construction of bore pits. Bore pits left open overnight shall be protected as dictated by the Design -Build Contractor. 22. When Installing non-metallic pipe, a tracer wire/tape shall be Installed concurrently with the pipe at a location above the pipe in the same trench. 23. The Utility Contractor shall keep excavated trenches free of groundwater during construction. if necessary, Utility Contractor shall utilire dewatering procedures In order to control groundwater during construction such that It does not affect his construction work. 24. All Items furnished and installed on this project shall be In compliance with the applicable standard details unless otherwise noted or shown. Prior to back filling trenches the new facility shall be inspected and approved by the local jurisdictional authority and the Utility Contractor. 25. All installations are subject to inspection and testing as may be deemed necessary by TxDOT or the local jurisdictional authority to verify that work is done in accordance with TxDOT or Owner's requirements. All supervisory personnel shall be Instructed to furnish such Information and cooperation as may be required to perform such inspections. Final Inspection and approval of water and wastewater Improvements Is required from the Owner's inspector before these utilities can be considered complete. 26. Water and wastewater testing requirements must meet or exceed the requirements of that utility's Clwner. 27. All utilities passing under side streets or the project roadway must be located in casing. 28. The Utility Contractor shall be required to provide and maintain all necessary warning and safety devices to protect the public safety and health at all times until all work has been completed and accepted. 29. Line flushing or any activity using a large quantity of water must be scheduled with local jurisdictional authority at least 24 hours prior to needing the water. 30. All surfaces such as lids to valve boxes, meter boxes, manholes, splice boxes, etc. shall be rated for HS 20 traffic Toad bearing. 31. All water lines 12 inch and smaller shall be PVC pipe and shall at a minimum conform to AWWA standard C-900 (latest edltlon),wlth a SDR of 18, Class 150, blue In color with NSF seal. All water lines 16 inch and greater shall be PVC pipe and shall at a minimum conform to AWWA standard C-905 (latest edition) with a SDR of 18, Class 150, blue in color, with NSF seal. All water lines shall be pressure tested and disinfected in accordance with AWWA standards and any additional local jurisdictional authority requirements. 32. All utilities shall have a minimum of 42 inches of cover. 33. Wastewater lines at a minimum shall be SDR 26 PVC, Class 160, green In color, unless denoted otherwise on the plans. 34. All manholes shall be vacuum tested to ensure the manhole lswater tight. 35. Remove and Salvage all fire hydrants as well as valves 12" and greater from all water lines to be abandoned. 36. DUE TO EXCESSIVE CONGESTION AND CONFLICTS BETWEEN EXISTING AND PROPOSED FEATURES OF THIS CONSTRUCTION, THE LINES AND GRADES SHOWN ON THE PLANS ARE IN MOST CASES, VERY CRITICAL. THE UTILITY CONTRACTOR MAY NOT ADJUST ANY LINE, GRADE OR LOCATION IN THE FIELD WITHOUT THE EXPRESSED WRITTEN PERMISSION FROM THE DESIGN -BUILD CONTRACTOR AND CONSULTATION WfTH THE DESIGN -BUILD CONTRACTOR'S ENGINEER, EVEN IF NO CONFLICTS ARE APPARENT. 37. Contact Information for Utility Owners • AboveNet • AT&T • Atmos Energy • Barnett Gathering (XTO) Pete Neilsen Gary Tilory William Day Farrell Gray a. Jeryl White • Charter Communications Peter Ligon • Chesapeake Energy Tim Gilpin • City of Bedford John Kubala a. Bill Shelton • City of Euless Ron Young • City of Ft. Worth John Kasavich • City of Hurst ice Sherwin a. Ron Haynes • Haltom City Tom Ice a. David Faiin • North Richland Hills Greg Van Nieuwenhuize • City of Watauga Johnle Reagan • CrossTex Energy Warren Redd • Enterprise Tx Pipeline Jeryl White a. Don Brown • Explorer Pipeline Chance Gipson • Fibedight Communications Chris Bigley • level (3) Communications Jason Mechlem • Oncor Electric Delivery Gary Wilson a. Alton Gllllt b. Randy Bell • Qwest Communications Scott Whaley • Sprint Communications lames Stuart • Sunoco Pipeline William Chaparro • Time Warner Cable David Cheney • Trinity River Authority (TRA) Ron Tamada • TW Telecom of TX Tom Westendarp • Verizon Business Erik Baker 214.252-7934 817-338-6202 817-215-4368 817-885-2366 817.846-7754 214-695-3034 817-718-6863 817-952-2248 817-952-2220 817-685-1646 817-392-8480 817.788-7080 817-788-7180 817-834-9036 817-834-9036 817-427-6400 817-814-5806 817-721-9320 817-846-7754 719-381-6311 918-493-5152 214-714.0296 214.443-2720 817-215-6017 817-215-6141 940-497-7530 972-720-2989 214-289-5105 817-637-6467 214-320-7406 817-493-5100 972-455-7907 972-729-6079 MBE AND F.CHOLS INC. TEXAS REGSTERf.O (NW(RIC FRY F-2144 2011 F Texas Department of Transportation .north tarrant express bluebonnet contractors, LLC Improving mobility in Texas rigs Ls F�WORTH N. BEACH ST. TEMPORARY WATER LINE NTE GENERAL NOTES TECHNICAL OFFICE WORE ORDER NO. SHEET G-3 SEQ. 03 OF 10 DATE 09/07/2011 or 'colors Worth LSJIWIb UoferU9\ 15\2011 - 05s48153 P8 Users le k Ildlr\DIUL\UronlrOes0EALH SI \ILIOr XL\LV-ALL-6N•14JIL0l. don SATE Tr XAS DRAWN BY L1M DISTRICT FT. WORTH DESIGNED BY taro COUNTY TARRANT CHECKED BY HIGHWAY NO DOS l N. E. LOOP 820 SLY DATE BY DESCRIPTION Gelferd Nola T:DOT I. ALL UTILITY INSTALLATIONS MUST MEET THE TXDOT UTILITY ACCOMMODATION RULES, 2. ALL TRAFFIC CONTROL MUST BE IN ACCORDANCE WITH THE APPLICABLE PORTIONS OF THE TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (TX MUTCD). 3. LANE CLOSURES (IF REQUIRED) ARE ONLY ALLOWED BETWEEN 9:00 AM AND 4:00 PM MONDAY THROUGH FRIDAY. LANE CLOSURES ARE NOT ALLOWED IN INCLEMENT WEATHER OR IF THE PAVEMENT IS WET OR ICY. PRIOR TO ANY TRAFFIC CONTROL SET UP. CONTRACTOR MUST NOTIFY TXDOT AND OBTAIN APPROVAL. 4. CONTRACTOR MUST CONTACT TXDOT MINIMUM 48 HOURS PRIOR TO ANY WORK ACTIVITY 1N THE TXDOT RIGHT.OF•WAY (ROW), 5. FIELD CREWS ARE NOT ALLOWED TO PARK THEIR VEHICLES WITHIN THE TXDOT ROW. 6. TXDOT ROADS MUST BE KEPT CLEAN OF CONSTRUCTION RELATED DIRT AND DEBRIS AT ALL TIMES. 7. ANY OPEN EXCAVATIONS OR EQUIPMENT LEFT OVERNIGHT THAT ARE CLOSER THAN 30 LF FROM THE EDGE OF THE PAVEMENT MUST BE PROTECTED BY CONCRETE TRAFFIC BARRIERS (CTBs), AND SECURED WITH MESH FENCING. EQUIVALENT PERFORMANCE WATER FILLED BARRIERS MAY BE USED IN LIEU OF CTBs ONLY WITH PRIOR TXDOT APPROVAL. BARRIER AND BARRIER TRANSITION TO BE INSTALLED ACCORDING TO TXDOT POLICY. 8. PRIOR TO OPEN CUTTING EXISTING PERMANENT DRIVEWAYS WITHIN TXDOT RIGHT-OF•WAY, THE UTILITY CONTRACTOR WILL COORDINATE THIS CONSTRUCTION ACTIVITY WITH THE ADJACENT PROPERTY OWNERS. PROPERTY INGRESS AND EGRESS SHALL BE MAINTAINED AT ALL TIMES. DRIVEWAYS WILL BE RESTORED TO AS GOOD AS THEIR ORIGINAL CONDITION. 9. THE CONTRACTOR IS REQUIRED TO RESTORE THE GRADE TO ITS PRE -CONSTRUCTION CONDITION UNLESS DIRECTED BY THE DEVELOPER. 10. CONTRACTOR IS CAUTIONED THAT ONE CALL WILL NOT LOCATE TXDOT'S UTILITY LINES THAT OPERATE TRAFFIC SIGNALS, FLASHING BEACONS, OR STREET LIGHTING. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTACT TXDOT FOR LOCATIONS OF SUCH FACILITIES. IF ANY DAMAGE OCCURS TO TXDOT'S FACILITIES, CONTRACTOR MUST CONTACT TXDOT IMMEDIATELY TO COORDINATE REPAIR. 11. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE OR MISSING MONUMENTS. SIGNS, OR RIGHT-OF-WAY MARKERS. REPAIR OF SUCH FACILITIES MUST BE DONE IN A TIMELY MANNER, AND IN ACCORDANCE WITH TXDOT STANDARDS. 12. IF INSTALLING NONMETALLIC PIPE, A TRACER WIRE MUST BE CONCURRENTLY INSTALLED, OR OTHER MEANS SHALL BE PROVIDED FOR DETECTION PURPOSES. 13. EXCESS MATERIALS FROM ANY KIND OF EXCAVATION SHALL BE REMOVED FROM TXDOT ROW AND THE JOB SITE MUST BE CLEANED UP AS SOON AS POSSIBLE TO THE SATISFACTION OF TXDOT. 14. CONTRACTOR SHALL INFORM THEIR FORCES THAT ALL UTILITY INSTALLATIONS AUTHORIZED BY TXDOT ARE SUBJECT TO INSPECTION AND TESTING AS MAY BE DEEMED NECESSARY BY TXDOT TO VERIFY THAT WORK IS DONE IN ACCORDANCE WITH TXDOT REQUIREMENTS. ALL SUPERVISORY PERSONNEL SHALL BE INSTRUCTED TO FURNISH SUCH INFORMATION AND COOPERATION AS MAY BE REQUIRED TO PERFORM SUCH INSPECTIONS. 15. NO CONSTRUCTION EQUIPMENT RELATIVE TO THE APPROVED CONSTRUCTION SHALL BE ALLOWED ON THE ROADWAY OR SHOULDER, UNLESS SPECIFICALLY AUTHORIZED BY TXDOT. ANY AND ALL TEMPORARY TRAFFIC CONTROL MUST BE PRE - APPROVED BY TXDOT. SET UP BY COMPETENT PERSONNEL AND MUST BE IN ACCORDANCE WITH TMUTCD, 16. ANY TREES AND LANDSCAPE LOCATED ON PRIVATE PROPERTY ARE CONSIDERED PROTECTED. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE TO LANDSCAPE AND VEGETATION ON PRIVATE PROPERTY. AND SHALL RECTIFY THE DAMAGE TO THE SATISFACTION OF THE INVOLVED PROPERTY OWNER. 17. ALL TREE PRUNING, IF REQUIRED, SHALL BE DONE IN ACCORDANCE WITH ANSI 300 STANDARDS. CONTRACTOR SHALL TAKE ALL PRECAUTIONARY MEASURES TO PREVENT THE SPREAD OF OAK WILT. GENERAL CONSTRUCTION NOTES: 1. CONTRACTOR IS REQUIRED BY LAW TO CONTACT THE TEXAS ONE -CALL A MINIMUM OF 48 HOURS BEFORE ANY EXCAVATION CAN TAKE PLACE. 2. CONTRACTOR IS CAUTIONED THAT ONE -CALL LOCATES UTILITIES THAT SUBSCRIBE TO THEIR SERVICE ONLY. CONTRACTOR IS RESPONSIBLE TO CONTACT NOTED UTILITY UffiCefort Worth LSJIU4Ib STATE OF TEXAS DEPARTMENT OF TRANSPORTATION PROVIDERS IN THE AREA DIRECTLY IF THEY ARE NOT LISTED AS RESPONDING TO ONE -CALL. 3. CONTRACTOR MUST OBTAIN ALL LOCATES PRIOR TO CONSTRUCTION. VERIFY THE LOCATION OF UNDERGROUND UTILITIES AT LEAST 100 LF IN ADVANCE OF ALL PROPOSED UTILITY CROSSINGS, AND ALSO AT LOCATIONS WHERE THE PROPOSED FACILITIES ARE DEPICTED TO RUN PARALLEL TO AND WITHIN EXISTING FACILITIES, 4. EXISTING UTILITY LOCATIONS SHOWN ON PLANS ARE BASED ON SUE AND RECORD INFORMATION, AND MAY BE NEITHER ACCURATE NOR COMPLETE. CONTRACTOR IS RESPONSIBLE TO PHYSICALLY VERIFY ALL EXISTING UTILITY LOCATIONS AND OTHER OBSTRUCTIONS IN PROPOSED UTILITIES PATH. INCLUDING BUT NOT LIMITED TO THOSE UTILITIES THAT RUN PARALLEL TO THE PROPOSED UTILTY ASSIGNMENT. 5. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE TO THE PUBLIC IMPROVEMENTS. INCLUDING BUT NOT LIMITED TO EXISTING UTIILITIES, PAVEMENT, ROAD. CURB AND GUTTER SIDEWALK, AND GRADE. 6. INSTALLATION MUST MEET TXDOT UTILITY ACCOMMODATION RULES (UAR), AS WELL AS BE IN ACCORDANCE WITH UTILITY OWNER STANDARDS, METHODS, AND PRACTICES. 7. ALL LABOR TO BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE AND LATEST OSHA STANDARDS. INCLUDING BUT NOT LIMITED TO TRENCH SAFETY. 8. CONTRACTOR SHALL PLACE UTILITY, BOTH HORIZONTALLY AND VERTICALLY AS SPECIFIED. ANY PROPOSED FIELD CHANGES MUST BE APPROVED BY THE ENGINEER, TXDOT, AND BLUEBONNET CONTRACTORS PRIOR TO MAKING SUCH CHANGE. 9. CONTRACTOR IS SPECIFICALLY CAUTIONED THAT VERTICAL ALIGNMENT HAS BEEN DESIGNED TO MEET THE UAR FOLLOWING HIGHWAY CONSTRUCTION GRADE ADJUSTMENTS. IT IS THE CONTRACTOR'S RESPONS1BLITY TO PLACE THE PROPOSED UTILITY AT OR BELOW SPECIFIED ELEVATION. BEFORE THE CONTRACTOR ELECTS TO INSTALL UTILITY BELOW SPECIFIED ELEVATION, HE SHOULD ENSURE THAT THERE ARE NO OBSTRUCTIONS TO DOING SO. INCLUDING BUT NOT LIMITED TO OTHER UTILITY CROSSINGS. CONTRACTOR SHOULD CONTACT THE ENGINEER FOR ANY NECESSARY CLARIFICATIONS. 10. CONTRACTOR. MUST EXERCISE EXTREME CAUTION AND MUST PROTECT ALL EXISTING UNDERGROUND UTILITIES WHEN WORKING IN THEIR VICINITY. COORDINATE TEMPORARY SUPPORT AND PROTECTION OF EXISTING UTILITIES DIRECTLY WITH AFFECTED UTILITY PERSONNEL. 11. PRIOR TO CROSSING EXISTING PIPELINES, CONTRACTOR MUST CONTACT APPROPRIATE PIPELINE INSPECTOR 12. ALL UNDERGROUND UTILITY CROSSINGS MUST BE ACCOMPLISHED WITH A MINIMUM OF 12" CLEARANCE, MEASURED FROM THE EDGE OF THE INVOLVED UTILITIES. 13. CONTRACTOR MUST PROTECT ALL OVERHEAD PLANTS WHEN WORKING IN ITS VACINITY. CONTRACTOR MUST COMPLY WITH RELATED OVERHEAD UTILITY OWNER'S POLICY ON POLE SUPPORTING, 14. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE RESULTING FROM HIS METHOD IN CONDUCTING WORK. 15. TRENCH BACKFILL MUST BE COMPACTED TO COMPLY WITH TXDOT STANDARD SPECIFICATION ITEM 400. ANY AND ALL SETTELMENT OF EROSION SHALL BE REPAIRED BY THE CONTRACTOR UNTIL FULL STABILITY IS ACHIEVED. 16. WHEN STRINGING CASING OUTSIDE OF THE LIMITS OF CONSTRUCTION, IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTACT THE AFFECTED PROPERTY OWNERS AND OBTAIN THEIR PERMISSION PRIOR TO UTILIZING THEIR PROPERTY FOR STRINGING CASING. OR FOR ANY OTHER CONSTRUCTION RELATED ACTIVITY. 17. CONTRACTOR IS RESPONSIBLE FOR SEEKING AN APPROPRIATE STAGING AREA, AND OBTAINING ANY NECESSARY AGREEMENTS ANDIOR PERMITS RELEVANT TO IT. ANY AND ALL EQUIPMENT AND.OR MATERIAL LEFT IN THE TXDOT ROW OVERNIGHT MUST BE SECURED AND PROTECTED IN ACCORDANCE WITH TXDOT STANDARDS. 18. CONTRACTOR SHALL AVOID MANEUVERING MACHINERY AND EQUIPMENT ON PAVED SURFACES. IF IT BECOMES NECESSARY, CONTRACTOR SHALL TAKE NECESSARY MEASURES TO ENSURE NO DAMAGE OCCURS TO THE PAVEMENT. CONTRACTOR IS RESPONSIBLE TO REPAIR ANY DAMAGE HE CAUSES TO THE SATISFACTION OF TXDOT. 19. CONTRACTOR SHALL OPEN ONLY AS MUCH TRENCH AS HE CAN BACKFILL DAILY. IN ACCORDANCE WITH TRENCH BACKFILL SPECIFICATIONS. CONTRACTOR SHALL NOT LEAVE ANY TRENCH OPEN OVERNIGHT. IF IT BECOMES NECESSARY TO LEAVE TRENCH OPEN OVERNIGHT IT SHOULD BE PROTECTED WITH CTBs OR APPROVED EQUIYILENT. 20. CONTRACTOR SHALL KEEP ALL APPLICABLE AND NECESSARY PERMITS ON SITE, AND BE READY TO PRODUCE THEM AT THE REQUEST OF APPROPRIATE AUTHORITIES. 2I. FOR T2 MANHOLES, ABANDONMENT SHALL CONSIST OF REMOVAL OF MANHOLE NECK SECTION AND LID. AND Uote1UBU5\YUII - U5149138 PIA Users It, VIIdI,\UIILOUrarenv; ULACR S11ILIN WLq.V-ALL-UR-NUILUW.don BACKFILLING MANHOLE WITH SAND OR OTHER UAR APPROVED MATERIAL. BACKFILLING TO ORIGINAL GRADE SHALL BE IN ACCORDANCE WITH TX DOT SPECIFICATIONS. MANHOLE MAY NOT BE ABANDONED UNDER PROPOSED PAVEMENT. ALL OTHER MANHOLE ABANDONMENT WITHIN TXDOT ROW WILL BE CONSIDERED ON A CASE -BY -CASE BASIS AND ABANDONMENT REQUEST MUST BE SUBMITTED WITH THE UTILITY ADJUSTMENT ASSEMBLY PACKAGE. 22. FOR T4 HANDHOLES, ABANDONMENT SHALL CONSIST OF REMOVAL OF LID OF HANDHOLE, AND BACKFILLING WITH SAND OR OTHER UAR APPROVED MATERIAL. BACKFILLING TO ORIGINAL GRADE SHALL BE IN ACCORDANCE WITH TXDOT SPECIFICATIONS. ALL EXISTING MANHOLES UNDER PROPOSED PAVING SHALL BE REMOVED. 23. CONTRACTOR IS CAUTIONED THAT DIRECTIONAL BORE LENGTH INDICATED ON PLANS ACCOUNTS FOR THE HORIZONTAL LENGTH OF THE BORE ONLY. ADDITIONAL LENGTH OF BORE NECESSARY TO RISE AND FALL VERTICALLY IS CONSIDERED INCIDENTAL. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ADJUST THE BORE LENGTH ACCORDINGLY. ENVIRONMENTAL NOTES: 1. CONTRACTOR MUST CONFORM TO BLUEBONNET CONTRACTORS' ENVIRONMENTAL PERMIT, ISSUES AND COMMITMENT (EPIC) SHEETS AND APPROVED COMPREHENSIVE ENVIRONMENTAL PROTECTION PLANS FOR ENVIRONMENTAL PROTECTION INFORMATION. 2. TREE PROTECTION IS ONLY NECESSARY TO ENSURE PROTECTION OF TREES ON PRIVATE PROPERTY. 3. CONTRACTOR SHALL NOT DISPOSE OF SURPLUS FXCAVATED MATERIAL WITHOUT NOTIFYING BLUEBONNET CONTRACTORS WITHIN 48 HOURS OF SOIL DISPOSAL. 4. ALL TEMPORARY EROSION CONTROL MEASURES SHALL BE IN PLACE PRIOR TO START OF CONSTRUCTION, AND MUST BE INSTALLED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. 5. TEMPORARY EROSION CONTROL MEASURES SHALL BE INSTALLED USING BEST MANAGEMENT PRACTICES AND IN A MANNER TO PREVENT CONSTRUCTION RELATED SEDIMENT TO FLOW DOWNSTREAM INTO WATERWAYS. 6. TEMPORARY EROSION CONTROLS SHALL BE INSPECTED AND MAINTAINED SUCH TO ENSURE THEIR INTENDED PERFORMANCE. 7. ALL BORE PITS MUST BE PROTECTED WITH SILT FENCING ON THE DOWNSLOPE SIDE TO PREVENT BORING MUD RUNOFF. 8. ANY BORING MUD DISCHARGE MUST BE PROMPTLY CONTAINED AND CLEANED UP AS SOON AS PRACTICAL, BUT NOT LATER THAN COMPLETION OF THE RELEVANT BORE OPERATION. 9. CONTRACTOR SHALL HAVE A VACUUM TRUCK AVAILABLE AROUND BORE RIGS AT ALL TIMES TO HELP CONTAIN ANY MUD SPILLS PROMPTLY. 10, GRADE RESTORATION SHALL FOLLOW ACTIVE CONSTRUCTION, AND SHALL NOT LAG BEHIND ACTIVE CONSTRUCTION MORE THAN 48 HOURS. 11. NO PERMANENT EROSION CONTROLS SHALL BE IMPLEMENTED AS PART OF THIS PROJECT WITHIN THE LIMITS OF THE CONSTRUCTION (LOC) OF THE NORTH TARRANT EXPRESS (NTE). HOWEVER. WHERE CONSTRUCTION IS TO TAKE PLACE OUTSIDE OF LOC OF THE NTE, ALL APPLICABLE RESTORATION INCLUDING REVEGETATION USING TXDOT STANDARDS SHALL APPLY. )2. BORING MUD MUST BE DISPOSED AT A LOCATION APPROVED BY THE PROJECT INSPECTOR AND THE APPROPRIATE GOVERNING AUTHORITY. TRAFFIC CONTROL NOTES: 1. ALL TRAFFIC CONTROL SET UPS MUST BE IN ACCORDANCE WITH THE APPLICABLE SECTION OF TMIJTCD. ALL LANE CLOSURES MUST BE PRE -APPROVED BY TXDOT. 2. REFER TO TRAFFIC CONTROL DETAILS PROVIDED. CONTRACTOR IS URGED TO CONTACT THE ENGINEER FOR ANY NECESSARY CLARIFICATION. 3. WHEN SETTING UP TRAFFIC CONTROL ON ROADS OTHER THAN TXDOT, APPLICABLE PERMITS MUST BE OBTAINED FROM THE APPROPRIATE GOVERNING AUTHORITY. CONTACT ENGINEER FOR ANY QUESTIONS. 4. NO TRAFFIC CONTROL CAN BE SET UP IN INCLEMENT WEATHER. TEXAS REGISTERED Rf' NA (ER/51I F I ►-2144 2011 Texas Deportment of Transportotion .north tarrant express bluebonnet contractors, LLC Improving mobility in Texas FORT WORTH N. BEACH ST. TEMPORARY WATER LINE TXDOT GENERAL NOTES STATE TEXAS DRARN Br LIAR DISTRICT FT. WORTH 06517RED BY Fig SHEET G-4 SEQ. 04 OF 10 TECHNICAL OFFICE WORK ORDER NO. I DATE I 09/07/2011 COUNTY TARRANT CHECKED BY HIGHWAY NO DOS I N. E. LOOP 820 DATE BY DESCRIPTION GENERAL NOTES 1. LOCATION OF EXISTING UTILITIES SHOWN ARE APPROXIMATE. CONTRACTOR SHALL HELD VERIFY HORIZONTAL AND VERTICAL LOCATIONS AND OWNERSHIP OF ALL EXISTING UTILITIES PRIOR TO ANY CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL EXISTING UTILITY COMPANIES OR OWNERS A MINIMUM OF FORTY-EIGHT (48) HOURS BEFORE PERFORMING ANY WORK IN THIS AREA. CONTRACTOR WILL COORDINATE CONSTRUCTION ACTIVITIES WITH OTHER UTILITIES THAT ARE BEING RELOCATED. THE UTILITY COMPANIES PHONE NUMBERS UTILITY COMPANY CITY OF FORT WORTH CITY OF FORT WORTH ATMOS ENERGY AT&T ONCOR TIME WARNER CHARTER COMMUNICATIONS EXPEDIUS COMMUNICATIONS (FIBER OPTICS) ARCO GASOLINE SINCLAIR OIL CITGO GAS VERIZON WIRELESS DIG TESS BANK OF AMERICA (CB RICHARD ELLIS, INC.) MOTOROLA (ROT MANAGEMENT AND RESEARCH) KNOWN TO BE ON SITE ARE AS FOLLOWS: CONTACT PHONE NO WATER DEPT. FIELD OPERATIONS 817 392-8296 TRANSPORTATION & PUBLIC WORKS 817 392-8100 KEITH KEATING 817 303-2914 GARY TILORY 817 338-6202 ROBERT MARTINEZ 817 215-6688 C.J. BRANDS 214 320-5417 817 509-6272, 817 538-8534 1-800-322-2726 (660) 542-0208 (817) 355-4014 KELLY BAUMEN (972) 578-3345 1-800-344-8377 (817) 822-8138 TRACY HARDISON DAVE VAN RENS (512) 748-3613 EXT. 3363 2. THE CONTRACTOR SHALL NOT OPERATE WATER MAIN VALVES. THE CONTRACTOR SHALL COORDINATE WITH THE CITY OF FORT WORTH 2 FULL BUSINESS DAYS PRIOR TO CONSTRUCTION TO OPERATE VALVES. IT IS THE CONTRACTORS RESPONSIBILITY TO MAINTAIN NEAT AND ACCURATE PLANS OF RECORD. 3. 4. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING ADEQUATE SITE DRAINAGE THROUGHOUT THE DURATION OF THIS PROJECT. 5. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS AND APPROVALS BEFORE CONSTRUCTION BEGINS. 6. PRIOR TO EXCAVATION FOR NEW PIPING. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE LOCATION OF ALL EXISTING PIPING AND UTILITIES IN THE CONSTRUCTION AREA(S). CONTRACTOR SHALL SUPPORT EXISTING UTILITIES AS REQUIRED FOR CONSTRUCTION OF NEW ITEMS AND REINSTALL THEM AS REQUIRED AT NO ADDITIONAL COST TO THE OWNER. 7. THE CONTRACTOR SHALL NOT PLACE FILL OR WASTE MATERIAL ON ANY PRIVATE PROPERTY WITHOUT PRIOR WRITTEN PERMISSION FROM THE PROPERTY OWNER AND PROVIDE DEVELOPER WITH A COPY. NO EXCESS EXCAVATED MATERIAL SHALL BE DEPOSITED IN LOW AREAS OR ALONG NATURAL DRAINAGE WAYS THAT WILL RESTRICT THE NATURAL FLOW OF WATER. IF THE CONTRACTOR PLACES EXCAVATED MATERIAL IN LOW AREAS THAT WILL CAUSE FLOOD DAMAGE, HE WILL BE RESPONSIBLE FOR ALL DAMAGE RESULTING FROM SUCH FILL AND HE SHALL REMOVE THE FILL AT HIS EXPENSE. 8. ALL STREETS WITHIN THE SCOPE OF THE CONTRACT SHALL BE KEPT ACCESSIBLE TO FIRE TRUCKS, AMBULANCES AND OTHER EMERGENCY VEHICLES, AT ALL TIMES. 9. THE CONTRACTOR SHALL MAINTAIN SUITABLE ACCESS OF A PASSENGER CAR TO PRIVATE PROPERTY OWNERS, THE ENGINEER AND THE CITY OF FORT WORTH AT ALL TIMES DURING CONSTRUCTION. 10. WHERE GRASS IS REMOVED FOR INSTALLATION OF PIPELINE, OR OTHER IMPROVEMENTS REQUIRED BY THIS PROJECT, CONTRACTOR SHALL REPLACE GRASS SUCH THAT THE GRASS THAT WAS PRESENT IN PRE CONSTRUCTION CONDITIONS IS REPLACED AND/OR RESTORED, WITH THE SAME TYPE GRASS, TO ITS CONDITION IN AS GOOD OR BETTER CONDITION THAN PRIOR TO CONSTRUCTION. GRASS REPLACEMENT SHALL BE SODDING IN PRIVATE PROPERTY AND HYDROMULCH SEEDING IN OTHER AREAS, UNLESS DIRECTED OTHERWISE BY DEVELOPER. 11. THE CONTRACTOR SHALL AVOID DAMAGING ANY EXISTING WATER SPRINKLER SYSTEM THAT MAY BE IN THE CONSTRUCTION AREA AND WILL BE RESPONSIBLE FOR REPAIRS TO ANY HEADS OR LINES DAMAGED. REPLACEMENT, AS NECESSARY, SHALL BE AT LIKE OR BETTER MATERIAL AND INSTALLED BY A LICENSED IRRIGATOR, AT THE CONTRACTORS EXPENSE. DAMAGED SPRINKLERS SHALL BE REPLACED THE SAME DAY THEY ARE DAMAGED, TO THE SATISFACTION OF THE CITY, DEVELOPER AND OWNER. 12. THE CONTRACTOR SHALL REMOVE ALL FENCES, LOCATED WITHIN EASEMENTS, INTERFERING WITH CONSTRUCTION OPERATION AND PROVIDE TEMPORARY FENCING DURING CONSTRUCTION. REMOVED FENCES SHALL BE REPLACED WITH A NEW FENCE OF EQUAL OR BETTER QUALITY OR UNDAMAGED ORIGINAL FENCING TO MATCH THE EXISTING CONDITION OF THE FENCE. ALL AFFECTED PROPERTY OWNERS SHALL BE NOTIFIED TWO WEEKS PRIOR TO CONSTRUCTION. REMOVAL AND REPLACEMENT OF EXISTING AND TEMPORARY FENCES SHALL BE CONSIDERED SUBSIDIARY TO THE PROJECT COST. 13. ALL DRIVEWAYS, WHICH SHALL BE SAW CUT, SHALL HAVE ACCESS PROVIDED AT ALL TIMES. CLOSURES, PARTING OF FULL SHALL BE COORDINATED WITH PROPERTY OWNER. 14. THE CONTRACTOR SHALL DISTRIBUTE LETTERS TO ALL AFFECTED PROPERTY OWNERS PRIOR TO BEGINNING WORK ON EACH PROPERTY. THIS LETTER SHALL INCLUDE NAMES AND TELEPHONE NUMBERS OF CONTRACTOR CONTACTS, A DESCRIPTION OF WORK TO BE DONE, AND THE TIME FRAME FOR DOING THE WORK. THE CONTRACTOR SHALL NOTIFY RESIDENTS 5 BUSINESS DAYS IN ADVANCE OF PERFORMING ANY WORK ON PRIVATE PROPERTY. DISTRIBUTION OF LETTERS SHALL BE CONSIDERED AN INCIDENTAL COST TO PROJECT. 15. THE CONTRACTOR SHALL DVD ALL POTENTIALLY IMPACTED PRIVATE PROPERTY AREAS PRIOR TO WORK. VIDEOS SHALL INCLUDE DATE NOTATION AND AUDIO IDENTIFICATION OF PROPERTY ADDRESS AND MAIN/LATERAL NAME. THIS PRE -CONSTRUCTION DVD OF IMPACTED PROPERTIES SHALL BE CONSIDERED SUBSIDIARY WORK AND SUBMITTED TO THE CITY PRIOR TO CONSTRUCTION. 16. PI'S AND VPI'S ARE SHOWN IN THE PLANS FOR ALINGMENT PURPOSES. CONTRACTOR SHALL USE STANDARD FITTINGS SHOWN ON THE PLAN AND DEFLECTED PIPE JOINTS, NO GREATER THAN 75% OF THE MANUFACTURERS RECOMMENDATIONS, TO ACHIEVE THE ALIGNMENT SHOWN IN THE PLANS. 17. THE CONTRACTOR SHALL DISINFECT THE NEW WATER MAINS IN ACCORDANCE WITH AWWA STANDARD C651 AND THEN FLUSH AND SAMPLE, AND PROVIDE A HARD COPY OF TEST RESULTS PRIOR TO TESTING THE LINES BEFORE BEING PLACED INTO SERVICE. SAMPLES SHALL BE COLLECTED FOR MICROBIOLOGICAL ANALYSIS TO CHECK THE EFFECTIVENESS OF THE DISINFECTION PROCEDURE WHICH SHALL BE REPEATED IF CONTAMINATION PERSISTS. A MINIMUM OF ONE SAMPLE FOR EACH 1,000 FEET OF COMPLETED WATER LINE WILL BE REQUIRED OR AT THE NEXT AVAILABLE SAMPLING POINT BEYOND 1,000 FEET AS DESIGNATED BY THE DESIGN ENGINEER. TEST MUST BE APPROVED BY THE CITY OF FORT WORTH BEFORE THE WATER LINE CAN BE PUT IN SERVICE. CONTRACTOR TO DECHLORINATE WATER USED FOR FLUSHING NEW WATER LINE TO 0.1 MG/L CHLORINE PRIOR TO DISCHARGE TO STORM DRAIN. GENERAL NOTES CONT, 18. ALL NEWLY INSTALLED WATER PIPES AND RELATED PRODUCTS MUST CONFORM TO AMERICAN NATIONAL STANDARDS INSTITUTE/NATIONAL SANITATION FOUNDATION (ANSI/NSF) STANDARD 61 AND MUST BE CERTIFIED BY AN ORGANIZATION ACCREDITED BY ANSI. 19. THE CONTRACTOR SHALL NOT PLACE THE WATER PIPE IN WATER OR WHERE IT CAN BE FLOODED WITH WATER OR SEWAGE DURING ITS STORAGE OR INSTALLATION. 20. THE CITY HAS THE FIRST RIGHT OF REFUSAL ON ALL SALVAGE MATERIALS FROM THE PROJECT. THOSE THE CITY ES NOT WANT SHALLBE VIES TO KEEP DISPOSED OF BY THE BE DELIVERED OSERVICE THE CENTER D THE CONTRACTOR AT HIISEXPENSE..PROVIDETRANSMITTAL ON ALL THOSE THE CITY ODELIVERIES. 21. ALL ABANDONED LINES CAPPED OR PLUGGED. NOTE ON AS -GUILTS. 22. TELEPHONE LINES, ELECTRIC LINES, GAS LINES (UNDERGROUND OR ABOVE GROUND) CUT OR DAMAGED BY CONTRACTOR SHALL BE REPAIRED AND RESTORED AT NO ADDITIONAL COST TO OWNER. 23. CONTACT UTILITY IMMEDIATELY IF CUT OR DAMAGED. SERVICE MUST BE RESTORED IMMEDIATELY TO ELIMINATE DISRUPTION OF SERVICE OVER THE WEEKEND. CONTRACTOR SHALL OBTAIN EMERGENCY 24 HOUR UTILITY CONTACTS AND HAVE AVAILABLE SHOULD THIS ISSUE ARISE. 24. REPLACE OR RESTORE ALL EXISTING UTILITY MARKERS AND ROADWAY SIGNS. 25. NO MUD PERMITTED ON ROADWAYS, PARKING LOTS, AND DRIVEWAYS. 26. COVER OPEN TRENCHES IN ROADWAY AT END OF WORK SHIFT WITH STEEL PLATES TO PREVENT PUBLIC (PEDESTRIAN) FROM FALLING INTO EXCAVATIONS. 27. BE REMOVED.I THE STREET MUST S COMPLETE, ALL PBEE FITTINGS, TOOLS, INCIDENTAL MATERIALS, WHEN WORK POWER SIDEWALKS, BE CMUST CLEANED AND CLEARED OF EXCAVATED PAVEMENT AND SOILS. 28. ALL LANES OF BEACH STREET INSIDE CITY OF FORT WORTH RIGHT OF WAY SHALL REMAIN OPEN FROM 7:00 AM TO 9:00 AM AND FROM 4:00 PM TO 6:00 PM, UNLESS APPROVED BY THE CITY. 29. WATER DISCHARGED WHILE DRAINAGE, TESTING OR DISINFECTING PIPELINE SHALL BE DONE IN ACCORDANCE WITH TCEO GENERAL PERMIT NO. TX670000. FREESE AND NCHOLS. 1'NC. TXAS REGISTERED FR4 F-7144 201I Ar Texas Deportment of Tronsportot ion mnorth tarrant express bluebonnet contractors, LLC Improving mobility in Texas YICNOLS FORT WORTH N. BEACH ST. TEMPORARY WATER LINE GENERAL NOTES STATE TEXAS WATCH BY LW DISTRICT FT. WORTH DESIGNED BY RIO SHEET G-5 SEQ. 05 OF 10 TECHNICAL OFFICE WORK ORDER NO. I DATE ¢JI 09i07i20n COUNT TARRANT CHECKED BY HIGHWAY NO DOS I N. E. LOOP 820 Un lcelort worth LAJIW I DoteT U9U.,PlUII-UhT JUTeb VMI Usen le 1lWI: WI ILYUrOrinpslBEALH AI LILL& KLLLV-ALL-UN-NUILUJ.dpn :REL. DATE BY DESCRIPTION 2 FORT WORTH WATER GENERAL NOTES 1. WATER SYSTEMS HAVE BEEN DESIGNED IN ACCORDANCE WITH THE "POLICY AND PROCEDURE FOF PROCESSING WATER AND SEWER DESIGN" DATED APRIL 1999, WITH THE LATEST REVISIONS, AS ESTABLISHED BY THE CITY OF FORT WORTH WATER DEPARTMENT FOR WATER AND SEWER PROJECTS. 2. APPLICABLE DESIGN AND DETAILS SHALL CONFORM TO PART E OF THE GENERAL CONTRACT DOCUMENTS AND SPEOFICATIONS FOR WATER DEPARTMENT PROJECTS AND/OR ANY CURRENT UPDATES OF THESE. 3. EXISTING UTILITY DATA 15 PROVIDED FOR INFORMATION ONLY. ALTHOUGH THIS DATA IS SHOWN AS ACCURATELY AS POSSIBLE, THE CONTRACTOR IS CAUTIONED THAT THE CITY AND THE ENGINEER NERHEF ASSUMES NOR IMPLIES ANY RESPONSIBILITY FOR THE ACCURACY OF THIS DATA 4. THE CONTRACTOR IS TO VERIFY LOCATION AND ELEVATION OF EXISTING UTILITIES PRIOR TC CONSTRUCTION. 5, THE CONTRACTOR SHALL KEEP AT LEAST ONE LANE OF TRAFFIC OPEN AT ALL TIMES DURING CONSTRUCTKJN. 6. HORIZONTAL BLOCKING FOR WATER UNES HAS BEEN OMITTED FOR CLARITY, HOWEVER BLOCKING SHALL BE CONSTRUCTED IN ACCORDANCE WITH WTR-008, SECTION E1-20 AND E2-20 OF THE "GENERAL CONTRACT DOCUMENTS AND SPECIFICATION FOR WATER DEPARTMENT PROJECTS." 7. TRENCHES WHICH UE OUTSIDE EXISTING PAVEMENTS SHALL BE BACKFILLED ABOVE THE TOP OF THE EMBEDMENT WITH TYPE "C' BAOCRLL MATERIAL WHEN TYPE "C' BACKFILL MATERIAL 15 NOT SUITABLE AND AT THE DIRECTION OF THE ENGINEER, TYPE "B" MATERIAL SHALL BE USED. ALL BAO(FILL MATERIAL SHALL BE COMPACTED TO A MINIMUM OF 95% PROCTOR DENSITY BY MEANS OF TAMPING ONLY TRENCHES, WHICH CROSS UNDER EXISTING PAVEMENT, SHALL BE BACKFILLED PER WrR-029 ANC COMPACTED TO 95% OF STANDARD PROCTOR DENSITY AT A MOISTURE CONTENT OF -2% TO +4% Of OPTIMUM MOISTURE CONTENT. 8. TOP OF WATER LINES SHALL BEAMINIMUM OF3'-6"BELOW TOP OFCURB EXCEPTWHERE SHOWN OTHERWISE IN THESE PLANS. 9. VALVES SHALL BE INSTALLED WHERE DESIGNATED ON THESE PLANS. 10. FIRE HYDRANTS SHALL BE A MINIMUM OF 3'-0" BEHIND THE FACE OF CURB AND IN LINE WITH PROPERTY/LOT LINES EXCEPT WHERE SHOWN OTHERWISE IN THESE PLANS. 11, INSERT CLEANING PIG IN WATER MAIN WHERE DIRECTED. "CLEANING PIG" SHALL BE PROVIDED BY CONTRACTOR. 12. INSTALL CHLORINATION AND SAMPLING POINTS AT DESIGNATED LOCATIONS PER WTR-21 OF THE "GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS." 13. CORPORATION STOPS SHALL BE TESTED FOR FULL FLOW WHEN THE SYSTEM IS PRESSURE TESTED. 14. CONTRACTOR IS RESPONSIBLE FOR ALL TRENCH SAFETY. THE CONTRACTOR SHALL CONSTRUCT THE PROPOSED WORK UTIUZING A TRENCH SAFETY PLAN PREPARED BY A PROFESSIONAL ENGINEER FOR THE PROJECT. ATRENCH SAFETY PLAN SHALL BE SUBMITTED AT THE PRE -CONSTRUCTION MEETING. 15. ALL WATER ONES CROSSING BELOW STORM SEWER UNES SHALL BE DUCTILE IRON PIPE UNLESS NOTED OTHERWISE. 16. ALL WATER SERVICES SHALL BE INSTALLED OVER STORM SEWERS, EXCEPT WHERE SHOWN OTHERWISE. 17. ELEVATION ADJUSTMENT AT CONNECTIONS MAY BE MADE WITH BENDS, OFFSETS, OR JOINT DEFLECTIONS (JOINT DEFLECTIONS NOT TO EXCEED MANUFACTURE'S RECOMMENDATIONS OR AS DEEMED APPROPRIATE BY THE ENGINEER). Utticeiort worth I.SJIU4Ib Uotel U9\I S\YU11 - US, SU139 PLI Uxert Ie F IIAI \UI IL\UrorinY,\BEACH SI\ILM' WL LLY-ALL-UN-NUIEU/. dOn 18. ALL NON-STANDARD BENDS SHALL BE MADE BY USING THE CLOSEST STANDARD MJ FITTINGS OR FITTINGS WITH THE REQUIRED JOINT DEFLECTIONS (DEFLECTION NOT TO EXCEED THE MANUFACTURER'S RECOMMENDED DEFLECTION PERJOINT). 19. ALL EXISTING 3/4-INCH WATER SERVICE LINES SHALL BE REPLACED WITH 1-INCH TYPE K COPPEF SERVICE LINES, WITH 1-INCH CORPORATION STOPS AND IF REQUIRED 1-INCH TAPPING SADDLE AND 1- I NCH X 3/4-INCH REDUCER AT THE 3/4-INCH CURB STOP AS DIRECTED BY THE ENGINEER. 20. ALL EXISTING WATER METERS SHALL BE RELOCATED 3' BEHIND CURB OR AS DIRECTED BY THE ENGINEER. 21. EXISTING UTILITY CROSSING SHOWN ON PROFILE ARE FROM REFERENCE PLANS, AND FROM INFORMATION OBTAINED FROM THE UTILITY COMPANIES. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO FIELD VERIFY THE HORIZONTAL AND VERTICAL LOCATIONS OF THE EXISTING UTILITIES. 22. THE CONTRACTOR SHALL INSTALL A 2" TEMPORARY WATER SERVICE MAIN. 23. THE CONTRACTOR PERSONNEL SHALL WEAR IDENTIFYING CLOTHING OR HATS AT ALL TIMES. THE CONTRACTOR SHALL ALSO HAVE IDENTIFICATION ON ALL VEHICLES. 24,CONSTRUCTION ACTIVITIES SHALL BE LIMITED TO THE HOURS OF 7:00 AM TO 6:00 PM UNLESS OTHERWISE APPROVED OR DIRECTED BY THE ENGINEER IN THE CASE OF ARTERIAL STREETS, 9:00 AN AN0400 PM ONLY. 25. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING WATER CONNECTIONS TO ALL HOMES ANC BUSINESSES IN WORKING ORDER AT ALL TIMES, EXCEPT FOR BRIEF PRE -NOTIFIED INTERRUPTIONS IN WATER SERVICES, IN NO CASE SHALL SERVICES BE ALLOWED TO REMAIN UNREINSTATED OVERNIGHT. 26.THE CONTACTOR SHALL SAW CUT EXISTING CURB AND GUTTER PAVEMENT, DRIVEWAYS ANC SIDEWALKS IN AREAS WHERE PAVEMENT OR CONCRETE IS TO BE REMOVED. SAW CUTTING WILL BE CONSIDERED SUBSIDIARY TO THE PRI3 PER UNEAR FOOT OF PIPE. CONTRACTOR SHALL PROVIDE COMPACTED SELECT MATERIAL AS NEEDED TO REPAIR DAMAGED DRIVES, STREETS, WALKS AND PATIOS. 27.THE CONTRACTOR SHALL REMOVE ALL FENCES, LOCATED WITHIN EASEMENTS AND PARKWAY, INTERFERING WITH CONSTRUCTION OPERATIONS AND PROVIDE TEMPORARY FENCING DURING CONSTRUCTION. REMOVED FENCES, WOODEN OR CHAIN LINK, SHALL BE REPLACED WITH A NEW FENCE OR UNDAMAGED ORIGINAL FENCING. ALL AFFECTED PROPERTY OWNERS SHALL BE NOTIFIED PRIOR TC CONSTRUCTION. REMOVAL AND REPLACEMENT OF EXISTING AND TEMPORARY FENCES SHALL BE CONSIDERED SUBSIDIARY TO THE PROJECT COST AND MUST BE REFLECTED IN THE UNIT BID PRICES FOF VARIOUS ITEMS LISTED IN THE PROPOSAL 28. THE CONTRACTOR 15 RESPONSIBLE FOR KEEPING STREETS AND SIDEWALKS ADJACENT TO THE PROJECT FREE OF MUD AND DEBRIS ARISING FROM THE CONSTRUCTION ACTIVITY. 29. ALL BARRICADES, WARNING SIGNS, LIGHT DEVICES, ETC. FOR THE GUIDANCE AND PROTECTION Of TRAFFIC AND PEDESTRIANS MUST CONFORM TO THE INSTALLATION SHOWN IN THE 1980 TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES AS CURRENTLY AMENDED, TEXAS STATE DEPARTMENT OF HIGHWAYS AND PUBUC TRANSPORTATION. FREESE ALA NICHOLS INC. TCxAS REGISTERED ENG►EERINF FIRM 1-2144 2011 Texas Deportment of Transportation mnorth tarrant express bluebonnet contractors, LLC Improving mobility in Texas imiINICHOLLS FORT WORTH N. BEACH ST. TEMPORARY WATER LINE FORT WORTH WATER GENERAL NOTES STATE TEXAS DRAWN BY LIM DISTRICT FT. WORTH DESIGNED BY RIA SHEET G-6 SEO. 06 OF 10 TECHNICAL OFFICE WORK ORDER N0. I DATE 09/01/2011 COUNTY TARRANT CHECKED BY I HIGHWAY NO DOS I N.E. LOOP 820 -REV DATE BY DESCRIPTON FOSSIL VISTA DR. WARNNQ!! UNDER GROUND ELECTRIC LINE DOUBLE ROW OF JERSEY BARRIERS THIS AREA CONNECT TO EX. 12" WL INSTALL: 1-12" ANCHOR TEE 2-12" GATE VALVES e9� ing MOTOROLA /7—EX. 12 WL 8' FROM COMMUNICATION LINE TO BOC PROPOSED TEMPORARY 12" SERVICE LINE yTH #1 TOP OF PIPE 4' TP ELEVATION 645.07 N=6992838.342 E=2340083.439 EXISTING ELECTRIC EASEMENT N. BEACH ST. EX. 36" WL 2' FROM OM UNI TI'N LINE TO BOC TH #3 TOP OF 12" PIPE 3'8" TP ELEVATION 646.35 N=6992575.749 E=2340145.522 CONNECT TO EX, 12" FIRE LINE INSTALL: 1-12"x10" TAPPING SLEEVE & VALVE EXISTING COMMUNICATION LINE T EXISTING ROW /— i 40' FROM JERSEY BARRIER TO BCC TEMPORARY FENCING EX. 24" STEEL CASING 20' FROM PROPOSED TEMP SERVICE LINE TO TEMP FENCE PROVIDE JERSEY BARRIER ON STREET SIDE OF TEMPORARY WATER LINE EXISTING COMMUNICATION LINES BANK OF AMERICA TEMPORARY WATER LINE SCHEMATIC AERIAL VIEW 1"=20' TH #2 TOP OF 12" PIPE 4'4" TP ELEVATION 646.12 N=6992565.509 E=2340147.793 CONNECT TO EX. 12" WL r1AUTION!n EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REOUIRED RELOCATION. EX. 16" STEEL CASING DOUBLE ROW OF JERSEY BARRIERS THIS AREA UN R OUND COMMUNICATION LINE i 0 10' 20' J 40' SCALE IN FEET NOTES: L THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH CONNECTION LOCATION: AT8T I.800.878.8711 FORT WORTH WATER DEPT.• FIELD OPERATIONS 18171 392.8296 FORT WORTH TBPW (8171 392-8100 ATMOS ENERGY 1817) 215-4366 ONCOR GAS B ELECTRIC 1817) 215-6214 TXU ENERGY 1-800-233-2133 SBC TELEPHONE IB17) 338-6819 CHARTER COMM. 18171 509-6272 EXT. 3363 ALL OTHER FACILITIES I.800•DIG•TESS 2. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 72 HOURS PRIOR TO EXCAVATING AT EACH CONNECTION LOCATION. BANK OF AMERICA (8171 822.8138 (CB RICHARD ELLIS) MOTOROLA 1512T 748.3613 (REIT MANAGEMENT AND RESEARCH) 3 PRESSURE RATE L160E PSI AND AND NS0 6 DR -II, CERTIFIED. 4. TEMPORARY WATER LINE SHALL BE TESTED IN ACCORDANCE WITH ASTM F2164 AND AWWA C600 TO A PRESSURE OF 150 PSI. 5. TEMPORARY WATER LINE SHALL BE DISINFECTED IN ACCORDANCE WITH AWWA 651. 6. TEMPORARY WATER LINE SHALL BE TESTED, DISINFECTED AND APPROVED BY THE CITY OF FORT WORTH PRIOR TO PLACING TEMPORARY WATER LINE IN SERVICE. 7. RESTORE LANDSCAPING TO EXISTING CONDITION AFTER TEMPORARY WATER LINE IS REMOVED. PROPOSED GATE VALVES SHALL REMAIN IN PLACE. 8. CONTRACTOR SHALL NOT ALLOW HEAVY EOUIPMENT OR MATERIALS TO CROSS OR BE PLACED OVER EXISTING UTILITIES. LEGEND PROP WL EX WL EX ROW PROP ROW EX TEL 8 ELEC LINES EX SS TEMP FENCE - — FREESE AND NGIOLS INC. TEXAS REGISTERED ENGHEERNG FNY F-2144 2011 A, Texas Deportment of Transportation dair-north tarrant express bluebonnet contractors, PLC Improving mobility in Texas ri., `<NIICHOLS FORT WORTH N. BEACH ST. TEMPORARY WATER SERVICE STATE TEXAS DRAWN BY LAIR DISTRICT FT. WORTH DESIGNED BY RDO SHEET C-1 SE.O. 08 OF 10 TECHNICAL OFFICE WORK ORDER NO. DATE J 09/07/201' COUNT TARRANT CHECKED BY I11(1WAY NO ncs I N.E. LOOP 820 Office SLOCATIO:IS SACCOUIITS Oale: SOATES User: SUSERR#AEFILELS REV DA)! BY DESCRIPTION «««85 a R 8 IX. VALVE r - � H -A A, -`-1, A- -i- a - c-I -1 -r INSTALL ANCHOR TEE (CUT IN) IX. VALVE - J EX. MOTOROLA METER VAULT 12x6' INSTALL J wEt=1=�3 REDUCER 1 1 \ 12' GV l 11 INSTALL 12" GV (MJxFLC) INSTALL 12' BUND FLANGE & BLOCKING AFTER THE TEMPORARY UNE IS REMOVED (FIELD VERIFY) I m_Er=1-13m III L 111 -j —---III III-- w -LC-------- 9'-0" EX. BANK OF AAIERICA METER VAULT EX. 10' FIRE UNE I I 1 1 4. A-ti 1 I. AI--.1 r-" --"n--In- I HE 1 - !- /- 1-X 1 - -1 - Ili- NF- -F 1--V I--L I--r V----1—III--.-11- I L -I 1 IX. 12'00' REDUCER 2" BYPASS EX. BANK OF AMERICA METER VAULT 4' DOMESTIC UNE F - "4-1 4' IRRIGATION UNE EX, 6' WATER UNE (FIELD VERIFY) APPROXIMATE LOCATION OF BOC 12x10' HDPE TEE 12' TEMPORARY WATER UNE TO BE PLACED ABOVE GROUND Ex. 12'xe• REDUCER EX. rx4 REDUCER ROW UNE- I 7'-6" FROM CONNECTION ROW UNE-,4 POINT TO COMMUNICATION LINE 6"x4' TAPPING SLEEVE & VALVE INSTALL 4' BUND FLANGE & BLOCKING AFTER THE TEMPORARY UNE IS REMOVED FROM CONNECTION TO BOC 10'-0"± FROM ROW TO BOC 1 12' GATE VALVE r REMAIN OPEN I DURING SHUT I 1 DOWN N' I yww 1 I 1 1 `- EX. 12' I DIP I 1 (�F,) I / I • 12" GATE VALVE 1 CLOSED DURING I SHUT DOWN , I I 1 rl LIX. 12' DIP (FIELD VERIFY) I 1 1 - - i r EX. BOC INSTALL 10' BLIND FLANGE & BLOCKING AFTER THE TEMPORARY UNE IS REMOVED 12 K10' TAPPING SLEEVE MID "ALVE (FLGKFLG) - _ _v ` -v -IX. 24' CASING EX. 12' WATER UNE (FEU) VERIFY) UNDERGROUND COMMUNICATION UNE 2'-0" FROM COMMUNICATION UNE TO BOC - �r 1 !—C_Ti _ �IX. CASING TEMPORARY WATER LINE n SERVICE SCHEMATIC DETAIL NOT TO SCALE EXISTING 36' WATER UNE INSTALL 12' GV (MJxFLG) INSTALL 12' BUND FLANGE & BLOCKING AFTER THE TEMPORARY UNE IS REMOVED (FIELD VERIFY) NOTES: I. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH CONNECTION LOCATION: AT&T 1-800-878-8711 FORT WORTH WATER DEPT.- 1 FORT WORTHTITBPW (817) 392 810006 0NCORS GASR8YELECTRIC (817) )215-6214 6 TXU ENERGY 1-800-233-2133 SBC TELEPHONE (817) 338-6819 * CHARTER COMM. 18171 609-6272 4 EXT. 3363 ID ALL OTHER FACILITIES I-800-DIG-TESS 2. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 72 HOURS PRIOR TO EXCAVATING AT EACH CONNECTION LOCATION. BANK OF AMERICA (817) 822-8138 (CB RICHARD ELLIS) MOTOROLA 512) 748-3613 (REIT MANAGEMENT AND RESEARCH) 3. HDPE PIPE SHALL BE AWWA C•906 DR -II, PRESSURE RATE 160 PSI AND NSF-61 CERTIFIED. 4. TEMPORARY WATER LINE SHALL BE TESTED IN ACCORDANCE WITH ASTM F2164 AND AWWA C600 TO A PRESSURE OF 150 PSI. 5. TEMPORARY WATER LINE SHALL BE DISINFECTED IN ACCORDANCE WITH AWWA 651. 6. TEMPORARY WATER LINE SHALL BE TESTED DISINFECTED AND APPROVED BY THE CITY OF FORT WORTH PRIOR TO PLACING TEMPORARY WATER LINE IN SERVICE. 7. RESTORE LANDSCAPING TO EXISTING CONDITION AFTER TEMPORARY WATER LINE IS REMOVED. PROPOSED GATE VALVES SHALL REMAIN IN PLACE. -H AUTI0N 11!! 0o EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED RELOCATION. 0 LEGEND PROP WL EX WL EX ROW PROP ROW FREESE AND WHOLE INC. TEXAS REGISTERED ENGNEERI96 FRM F-2144 pi„.6) exas Department of Transportation ir-north tarrant express bluebonnet contractors, LLC Improving mobility in Texas INICHOLS FORT WORTH N. BEACH ST. TEMPORARY WATER SERVICE CONNECTION SCHEMATIC SHEET C-2 SEQ. 09 OF 10 TECH'I'CAL 0F}lCE WORK ORDER N0. I DATE J 09/07/2011 STATE DISTRICT COUNT TEXAS FT. WORTH TARRANT ORAWN BY DESIGNED BY CHECKED BY I HIGHWAY NO LUR Ruo DGs I N.E. LOOP 820 011ite: VACATIONS SACCOUNTS Dole: SDATES User: SUSERRAMBF0.ELS SUSERSIWS Sl 0E4TIU ANnitI misix MID n8 PROVIDE WATER FILLED PLASTIC JERSEY BARRIER NEXT TO TEMPORARY WATER LINE 12" TEMPORARY HDPE WATER LINE 3/8" STAINLESS STEEL CABLE STEEL ANCHORS------' NOTES; 1.'" (TYP.) 1. ANCHORS SHALL BE INSTALLED AS FOLLOWS: a. STRAIGHT PIPE RUNS - 50' SPACING b. CURVES AND PI'S - 10' SPACING c. AT ABOVE GRADE FITTINGS. d. AT LOCATIONS PIPE TRANSITIONS FROM ABOVE GRADE TO BELOW GRADE. BARRIER FOR TEMPORARY WATER LINE DETAIL NOT TO SCALE Office: SLOCATIONS SACCOUNTS Dote: SDATES User: SUSERROMEESFFLELS EXISTING GROUND NOTE DETAIL PERTAINS TO ALL GATE VALVE SEES 4' 11117U 12" OR LARGER AS DIRECTED. WATER MAN] CONCRETE COLLAR PER DETAL WTR- 004 IF VALVE OPERATING NUT IS MORE MAN 3' BROW PAVEMENT SURFACE. PROVIDE EXTENSION STEM TO 1' BELOW PAYMENT SURFACE (SEE OETAL WIR-003) MCKNLEY 40N AND STEEL CO.. N0. YBS THREE RECE VALVE BOX DR APPROVED EQUAL GATE VALVE TORQUE BOLTS PILOR TO BACKFlLL %I. Y Y GATE VALVE AND BOX (WTR-002) NOT TO SCALE FEB. 2009 'AZ,/ DATE BY 1- I- -- UL;CRIPTION +• " \.A ti ♦/ ROBERT H.McCEE AA 88948 I'dift.:415 Vi6/f/ FREESE AND MCIIOl0 NC. TEXAS REGISTERED ENGINEERING FEBA F-2144 Q2® Air Texas Department of Transportaton ff--north tarrant express bluebonnet contractors, LLC Improving mobility in Texas meFR EESE FORT WORTH N. BEACH ST. TEMPORARY WATER SERVICE HORZ.: 1" = 20' VERT.: 1' = 5' SHEET C-3 SEQ. 10 OF 10 TEC1.NICAL OFFICE WORK ORDER N0. 1 DATE 09/07/2011 STATE DISTRICT COUNTY TEXAS FT. WORTH TARRANT DRAWN BY DESIGNED BY CHECKED BY I HIGHWAY NO LAIR R1.10 DOS N.E. LOOP 820 City of Fort Worth - Conflict 89 Eligibility Ratio: 100% 820-U-0506 (Bluebonnet Contractors, LLC Direct Costs 1City of Fort Worth Direct Costs (Bluebonnet Contractors, LLC Indirect Costs (City of Fort Worth Indirect Costs (Total Cost for Relocation 1$ 1,039,068.00 I$ 1 $ 45,172.04 ! I $ 59,062.72 I 1$ 1,143,302.76 I City of Fort Worth Indirect Costs $ 59,062.72 36" Pipe Credit $ 10.00 Estimated Amount to Be Reimbursed to the City of Fort Worth: $ 59,072.72 BEACH STREET 36" WATER LINE ADJUSTMENT TOTAL UTILITY COST ESTIMATE SUMMARY Conflict 89 ELIGIBILITY RATIO = 100.0% Description Quantity Unit Unit Cost Total Total Cost Trench Safety System (14.5' x 474') 474 LF $25.00 $11,850.00 $11,850.00 Trench Safety System (Soil Nail Wall-2') 600 LF $4.00 $2,400.00 $2,400.00 Trench Safety System (10' - 20') 120 LF $15.00 $1,800.00 $1,800.00 Site Prep & Barricading 720 LF $20.00 $14,400.00 $14,400.00 Project Restoration & Clean-up 1 LS $7,500.00 $7,500.00 $7,500.00 TOTAL GENERAL REQUIREMENTS $37,950.00 Description Furnish and Install Casing & Water line Open Cut Common Trench (14.5x7x474=1782 CY) 54" Bore (each end of casing) Furnish & Install 54" Steel Pipe Furnish 36" Restrained DIP Carrier Pipe Install 36" DIP Carrier Pipe Furnish & Install 36" Casing Spacers Furnish & Install 36" RCCP Closure Section Furnish & Install 54" Casing End Caps Furnish & Install 36" DIP in open cut Furnish & Install 36" Gate Valve Assembly Furnish & Install Air Valve Assembly Paving Restoration Furnish & Install 36" Bends with Blocking Dewater, Pressure Test, Chlorinate Pressure Grout 54" Casing Flowable Fill Encasement for 54" Open Cut Pipe Magnesium Anodes (48# high potential) Salvage Existing 36" Valve (removal w/ no cash value) TOTAL UNDERGROUND CONSTRUCTION: Quantity I Unit I Unit Cost I Total 474 LF 126 LF 600 LF 720 LF 720 LF 102 EA 2 EA 2 EA 120 LF 2 EA 1 1 EA 1 1 LS 4 EA 1 LS 126 1 LF 474 1 LF 12 1 EA 1 1 EA $100.00 $800.00 $275.00 $200.00 $25.00 $200.00 $2,500.00 $1,000.00 $75.00 $33,500.00 $3,500.00 $15,000.00 $6,200.00 $10,000.00 $100.00 $190.00 $2,000.00 $0.00 $47,400.00 $100,800.00 $165,000.00 $144,000.00 $18,000.00 $20,400.00 $5,000.00 $2,000.00 $9,000.00 $67,000.00 $3,500.00 $15,000.00 $24,800.00 $10,000.00 $12,600.00 $90,060.00 $24,000.00 $0.00 Total Cost $47,400.00 $100,800.00 $165,000.00 $144,000.00 $18,000.00 $20,400.00 $5,000.00 $2,000.00 $9,000.00 $67,000.00 $3,500.00 $15,000.00 $24,800.00 $10,000.00 $12,600.00 $90,060.00 $24,000.00 $0.00 $758,560.00 ',CONTRACTOR'S OH&P Quantity Unit Unit Cost Total Total Cost Contractor's Bonding & Insurance (7.5%) $56,892.00 Contractor's Profit (10%) $75,856.00 TOTAL CONTRACTOR'S OH&P $132,748.00 DESIGN, SURVEYING AND AS-BUILTS Survey & Layout 'Plan Design by BBC TOTAL SURVEY & AS-BUILTS: Description Furnish and Install Temp 12" Water line 12" HDPE Pipe 4" PVC Pipe 6 x 4 Tapping Sleeve & Valve 12" x 10" Tapping Sleeve & Valve Cut in 12" Tee 12" Gate Valve 12" HDPE Fittings Jersey Barriers Remove 12", Barriers, Clean-up and Restore TOTAL 12" TEMP WATER LINE TOTAL CONSTRUCTION & DIRECT COSTS: Quantity Unit 855 LF 300 HR Quantity I Unit Unit Cost $5.00 $150.00 Unit Cost Total Total Cost $4,275.00 $4,275.00 $45,000.00 $45,000.00 $49,275.00 Total Total Cost 275 LF $75.00 $20,625.00 $20,625.00 18 LF $45.00 $810.00 $810.00 1 LF $1,200.00 $1,200.00 $1,200.00 1 LF $2,500.00 $2,500.00 $2,500.00 1 EA $500.00 $500.00 $500.00 2 EA $1,200.00 $2,400.00 $2,400.00 1 LS $6,500.00 $6,500.00 $6,500.00 300 LF $20.00 $6,000.00 $6,000.00 1 LS $20,000.00 $20,000.00 $20,000.00 $60,535.00 $1,039,068.00 FW INDIRECTS Quantity Unit Unit Cost Total Total Cost FW Plan Review 70 HR $100.00 $7,000.00 $7,000.00 FW Inspection 80 HR $100.00 $8,000.00 $8,000.00 FW Field Coordination & Valve Operation 1 LS $2,500.00 $2,500.00 $2,500.00 FW Overhead 1 LS $41,562.72 $41,562.72 $41,562.72 TOTAL FW INDIRECTS: $59,062.72 BLUEBONNET INDIRECTS Quantity Unit Unit Cost Total Total Cost Inspection, Plan Review & As-builts 60 HR $100.00 $6,000.00 $6,000.00 Bluebonnet Construction Verification & Insp 80 HR $100.00 $8,000.00 $8,000.00 Bluebonnet Overhead 1 LS $31,172.04 $31,172.04 $31,172.04 TOTAL BLUEBONNET INDIRECTS: $45,172.04 TOTAL COST FOR 36" WATER LINE: j $1,143,302.76 SPECIFICATIONS FOR N. BEACH STREET WATER UTILITY RELOCATION IN FORT WORTH, TEXAS FOR NORTH TARRANT EXPRESS IMPROVEMENTS PROJECT � north tarrant express ASSEMBLY U NUMBER: 820-U-0506 ROW CSJ: 0008-14-093 CONST. CSJ: 0008-14-058 CONFLICT ID NUMBERS: 89 AUGUST 2011 PREPARED FOR BLUEBONNET CONTRACTORS, LLC CIO CSJ ENGINEERING ASSOCIATES, LLC bluebonnet contractors, LLC Improving mobility in Texas PREPARED BY 1 NICHOLS 4055 INTERNATIONAL PLAZA SUITE 200 FORT WORTH, TEXAS 76109-4895 (817) 735-7300 000000-1 TABLE OF CONTENTS Page 1 of 4 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 5 Division 00 - General Conditions 6 00 05 10 Mayor and Council Communication 7 00 05 15 Addcwda 8 00 11 13 LvilaLi011 lu Diddo1, 9 00 21 13 Sstctiens to Bidders 10 00 35 13 Conflict of Interest Affidavit 11 00 11 00 Did P��... 12 00 42 43 Il clr�✓.ra1 _TANsm N.1 13 00 43 13 Did Bond 14 00 43 37 \'ewer-Compliancc to &Me Law Nonresident Bidder 15 00 45 11 Bidders Prequalifications 16 00 45 12 Prequalification Statement 17 00 45 13 Bidder Prequalification Application 18 00 45 26 Contractor Compliance with Workers' Compensation Law 19 00 45 3-9 M::.,,: try u:.d WometrEiirrprise Goal 20 00 J2 43 Ag. oc111 111. 21 00 61 13 Performance Bond 22 00 61 14 Payment Bond 23 00 61 19 Maintenance Bond 24 00 61 25 Certificate of Insurance 25 00 72 00 General Conditions 26 00 73 00 Supplementary Conditions 27 28 Division 01 - General Requirements 29 01 11 00 Summary of Work 30 01 25 00 Substitution Procedures 31 01 3119 Preconstruction Meeting 32 01 31 20 I'iojc: t Mccth g.,- 33 01 32 16 Construction Progress Schedule 34 01 32 33 Preconstruction Video 35 01 33 00 Submittals 36 01 35 13 Special Project Procedures 37 01 35 43 Contaminated Mataiz'_ I-Iu:dling Lo i g rtation and Disposal [To be 38 completed in early 2012.] 39 01 45 23 Testing and Inspection Services 40 01 50 00 Temporary Facilities and Controls 41 01 55 26 Street Use Permit and Modifications to Traffic Control 42 01 57 13 Storm Water Pollution Prevention Plan 43 01 :7J 13 Thinpuiaiy IZ.,jcAA Oigiiagc 44 01 60 00 Product Requirements 45 01 66 00 Product Storage and Handling Requirements 46 01 70 00 IvI.%ilic,alivii acid r.\, Juiliaation [To Le a pieieu in early 2012.] 47 01 71 23 Construction Staking 48 01 74 23 Cleaning 49 01 77 19 Closeout Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 201 1 NTE Project MUAA- 820-U-0506 000000-2 TABLE OF CONTENTS Page 2 of 4 1 01 78 23 Operation and Maintenance Data 2 01 78 39 Project Record Documents 3 4 Technical Specifications which have been modified by the Engineer specifically for this 5 Project ; hard copies are included in the Project's Contract Documents 6 7 8 9 Division 02 - Existing Conditions 10 02 41 13 11 02 41 14 Utility Removal/Abandonment 12 02 41 15 Paving Removal 13 14 Division 03 - Concrete 15 03 30 00 Cast -In -Place Concrete 16 03 34 13 Controlled Low Strength Material (CLSM) 17 03 34 16 Dasc Matcrial Repair 18 03 80 u0 lvfodif catiuiis lu [l isliug Cuuc;icie Structures 19 20 Division 26 - Elcctrieal 26 05 00 Coinin;al Work Results for Electrical 21 26 05 10 Derolition for Electrical Syatcros 22 26 05 33 Ruc„W ay ciiJ stems 23 26 05 43 Ui�ki i u.iJ D6Lt-s cud ic,t,ways or Electrical Systems 24 25 Division 31 - Earthwork 26 31 10 00 Site Clearing 27 31 23 1 C T i:,1assificJ 28 31 23 23 29 31 24 00 Efillaaftic ien tc 30 31 25 00 Erosion and Sediment Control 31 31 3C 00 Cali.✓Ac 32 31 37 00 Rip p 33 34 Division 32 - Exterior Improvements 35 12 01 17 I\,ilnarrcrrl ANlia1l Plzviu� R pQii 36 32 01 18 Temporary Asphalt Paving Repair 37 32 01 29 Concrete Paving Repair 38 32 11 23 Da6:; Coursc3 39 32 11 29 Ti tcd Dasc C\ t{1 Jl J 40 32 11 33 Cot -lien( Treated Base Courscs 41 32 12 16 Asphalt Paving 42 32 12 73 Asphalt Paving Crack Scalants 43 32 13 13 Concrete Paving 44 _/2 13 20 C\ii.,id,✓JiJ.,vvalk,, DiiV./Way' and Barrier Free Ramps 45 32 13 73 Concrete Paving Joint Sealants 46 32 14 1 C D. i,;l: Ui.:t Pc; V:u 47 32 16 13 Concrete Curb and Gutters and Valley Gutters 48 32 17 23 Pc,wn✓Atkings 49 32 31 13 Ma:— L::rk aiid Gales 50 32 31 26 Wirc Fmxt, and Gate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 2011 NTE Project MUAA- 820-U-0506 000000-3 TABLE OF CONTENTS Page 3 of 4 1 32 31 29 Wood _na rat✓j 2 32 32 13 Ca3t in Place Concrete Retaining Walls 3 32 91 19 Pll: in✓itranl Pinidiing-e€-Parkways 4 32 92 13 Hydro -Mulching, Seeding, and Sodding 5 32 93 13 Ti x rind C ii ib 6 7 Division 33 - Utilities 8 33 01 30 0�wCol and g [7h be completed in early 2012.] 9 3-30i 31 Closed Ciicuil Ttl vibiuu (CC i V) Inspection 10 mping of Exi3tiilg 0✓yvcr Systems 11 33 04 10 Joint Bonding and Electrical Isolation 12 33 04 11 Corrosion Control Test Stations 13 33 04 12Magnesium /Anode Cathodic Protection System 14 304 :7/31 G1npui y fv'ai a 3G1 vices 15 33 04 40 Cleaning and Acceptance Testing of Water Mains 16 33 04 50 Cleaning of Se.. er r e, _ ' V .:d .;. 2012.] 17 33 05 10 Utility Trench Excavation, Embedment, and Backfill 18 33 05 12 Water r in T ,, rT. 1.,, , „1 .., .1 i 1 20141 19 33 05 13 Frame, Cover and Grade Rings 20 33 05 14 AJJuoli11g Ivlali11u1Ga, Lllc , Vdlvc Dunc6, and 0a1ci Structures to Grade 21 33 05 16 Concrctc Water Vau1tG 22 33 05 17 Concrctc Collars [Tu be w,,,plated i,, ea, ly-2012] 23 33 05 20 Auger Boring 24 33 05 21 Tumic Lux P1retc 25 33 05 22 Steel Casing Pipe 26 33 05 23 Hand Tunneling 27 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 28 33 05 25 Iii: ; RC1:: i lllll [To be i e„ipleted i,, ea, ly 2012.J 29 33 05 26 Utility Markers/Locators 30 33 05 30 Exploratory Excavation for Existing Utilities 31 33 11 10 Ductile Iron Pipe 32 33 11 11 Ductile Iron Fittings 33 33 11 12 Polyvinyl Chloridc (PVC)- Pe0a .c. I1N� 34 33 11 13 ck, I1C...66 I'iYo, Dal-V\appcJ, 0iGc/i Cyhiidc1 Type 35 33 11 14 Bui*cd 31eel ritic and 36 33 11 15 in early 2012.J 37 33 1210 3%...1V1l,V6 1411%11ti2-ul�lt 38 33 12 11 Laigc Waici IViciG1b [To be curnpleieu in early 2171i.J 39 33 12 20 Resilient Seated Gate Valve 40 33 12 21 A •I l b x O:,utcd Buttcrfly Valvc3 41 33 12 25 Connection to Existing Water Mains 42 33 12 30 Cemb atien Air Val. ^ . mbli ,. f n . bi W * r Systems 43 33 12 40 D.y-Du..J1 P::e IIyd a?t� 44 33 12 50 45 33 12 60 Bow -Off Valves [Tu be wn,plete,l u, eu,ly 2012.] 46 33 12 70 1'alwb [Tu lie cumpleleil in eurly 2012.] 47 33 31 12 ailed iu PZaue 'P'ipc (CiFP) 48 33 31 13 i'ibci,ldbb 1tGi1111/11.,Cd 'AV'AVG 11 °idvil.y 3 mildly 3wuis 49 33 31 15 I-iT1PE pipe For Sar iary Sewers (draviiy gnat Force Mains) 50 33 31 20 P'ViyvinyC1i1u1ide (PVC) Glavity Sdnitary 3Gwc1 1ipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 2011 NTE Project MUAA- 820-U-0506 000000-4 TABLE OF CONTENTS 1 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 2 33 31 22 Sanitary Sev,x,r P2irp✓ring 3 33 31 23 Sarrrtu.y Oevv Pipe Enluige 4 33 31 50 Oui.lUiy Oei Connections and Line 5 33 31 70 Cv iiL 1iailon Air Valve for Sanitary 3ewei 1 eue o Mains 6 33 39 10 Cast in Place Concrctc Manholec 7 33 39 20 Precast Concrctc Manholes 8 33 39 30 Fiber-glass4lcai x 9 33 39 40 Wastewater Acccss CiiAi.iLei (WAC) 10 33 39 50 Odor Conti-J. Devices [Tu Le c un,yleted in early 2012.] 11 33 39 60 Epoxy Liners for Sanitary Sewer Strueturec 12 33 41 10 Reinforced Concrctc Storm 0:r'uv Pipe/Culverts 13 33 41 11 IIDPE Stasis C rrcr Pipa 14 33 41 25 Connection to Exiatinb CC:rlr Drain Pipe [To be completed in early 2012.] 15 33 46 00 Crab- d1 iruLc 16 33 46 01 J.vlled 3tk...i Diaiiis 17 33 46 02 T2xxih Drains 18 33 49 10 JL..e.tiv.. Dvnw 19 33 49 20 Curb and D1up I.,leto 20 33 49 40 Storm Drainage Headwalls and Wingwalh 21 33 49 50 Cene,.e te, L:in. d C1:uiui L [Tu Le e.umtleled in eel, ly 2012.] 22 23 Division 34 - Transportation 24 34 41 10 TreA 'c Ggne.13 25 34 41 11 l de,bt.ica. flig..a1 [Tu beGump leled u, eu,1y 20121 26 34 41 13 'Lan, :, O:giia1 27 34 41 20 I\,adway Illu...i.iaiivii AsbQmbliuo 28 34 41 30 Al>,lrri1n ix Si iac 29 34 71 13 Traffic Control 30 31 END OF SECTION Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 2011 NTE Project MUAA- 820-U-0506 SPECIFICATIONS INDEX DIVISION 00 GENERAL CONDITIONS 00 35 13 Conflict of Interest Affidavit 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 61 19 Maintenance Bond DIVISION 01 GENERAL REQUIREMENTS 01 11 00 Summary of Work 01 25 00 Substitution Procedures 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 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents DIVISION 02 EXISTING CONDITIONS 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal DIVISION 03 CONCRETE 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) DIVISION 31 EARTHWORK 31 10 00 Site Clearing 31 25 00 Erosion and Sediment Control 31 50 00 Excavation Support and Protection DIVISION 32 EXTERIOR IMPROVEMENTS 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 92 13 Hydro -Mulching, Seeding, and Sodding Table of Contents TOC-1 CSJ10416 — N. Beach Street Water Utility Relocation in Fort Worth, Texas for North Tarrant Express Improvements Project DIVISION 33 UTILITIES 33 04 10 33 04 11 33 04 12 33 04 40 33 05 10 33 0513 33 05 22 33 05 24 33 05 26 33 11 10 33 11 11 33 12 20 33 12 25 Joint Bonding and Electrical Isolation Corrosion Control test Stations Magnesium Anode Cathodic Protection System Cleaning and Acceptance Testing of Water Mains Utility Trench Excavation Embedment and Backfill Frame, Cover, and Grade Rings Steel Casing Pipe Installation of Carrier Pipe in Casing or Tunnel Liner Plate Utility Markers/Locators Ductile Iron Pipe Ductile Iron Fittings Resilient Seated Gate Valve Connection to Existing Water Mains DIVISION 34 TRANSPORTATION 34 71 13 Traffic Control APPENDIX A AS -BUILT DRAWING AND LAY SHEETS OF CONFLICTS 89 Table of Contents TOC-2 CSJ10416 — N. Beach Street Water Utility Relocation in Fort Worth, Texas for North Tarrant Express Improvements Project DIVISION 00 GENERAL CONDITIONS 2 0035I3-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 3 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth 5 (also referred to as "City") procurement are required to complete Conflict of Interest 6 Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure 7 Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work. The referenced forms may be downloaded from the website links provided below. 10 11 htlp://www.ethics.state.tx.us/forms/C1Q.pdf 12 13 http://www.ethics.state.tx.us/forms/CIS.Ddf 14 15 16 17 18 19 20 21 22 23 24 25 BIDDER: 26 27 28 Company 29 30 31 Address 32 33 34 City/State/Zip 35 36 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 Form is being provided to the City Secretary By: Signature: Title: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (Please Print) (Please Print) [Insert Project NooneJ [Insert Project Number] 00 35 13 -2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity Ma questionnaire rsttsete changes made to the taw by N.a. 1431, Earl Leg_ fteguler ssaeton. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business ra adonship as defined by Section 176.001(1 a)with a local governmental entity and the person meets requiremeNz under Section 176.008(a), By Law this quest onnaire must be filed with the records administrator oft.* local govemmen�l entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. Sea Section 170.006, Local Government Code. A person commits an offense If the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor_ J Name of person who has a business relationship nrifh focal governmental enbly. FORM CIQ OFFICEUSE ONLY D Recetted Check this box if you areftli ng an update to a previously fled questionnaire. (The law requires that you file an updated completes questionnaire with the appropriate fi0ng authority not later than the 7th bus ess day after the date the co• n j f2cd questionnaire becomes incomplete or lraccurate.) Name of local government officer with whom filer has employment or business relationship. Name defter This section (item 3 including subparts A. 8, C & Cr) must be completed for each officer with whom the Fier has an employment or other business relatonship as defined by Section 170.031(1-a). Local Government Code. Attaih addieceta pages to this Form CIO as necessay. A. Is the Iota/ govemrrwnt officer named in this section rece'ving or likely to reeve taxable Income, other than investment Monte, from the filer a' the questionnaire? ❑ Yes N° B. Is Erne filer of the questionnaire moseying or like/ to receive taxable home, other than investment income, from or at the a rection of the roost government officer named in Ws section AND the taxable income is not received from the Boca gsvemmental entity? ❑ Yes C. Is the filer of th`s questionn a employed by a oorporaton or other business entity wth respect to tOtirh the local +govemment officer serves as an after or director, or holds an ovine ship of IQ percent or mate? Yes nNo D. Describe each employment or business relationship vdth the local government officer named er t 's section. Stgnaxae or person cluing warless Wtn ne Tr,enmzn'.a1 rainy CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0ae Adopted 0619/2007 fuser€ Pmje < / "'butte/ [Invert Proje er,�rr<raff.rrJ 00 35 13 -3 CONFLICT OF INTEREST AFFIDAVIT Page 3 of 3 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT (Instructions for convieting and firing this firm are provkled on the next page.) Pea questionnaire Isaac% ehangea nada to he law by H.B. 1411, Bath L. Regular ssaa ion. This is the notice to the appropriate local governmental entity that the following local government officer has become awaue of facts that req dire ths Oficer to fie this statement accordance with Chapter 170, Local Goverment Code Name of Local Government Officer ce Held EName of person descriled by Sectionsi7S.002(a) and /78.003(). Luca FORM CIS Ceta Pe-,X,ed Description of the nature and extent of employment or other business relations.hip with person named in item 3 1 ist gift; aefftetsfeui by the Innal gnvPrnirsont officer and any family member. excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed $250 during the 12-month period described by Section 176.003(a)12)(B) Date Gift Accepted Description of aft Date Gift Aceepted Date Gift Accepted fl AFFIDAVIT Description of Gift Deseption of Gft (attach additional farms as necessary) swear under wally of pegury °Ilat in above staite-Tent s i- othrect. I adnoWerige tPil the disclosure ropes to a Family rnerber las defined by SecJon 176.631(2), Local aorernmet Code: c this 'owl go:ism-mit olfIcer. Ws° aolutoW41ge that this e!ztrrell coders dle 12-rnooth per deetrbed ty Cream 17,51,33;a:, Ls a Govenyr€it IllgrraLture of Loca` Gr,mulrrart Officer A.wR NOTAacY TAP4P1 SEAL Aldende Swam to ono outran -mad beam ma, by Inc oolo or 21 eD cerVy Mich. vennwss rny hand and seal Mellor. Stonahre or Grim adintonstenno oath Painted name of taker admIntsteiand cant 2 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 thI a- day Inieo ofCcer ad mall tiering oath Adepten 13612912007 Prise; t Nome] I Projeci ATIlmboq 2 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of3 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work types) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.usftaxnennit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Iaso•t P, oi. c t Name] [lnscri hf oiLc r Vunibrr[ 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed fmancial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Inert Noject Nwirej [In ic ri Prrrjrrt .ir11,17cer1 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Nome] f!nsers Project Numbed 1 2 SECTION 00 45 12 PREQUALIFICATION STATEMENT 00 45 12 - 1 PREQUALIFICATION STATEMENT Page 1 of 1 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s) listed. 6 Major Work Type Water main installation 16" diameter and larger Asphalt street repair Concrete street repair Contractor/Subcontractor Prequalification Expiration Company Name Date 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER 13 14 By: 15 Company (Please Print) 16 17 Signature: 18 Address 19 20 Title: 21 City/State/Zip (Please Print) 22 23 24 Date: 25 26 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] FORT WORTH BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet SECTION 00 45 13 Mark only one: E] Individual Limited Partnership Name under which you wish to qualify Q General Partnership Q Corporation ]Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax E-mail Address Area Code Number Area Code Number Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONNAIRE 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" 004513-1 BIDDER PREQUALIFICATION APPLICATION Page 1 of 1 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your than. (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 Ihas 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 Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED [INSERT REVISION MATE] I 004513-I BIDDER PREQUALIFICATION APPLICATION Page I of 1 MAJOR WORK CATEGORIES, CONTINUED 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 10,000 square yards) Asphalt Paving Construction/Reconstruction (10,000 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 10,000 square yards) 'Concrete Paving Construction/Reconstruction (10,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED!NSF RT RF VISION! 1)S1'I,) 1. List equipment which you do not own but which is available by renting DESCRIPTION OF EQUIPMENT 00 45 13 - BIDDER PREQUALIFICATION APPLICATION Page 1 of 1 NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present business name? List previous business names 3. How many years experience in organization had: (a) As a General Contractor: construction work has your (b) As a Sub -Contractor? 89.89811.9, 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT NAME AND DETAILED CLASS OF DATE LOCATION ADDRESS OF OFFICIAL WORK COMPLETED CITY -COUNTY -STATE TO WHOM YOU REFER * If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer or owner of another organization that failed to complete a contract? If so, state the name of individual, other organization and reason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED [INS EICT REVISION DA"1 L) 00 45 13 - 1 BIDDER PREQUALIFICATION APPLICATION Page 1 of 1 17. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? state the name of individual, name of owner and reason. 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? If so, 10. Give 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? NAME PRESENT POSITION OR OFFICE YEARS OF CONSTRUCTION MAGNITUDE AND EXPERIENCE TYPE OF WORK IN WHAT CAPACITY CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED FINS F RT Ri3VtISION 'Mir F.J 004513-1 BIDDER PREQUALIFICATION APPLICATION Page 1 of I 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. CORPORATION BLOCK If a corporation: State of Incorporation Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If an LLC: State of Incorporation: Date of Organization: File No. Officers or Managers (with titles, if any): PARTNERSHIP BLOCK If a partnership: State of organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers: 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 [INSERT REVISION D.ATEI 14. Equipment ITEM QUANTITY 1 2 3 4 5 6 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 004513-I BIDDER PREQUALIFICATION APPLICATION Page 1 of 1 TOTAL TOTAL BALANCE SHEET VALUE 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 [INERT REV D,VI f BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF 004513-1 BIDDER PREQUALIFICATION APPLICATION Page 1 of 1 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 wall 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 stsatement 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 [INSERT REVISION DATE] 2 004512-1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides 4 worker's compensation insurance coverage for all of its employees employed on the Project. 5 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it 6 will provide to City its subcontractor's certificates of compliance with worker's compensation 7 coverage. 8 9 CONTRACTOR: 10 11 12 By: 13 Company (Please Print) 14 15 Signature: 16 Address 17 18 Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 , known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 , 20_. 34 35 36 37 Notary Public in and for the State of Texas 38 39 40 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 004512-1 PREQUALIFICATION STATEMENT Page 1 of 3 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we . known as 9 "Principal" herein and , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the sum of Dollars 14 ($ ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the day of , 20_, which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as N Beach Street Water Utility 25 Relocation; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. 35 36 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [hrsert Project Name] [Insert Project Number] 004512-2 PREQUALIFICATION STATEMENT 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 FURTHER, 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 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Projecl Name] [Insert Projecl Number] 004512-3 PREQUALIFICATION STATEMENT 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 day of 3 4 5 6 7 8 ,20 PRINCIPAL: 9 BY: 10 Signature 11 ATTEST: 12 13 14 (Principal) Secretary Name and Title 15 16 Address: 17 18 19 Witness as to Principal 20 21 SURETY: 22 23 24 25 BY: 26 Signature 27 28 29 ATTEST: Name and Title 30 31 Address: 32 (Surety) Secretary 33 34 35 Witness as to Surety Telephone Number: 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 SECTION 00 61 13 PERFORMANCE BOND 006113-1 PERFORMANCE BOND Page 1 of 2 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 [Text in Blue is for information or guidance. Remove all blue text in the project final document.] 8 That we, , known as 9 "Principal" herein and , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Dollars 14 ($ ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the day of , 20_, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as <Project Name>, <City Project 23 Number(s)> 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 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 00 61 13 - 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 day of 6 , 20 7 PRINCIPAL: 8 9 10 11 BY: 12 Signature 13 ATTEST: 14 15 16 (Principal) Secretary Name and Title 17 18 Address: 19 20 21 22 Witness as to Principal 23 SURETY: 24 25 26 27 BY: 28 Signature 29 30 31 Name and Title 32 33 Address: 34 35 36 37 Witness as to Surety Telephone Number: 38 39 40 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 I, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 [Text in Blue is for information or guidance. Remove all blue text in the project final document.] SECTION 00 61 14 PAYMENT BOND 006114-1 PAYMENT BOND Page 1 of'2 8 That we, 9 10 11 12 KNOW ALL BY THESE PRESENTS: , known as "Principal" herein, and a corporate surety (sureties), 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, 13 in 14 15 16 17 ($ the penal sum of Dollars ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 -day of , 20_ _ , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as <Project Name>, <City Project Number(s)>. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 0061 14 -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 day of 3 , 20 . 4 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: PRINCIPAL: BY: Signature Name and Title Address: SURETY: BY: Signature (Surety) Secretary Name and Title Witness as to Surety Address: Telephone Number: 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 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 O/P(i i'\'at rc/ 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 61 25 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler:• For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 1 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 Article 10 - Changes in the Work; Claims; Extra Work 38 38 39 39 39 39 40 10.01 Authorized Changes in the Work 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 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement 11.01 Cost of the Work 11.02 Allowances 11.03 Unit Price Work 11.04 Plans Quantity Measurement Article 12 - Change of Contract Price; Change of Contract Time 12.01 Change of Contract Price 12.02 Change of Contract Time 12.03 Delays Article 13 - 13.01 13.02 13.03 Tests and Inspections 13.04 Uncovering Work 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 Payments to Contractor and Completion Schedule of Values Progress Payments 14.03 Contractor's Warranty of Title 14.04 Partial Utilization 14.05 Final Inspection 14.06 Final Acceptance 14.07 Final Payment 14.08 Final Completion Delayed and Partial Retainage Release 14.09 41 41 43 44 45 46 46 47 47 Tests and Inspections; Correction, Removal or Acceptance of Defective Work 48 Notice of Defects 48 Access to Work 48 48 49 49 50 50 51 51 52 52 52 54 55 55 55 56 56 Waiver of Claims 57 Article 15 - Suspension of Work and Termination 57 15.01 City May Suspend Work 57 15.02 City May Terminate for Cause 58 15.03 City May Terminate For Convenience 60 Article 16 - Dispute Resolution 16.01 Methods and Procedures 61 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 Article 17 — Miscellaneous 17.01 Giving Notice 17.02 Computation of Times 17.03 Cumulative Remedies 17.04 Survival of Obligations 17.05 Headings 62 62 62 62 63 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-I GENERAL CONDITIONS Page 1 of 62 ARTICLE 1 — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-2 GENERAL CONDITIONS Page 2 of 62 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17, City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-3 GENERAL CONDITIONS Page 3 of 62 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. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-4 GENERAL CONDITIONS Page 4 of 62 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 intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-5 GENERAL CONDITIONS Page 5 of 62 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 performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-6 GENERAL CONDITIONS Page 6 of 62 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-7 GENERAL CONDITIONS Page 7 of 62 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-8 GENERAL CONDITIONS Page 8 of 62 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-9 GENERAL CONDITIONS Page 9 of 62 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-10 GENERAL CONDITIONS Page 10 of 62 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 007200-11 GENERAL CONDITIONS Page 11 of 62 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-12 GENERAL CONDITIONS Page 12 of 62 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: I. 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-13 GENERAL CONDITIONS Page 13 of 62 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CUT OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 14 GENERAL CONDITIONS Page 14 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 15 GENERAL CONDITIONS Page 15 of 62 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-16 GENERAL CONDITIONS Page 16 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200- 17 GENERAL CONDITIONS Page 17 of 62 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 fmancial 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200- 18 GENERAL CONDITIONS Page 18 of 62 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 1 1 . Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-19 GENERAL CONDITIONS Page 19 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-20 GENERAL CONDITIONS Page 20 of 62 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform. Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-21 GENERAL CONDITIONS Page 21 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 22 GENERAL CONDITIONS Page 22 of 62 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 23 GENERAL CONDITIONS Page 23 of 62 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 indemnln' 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 24 GENERAL CONDITIONS Page 24 of 62 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Owned Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE 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 MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 25 GENERAL CONDITIONS Page 25 of 62 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-26 GENERAL CONDITIONS Page 26 of 62 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 11 th 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 indemn0) 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 WORTI-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-27 GENERAL CONDITIONS Page 27 of 62 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A, Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 1 007200-28 GENERAL CONDITIONS Page 28 of 62 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 29 GENERAL CONDITIONS Page 29 of 62 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-30 GENERAL CONDITIONS Page 30 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-31 GENERAL CONDITIONS Page 31 of 62 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 32 GENERAL CONDITIONS Page 32 of 62 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 33 GENERAL CONDITIONS Page 33 of 62 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1 observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-34 GENERAL CONDITIONS Page 34 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 35 GENERAL CONDITIONS Page 35 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-36 GENERAL CONDITIONS Page 36 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-37 GENERAL CONDITIONS Page 37 of 62 8.07 Limitations 011 City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-38 GENERAL CONDITIONS Page38of62 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 determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-39 GENERAL CONDITIONS Page 39 of 62 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10,05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 40 GENERAL CONDITIONS Page 40 of 62 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-41 GENERAL CONDITIONS Page 41 of 62 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 performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 42 GENERAL CONDITIONS Page 42 of 62 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a, The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-43 GENERAL CONDITIONS Page 43 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 44 GENERAL CONDITIONS Page 44 of 62 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-45 GENERAL CONDITIONS Page 45 of 62 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-46 GENERAL CONDITIONS Page 46 of 62 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.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 SPECIFICATION DOCUMENTS Revised: November 9, 201 1 007200-47 GENERAL CONDITIONS Page 47 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-48 GENERAL CONDITIONS Page 48 of 62 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 perforrned 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-49 GENERAL CONDITIONS Page 49 of 62 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-50 GENERAL CONDITIONS Page 50 of 62 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-51 GENERAL CONDITIONS Page 51 of 62 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 ofDefective 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 Contactor 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 52 GENERAL CONDITIONS Page 52 of 62 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-53 GENERAL CONDITIONS Page 53 of 62 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-54 GENERAL CONDITIONS Page 54 of 62 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-55 GENERAL CONDITIONS Page 55 of 62 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-56 GENERAL CONDITIONS Page 56 of 62 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-57 GENERAL CONDITIONS Page 57 of 62 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 fmal 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-58 GENERAL CONDITIONS Page 58 of 62 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 MWBE ordinance established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-59 GENERAL CONDITIONS Page 59 of 62 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 60 GENERAL CONDITIONS Page 60 of 62 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-61 GENERAL CONDITIONS Page 61 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-62 GENERAL CONDITIONS Page 62 of 62 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 SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-63 GENERAL CONDITIONS Page 63 of 62 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 1 2 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 7 3 TO 4 GENERAL CONDITIONS 5 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions, unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2, "Resolving Discrepancies" 25 26 Plans govern over Specifications and Specifications shall govern over standard details. 27 28 SC-4.OIA 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1., "Availability of Lands" 35 36 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 37 [Month Day, Year this document was prepared]: 38 39 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION <If there is none then write "None"> 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 41 and do not bind the City. 42 43 If Contractor considers the final easements provided to differ materially from the representations on the 44 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 45 notify City in writing associated with the differing easement line locations. 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised /insert Revision Date/ [Insert Project Name] [Insert Project Number] 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 1 SC-4.01A.2, "Availability of Lands" 2 3 Utilities or obstructions to be removed, adjusted, and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 6 as of [Month Day, Year this document was prepared] 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT <If there is none then write "None"> 8 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A., "Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 A [list any kind of Technical document. If none then write "None"] Report No. , dated 16 , prepared by [name of company preparing the report], [optional note when applicable] a sub- 17 consultant of [name of the prime designer], a consultant of the City, providing additional information on 18 [the subject the report is about] 19 20 The following are drawings of physical conditions in or relating to existing surface and subsurface 21 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 22 [List each drawing applicable to this specific project: Sheet Title, Date, Firm prepared by. If none then 23 write "None'? 24 25 SC-4.06A., "Hazardous Environmental Conditions at Site" 26 27 The following are reports and drawings of existing hazardous environmental conditions known to the City: 28 [List any kind of Technical Document or Drawing meeting the above specific to this Project. If none then 29 write "None'7 30 31 SC-5.03A., "Certificates of Insurance" 32 33 The entities listed below are "additional insureds as their interest may appear" including their respective 34 officers, directors, agents and employees. 35 36 (1) City 37 (2) Consultant: [Insert full legal name of Engineering Company(s) or Architect(s) performing 38 construction phase services. If none then write "None'] 39 (3) Other: [Insert full legal name of additional entity(s) that City requires to be an additional insured, 40 i.e. Landowner, Railroad, Etc. If none then write "None"] 41 42 [Obtain approval for the limits shown for SC 5.04A thru 5.04D. from City before finalizing Contract 43 Documents] 44 SC-5.04A., "Contractor's Insurance" 45 46 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 47 coverages for not less than the following amounts or greater where required by laws and regulations: 48 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised /Insert Revision Dale] [Insert Project Name] [Insert Project Number] 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 1 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 2 3 Statutory limits 4 Employer's liability 5 $100,000 each accident/occurrence 6 $100,000 Disease - each employee 7 $500,000 Disease - policy limit 8 9 SC-5.04B., "Contractor's Insurance" 10 11 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 12 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 13 minimum limits of: 14 15 $1,000,000 each occurrence 16 $2,000,000 aggregate limit 17 18 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 19 General Aggregate Limits apply separately to each job site. 20 21 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 22 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 23 24 SC 5.04C., "Contractor's Insurance" 25 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 26 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 27 28 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 29 defined as autos owned, hired and non -owned. 30 31 $l, 000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 32 least: 33 34 $250,000 Bodily Injury per person / 35 $500, 000 Bodily Injury per accident / 36 $100,000 Property Damage 37 38 SC-5.04D., "Contractor's Insurance" 39 40 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 41 material deliveries to cross railroad properties and tracks [owned and operated by Railroad company name. 42 If none then write "None' J. 43 44 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 45 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 46 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of 47 Entry Agreement" with the particular railroad company or companies involved, and to this end the 48 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 49 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 50 to the Contractor's use of private and/or construction access roads crossing said railroad company's 51 properties. 52 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 2 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 3 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 4 occupy, or touch railroad property: 5 6 (1) General Aggregate: $Confirm Limits with Railroad 7 8 (2) Each Occurrence: $Confirm Limits with Railroad 9 10 Required for this Contract Not required for this Contract 11 <Provide an "X" next to the appropriate selection above based on the Contract requirements> 12 13 With respect to the above outlined insurance requirements, the following shall govern: 14 15 1, Where a single railroad company is involved, the Contractor shall provide one insurance policy in 16 the name of the railroad company. However, if more than one grade separation or at -grade 17 crossing is affected by the Project at entirely separate locations on the line or lines of the same 18 railroad company, separate coverage may be required, each in the amount stated above. 19 20 2. Where more than one railroad company is operating on the same right-of-way or where several 21 railroad companies are involved and operated on their own separate rights -of -way, the Contractor 22 may be required to provide separate insurance policies in the name of each railroad company. 23 24 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a 25 railroad company's right-of-way at a location entirely separate from the grade separation or at- 26 grade crossing, insurance coverage for this work must be included in the policy covering the grade 27 separation. 28 29 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 30 way, all such other work may be covered in a single policy for that railroad, even though the work 31 may be at two or more separate locations. 32 33 No work or activities on a railroad company's property to be performed by the Contractor shall be 34 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 35 for each railroad company named, as required above. All such insurance must be approved by the City and 36 each affected Railroad Company prior to the Contractor's beginning work. 37 38 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 39 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 40 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 41 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 42 railroad company operating over tracks involved in the Project. 43 44 SC-6.04., "Project Schedule" 45 46 Project schedule shall be tier <1, 2, 3, 4, or 5> for the project. 47 48 SC-6.07., "Wage Rates" 49 50 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 51 Appendixes: 52 <List the prevailing wage rate table(s) applicable to the type of construction being provided in this 53 contract> 54 <Buzzsaw location, Resources/02-Construction Documents/Construction Specification BookJ05-General 55 and Special Condttons/05.9-Wage Rate M&C 7-8-08.pdf> CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 2 SC-6.09., "Permits and Utilities" 3 4 SC-6.09A., "Contractor obtained permits and licenses" 5 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 6 <List all known permits or licenses that need to be purchased by the Contractor. If none then write 7 "None"> 8 9 SC-6.09B. "City obtained permits and licenses" 10 The following are known permits and/or licenses required by the Contract to be acquired by the City: <If 11 none then write "None ". 12 1. <List all known permits or licenses that are being provided by the City to TxDO75 13 2. <List all known permits or licenses that are being provided by the City to USACE> 14 3. <List all known permits or licenses that are being provided by the City to TCEQ> 15 4. <List all known permits or licenses that are being provided by the City to Railroad> 16 17 SC-6.09C. "Outstanding permits and licenses" 18 19 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of [Month 20 Day, Year this document was prepared]: 21 22 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION <If there is none then write "None"> 23 24 <Insert the following if Federal assistance is provided for in this Contract> 25 SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" 26 27 During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest 28 (hereinafter referred to as the "Contractor") agrees as follows: 29 30 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 31 nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, 32 "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, 33 (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part 34 of this contract. 35 36 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall 37 not discriminate on the grounds of race, color, or national origin, in the selection and retention of 38 subcontractors, including procurements of materials and leases of equipment. The Contractor shall not 39 participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the 40 Regulations, including employment practices when the contract covers a program set forth in 41 Appendix B of the Regulations. 42 43 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all 44 solicitations either by competitive bidding or negotiation made by the contractor for work to be 45 performed under a subcontract, including procurements of materials or leases of equipment, each 46 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 47 under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or 48 national origin. 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Dale] [Insert Project Name] [Insert Project Number] 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 4. Information and Reports: The Contractor shall provide all information and reports required by the 2 Regulations or directives issued pursuant thereto, and shall permit access to its books, records, 3 accounts, other sources of information and its facilities as may be determined by City or the Texas 4 Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders 5 and instructions. Where any information required of a contractor is in the exclusive possession of 6 another who fails or refuses to furnish this information the contractor shall so certify to the City, or the 7 Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to 8 obtain the information. 9 10 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 11 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the 12 Texas Department of Transportation may determine to be appropriate, including, but not limited to: 13 14 a. withholding of payments to the Contractor under the Contract until the Contractor 15 complies, and/or 16 b. cancellation, termination or suspension of the Contract, in whole or in part. 17 18 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through 19 (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt 20 by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with 21 respect to any subcontract or procurement as City or the Texas Department of Transportation may 22 direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, 23 however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a 24 subcontractor or supplier as a result of such direction, the contractor may request City to enter into 25 such litigation to protect the interests of City, and, in addition, the contractor may request the United 26 States to enter into such litigation to protect the interests of the United States. 27 28 Additional Title VI requirements can be found in the Appendix. 29 30 SC-7.02., "Coordination" 31 32 The individuals or entities listed below have contracts with the City for the performance of other work at 33 the Site: 34 <Populate the table below with the required information. If none then 11 rite "None"> Vendor Scope of Work Coordination Authority <List full Vendor Name> <List services being provided> <List "CITY"> 35 36 37 SC-8.01, "Communications to Contractor" 38 39 <Identify any specific communication coordination requirement and/or list any Section that requires such 40 specific coordination requirement> 41 42 SC-9.01., "City's Project Representative" 43 44 The following firm is a consultant to the City responsible for construction management of this Project: 45 <Insert full legal name of consulting finn providing CM services for the project. If none then write 46 "None"> 47 48 SC-13.03C., "Tests and Inspections" 49 50 <List any tests and/or inspections that are required by another body ofjurisdiction being covered by the 51 City, if none then write "None"> CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Dale] [Insert Project Name] rinser! Project Number] 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 1 2 SC-16.01C.1, "Methods and Procedures" 3 4 <List any dispute resolution process that may govern for this Contract other than that provided for Article 5 16 of the General Conditions, if none then write "None"> 6 7 8 9 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 1 2 SECTION 01 1100 SUMMARY OF WORK 011100-I SUMMARY OF WORK Page 1 of 3 3 PART 1- GENERAL. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to" 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] DIVISION 01 GENERAL REQUIREMENTS 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 1 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4, Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work associated with easements, including removal, 40 temporary closures and replacement, shall be subsidiary to the various items bid 1 in the project proposal, unless a bid item is specifically provided in the 42 proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 2 3 PART1- GENERAL SECTION 0125 00 SUBSTITUTION PROCEDURES 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2, Substitutions are not "or -equals". 14 13. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 01 25 00 -2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1, Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 012500-3 SUBSTITUTION PROCEDURES Page 3 of4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 3I DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone Recommended Not recommended By Date Remarks For Use by City: Approved Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 or superior to the Recommended Received late [Insert Project Name] [Insert Project Number] 2 3 PART 1 - GENERAL SECTION 01 31 19 PRECONSTRUCTION MEETING 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Namel [Insert Project Number] 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre -Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 013216-t CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 01 32 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1- No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a, Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with q those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts, 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2, In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circlnnstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. 13. C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1, Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 l . Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a, Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Natne] [Insert Project Number] l 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 01 33 00 -1 SUBMITTALS Page I of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 33 00 - 2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a, The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8'/2 inches x 11 inches to 8'/2 inches x l linches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 33 00 - 3 SUBMITTALS Page3 of8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I , 2011 [Insert Project Name] [Insert Project Number] 0133 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 23 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2." The City will not be'liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Namel [Insert Project Numberl 01 33 00 - 5 SUBMITTALS Page 5 of 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 1 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non -conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 calendar days of the 16 date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Working Days prior to release for 49 manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 33 00 - 7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 calendar days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily R limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 2R Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 01 33 00 - 8 SUBMITTALS Page 8 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAMIi SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] l SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 L1 SUMMARY 013513-1 SPECIAL, PROJECT PROCEDURES Page 1 of 8 5 A. Section Includes: 6 1, The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1, Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 01 35 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site . 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision datelogged at the end of this 18 Specification, unless a date is specifically cited. 19 2. North Central Texas Council of Governments (NCTCOG) — Clean Construction 20 Specification 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination with the Texas Department of Transportation 23 1. When work in the right-of-way which is under the jurisdiction of the Texas 24 Department of Transportation (TxDOT): 25 a. Notify the Texas Department of Transportation prior to commencing any work 26 therein in accordance with the provisions of the permit 27 b. All work performed in the TxDOT right-of-way shall be performed in 28 compliance with and subject to approval from the Texas Department of 29 Transportation 30 B. Work near High Voltage Lines 31 1. Warning sign 32 a. Provide sign of sufficient size meeting all OSHA requirements. 33 2. Equipment operating within 10 feet of high voltage lines will require the following 34 safety features 35 a. Insulating cage -type of guard about the boom or arm 36 b. Insulator links on the lift hook connections for back hoes or dippers 37 c. Equipment must meet the safety requirements as set forth by OSHA and the 38 safety requirements of the owner of the high voltage lines 39 3. Work within 6 feet of high voltage electric lines 40 a. Notification shall be given to: 41 1) The power company (example: ONCOR) 42 a) Maintain an accurate log of all such calls to power company and record 43 action taken in each case. 44 b. Coordination with power company 45 1) After notification coordinate with the power company to: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 2 lower the lines 3 c. No personnel may work within 6 feet of a high voltage line before the above 4 requirements have been met. 5 C. Confined Space Entry Program 6 1. Provide and follow approved Confined Space Entry Program in accordance with 7 OSHA requirements. 8 2. Confined Spaces include: 9 a. Manholes 10 b. All other confined spaces in accordance with OSHA's Permit Required for 11 Confined Spaces 12 D. Air Pollution Watch Days 13 1. General 14 a. Observe the following guidelines relating to working on City construction sites 15 on days designated as "AIR POLLUTION WATCH DAYS". 16 b. Typical Ozone Season 17 1) May 1 through October 31. 18 c. Critical Emission Time 19 1) 6:00 a.m. to 10:00 a.m. 20 2. Watch Days 21 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 22 with the National Weather Service, will issue the Air Pollution Watch by 3:00 23 p.m. on the afternoon prior to the WATCH day. 24 b. Requirements 25 1) Begin work after 10:00 a.m. whenever construction phasing requires the 26 use of motorized equipment for periods in excess of 1 hour. 27 2) However, the Contractor may begin work prior to 10:00 a.m. if: 28 a) Use of motorized equipment is less than 1 hour, or 29 b) If equipment is new and certified by EPA as "Low Emitting", or 30 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 31 alternative fuels such as CNG. 32 E. Use of Explosives, Drop Weight, Etc. 33 1. When Contract Documents permit on the project the following will apply: 34 a. Public Notification 35 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 36 prior to commencing. 37 2) Minimum 24 hour public notification in accordance with Section 01 31 13 38 F. Water Department Coordination 39 1. During the construction of this project, it will be necessary to deactivate, for a 40 period of time, existing lines. The Contractor shall be required to coordinate with 41 the Water Department to determine the best times for deactivating and activating 42 those lines. 43 2. Coordinate any event that will require connecting to or the operation of an existing 44 City water line system with the City's representative. 45 a. Coordination shall be in accordance with Section 33 12 25, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 b. If needed, obtain a hydrant water meter from the Water Department for use 2 during the life of named project. 3 c. In the event that a water valve on an existing live system be turned off and on 4 to accommodate the construction of the project is required, coordinate this 5 activity through the appropriate City representative. 6 1) Do not operate water line valves of existing water system. 7 a) Failure to comply will render the Contractor in violation of Texas Penal 8 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 9 will be prosecuted to the full extent of the law. 10 b) In addition, the Contractor will assume all liabilities and 11 responsibilities as a result of these actions. 12 G. Public Notification Prior to Beginning Construction 13 1. Prior to beginning construction on any block in the project, on a block by block 14 basis, prepare and deliver a notice or flyer of the pending construction to the front 15 door of each residence or business that will be impacted by construction. The notice 16 shall be prepared as follows: 17 a. Post notice or flyer 7 days prior to beginning any construction activity on each 18 block in the project area. 19 1) Prepare flyer on the Contractor's letterhead and include the following 20 information: 21 a) Name of Project 22 b) City Project No (CPN) 23 c) Scope of Project (i.e. type of construction activity) 24 d) Actual construction duration within the block 25 e) Name of the contractor's foreman and phone number 26 f) Name of the City's inspector and phone number 27 g) City's after-hours phone number 28 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 29 A. 30 3) Submit schedule showing the construction start and finish time for each 31 block of the project to the inspector. 32 4) Deliver flyer to the City Inspector for review prior to distribution. 33 b. No construction will be allowed to begin on any block until the flyer is 34 delivered to all residents of the block. 35 H. Public Notification of Temporary Water Service Interruption during Construction 36 1. In the event it becomes necessary to temporarily shut down water service to 37 residents or businesses during construction, prepare and deliver a notice or flyer of 38 the pending interruption to the front door of each affected resident. 39 2. Prepared notice as follows: 40 a. The notification or flyer shall be posted 24 hours prior to the temporary 41 interruption. 42 b. Prepare flyer on the contractor's letterhead and include the following 43 information: 44 1) Name of the project 45 2) City Project Number 46 3) Date of the interruption of service Q7 4) Period the interruption will take place 48 5) Name of the contractor's foreman and phone number CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of S 6) Name of the City's inspector and phone number 2 c. A sample of the temporary water service interruption notification is attached as 3 Exhibit B. 4 d. Deliver a copy of the temporary interruption notification to the City inspector 5 for review prior to being distributed. 6 e. No interruption of water service can occur until the flyer has been delivered to 7 all affected residents and businesses. 8 f. Electronic versions of the sample flyers can be obtained from the Project 9 Construction Inspector. 10 I. Coordination with United States Army Corps of Engineers (USACE) 11 1. At locations in the Project where construction activities occur in areas where 12 USACE permits are required, meet all requirements set forth in each designated 13 permit. 14 J. Coordination within Railroad Permit Areas 15 1. At locations in the project where construction activities occur in areas where 16 railroad permits are required, meet all requirements set forth in each designated 17 railroad permit. This includes, but is not limited to, provisions for: 18 a. Flagmen 19 b. inspectors 20 c. Safety training 21 d. Additional insurance 22 e. Insurance certificates 23 f. Other employees required to protect the right-of-way and property of the 24 Railroad Company from damage arising out of and/or from the construction of 25 the project. Proper utility clearance procedures shall be used in accordance 26 with the permit guidelines. 27 2. Obtain any supplemental information needed to comply with the railroad's 28 requirements. 29 3. Railroad Flagmen 30 a. Submit receipts to City for verification of working days that railroad flagmen 31 were personnel were present on Site. 32 K. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 L.. Employee Parking 37 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 I 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 WIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME July 2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] SUMMARY OF CHANGE [Insert Project Name] [Insert Project Number] 1 EXHIBIT A 2 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: ] l Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 (To be printed on Contractor's Letterhead) 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 FORT WORTH DOE NO. XXXX Project Name: 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 SUUPERINTENDENT) (TELEPHONE NUMBER) OR MR AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 014523-I TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUIVIMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) lithe first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 HELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 30 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: g a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various' Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives, 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] • 015000-2 TEMPORARY FACILITIES AND CONTROLS Page2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a, Enclose and anchor sanitary facilities. 21 b, No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C, Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDMTIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 HELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 50 00 -4 TEMPORARY FACILITIES AND CONTROLS Page 4 of4 1 1, Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACIIMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 2 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2, Division 1— General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 [Insert Project Name] [Insert Project Number' 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Bnzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1,7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE INOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [InsertProjectNumber] Revised July 1, 2011 2 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 41 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 R. Deviations from this City of Fort Worth Standard Specification g 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1, Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 1 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR1S0000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 43 44 45 46 47 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 [Insert Project Name] [Insert Project Number] 01 5713 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number) 01 60 00 -1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. A listing of the approved products for use in the City 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is attached to this Section. 16 B. Only products specifically included on City's Standard Product List in these Contract 17 Documents shall be allowed for use on the Project. 18 1. Any subsequently approved products will only be allowed for use upon specific 19 approval by the City. 20 C. Any specific product requirements in the Contract Documents supersede similar 21 products included on the City's Standard Product List. 22 1. The City reserves the right to not allow products to be used for certain projects even 23 though the product is listed on the City's Standard Product List. 24 D. Although a specific product is included on City's Standard Product List, not all 25 products from that manufacturer are approved for use, including but not limited to, that 26 manufacturer's standard product. 27 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 28 Standard Product List. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 1.11 FIELD [SHE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION DATE NAME 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 016600-1 PRODUCT STORAGE AND I IANDLING REQUIREMENTS Page 1 of4 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b, Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1— General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADNIINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE INOT USED] 27 1.10 DELIVERY AND IANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 I3 . Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1, Store materials in accordance with manufacturer's recommendations and 17 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8, Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] G 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1, Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 66 00 - 4 PRODUCT STORAGE AND IIANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 2 3 PART 1 - GENERAL SECTION 01 7123 CONSTRUCTION STAKING 017123-1 CONSTRUCTION STAKING Page 1 of3 4 1.1 SUMMARY 5 A. Section includes: 6 1. Requirements for construction staking. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Construction Stakes 19 1. Construction staking will be performed by the City. 20 2. Coordination 21 a. Contact City's Project Representative at least 2 weeks in advance for 22 scheduling of Construction Staking. 23 3. General 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 b. Contractor is responsible for preserving and maintaining stakes furnished by 27 City. 28 c. If in the opinion of the City, a sufficient number of stakes or markings have 29 ,..:been lost, destroyed or disturbed, by Contractor's neglect such that the 30 contracted Work cannot take place, then the Contractor will be required to pay 31 the City for new staking with a 25 percent markup. 32 1) The cost for staking will be deducted from the payment due to the 33 Contractor for the Project. 34 1.5 SUBMITTALS 35 A. Submittals, if required, shall be in accordance with Section 01 33 00. 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 017123-2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Certificates 3 1. Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with requirements of the Contract Documents. 5 a. Certificate must be sealed by a registered professional land surveyor in the 6 State of Texas. 7 B. Field Quality Control Submittals 8 1. Documentation verifying accuracy of field engineering work 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements 14 and the methods needed for proper performance of the Work. 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. 25 3.4 APPLICATION [NOT USED] 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [oR] SITE QUALITY CONTROL 29 A. Preserve permanent reference points during progress of the Work. 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 017123-3 CONSTRUCTION STAKING Page 3 of 3 Revision Log DA 1'h NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 01 74 23 -1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 01 74 23 - 2 CLEANING Page 2 of 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED Ice] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3 , Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 74 23 -3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not bum on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1 Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I' [Insert Project Name] [Insert Project Number] 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 77 19 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of3 5 A. Section Includes: 6 1, The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2, Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this item. 16 1.3 REFERENCES . [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1, No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 t 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 13. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 I. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A, Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 Submittal Procedures. All 28 submittals shall be approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 1/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 0. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 6 C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 l) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 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 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k, Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 24 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 017839-1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 L1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBM[TTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4 5 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. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary tct,again. secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 HELD LD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED bolt] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. hi the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number) 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City; 8 the job set of those Documents, other than Drawings, will be accepted as fmal 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 WIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 25 26 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] DIVISION 02 EXISTING CONDITIONS 024114-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 15 1 OSECTION 02 41 14 2 UTILITY REMOVAL/ABANDONMENT 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 11 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m, Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 0. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1— General Requirements 30 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 31 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 32 5. Section 33 05 24 — Installation of Carrier Pipe 33 6. Section 33 11 11— Ductile Iron Fittings 34 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped Pipe, Steel Cylinder Type 35 8. Section 33 11 14 — Buried Steel Pipe and Fittings 36 9. Section 33 12 25 — Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 024114-2 UTILITY REMOVAL/ABANDONMENT Page 2 of 15 1 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. 3 h. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" shall be paid for at the 6 unit price per cubic yard of "Line Grouting" for: 7 a) Various types of utility line 8 c. The price bid shall include: 9 1) Low density cellular grout or CLSM 10 2) Water 11 3) Pavement removal 12 4) Excavation 13 5) Hauling 14 6) Disposal of excess materials 15 7) Furnishing, placement and compaction of backfill 16 8) Clean-up 17 2. Utility Line Removal, Separate Trench 18 a. Measurement 19 1) Measurement for this Item shall be per linear foot of existing utility line to 20 be removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" shall be paid for at the 24 unit price bid per linear foot of "Remove Line" for: 25 a) Various types of existing utility line 26 b) Various sizes 27 c. The price bid shall include: 28 1) Removal and disposal of existing utility pipe 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess materials 33 6) Furnishing, placement and compaction of backfill 34 7) Clean-up 35 3. Utility Line Removal, Same Trench 36 a. Measurement 37 1) This Item is considered subsidiary the proposed utility line being installed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 are subsidiary to the installation of proposed utility pipe and shall be 41 subsidiary to the unit price bid per linear foot of pipe complete in place, and 42 no other compensation will be allowed. 43 4. Cathodic Test Station Abandonment 44 a. Measurement 45 1) Measurement for this Item will be per each cathodic test station to be 46 abandoned. 47 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 0241 14 -3 UTILITY REMOVAL/ABANDONMENT Page 3 of 15 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per each "Abandon Cathodic Test Station". 4 c. The price bid shall include: 5 1) Abandon cathodic test station 6 2) CLSM 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials 11 7) Furnishing, placement and compaction of backfill 12 8) Clean-up 13 B. Water Lines and Appurtenances 14 1. Installation of a Water Line Pressure Plug 15 a. Measurement 16 1) Measurement for this Item shall be per each pressure plug to be installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" shall be paid for at the 20 unit price bid for each "Pressure Plug" installed for: 21 a) Various sizes 22 c. The price bid shall include: 23 1) Furnishing and installing pressure plug 24 2) Pavement removal 25 3) Excavation 26 4) Hauling 27 5) Disposal of excess material 28 6) Gaskets 29 7) Bolts and Nuts 30 8) Furnishing, placement and compaction of embedment 31 9) Furnishing, placement and compaction of backfill 32 10) Disinfection 33 11) Testing 34 12) Clean-up 35 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 36 a. Measurement 37 1) Measurement for this Item shall be per each cut and abandonment plug 38 installed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" shall be paid for at the 42 unit price bid for each "Water Abandonment Plug" installed for: 43 a) Various sizes 44 c. The price bid shall include: 45 1) Furnishing and installing abandonment plug 46 2) Pavement removal 47 3) Excavation 48 4) Hauling 49 5) CLSM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 15 1 6) Disposal of excess material 2 7) Furnishing, placement and compaction of backfill 3 8) Clean-up 4 3. Water Valve Removal S a. Measurement 6 1) Measurement for this Item will be per each water valve to be removed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under "Measurement" shall be paid for at the 10 unit price bid per each "Remove Water Valve" for: 1 1 a) Various sizes 12 c. The price bid shall include: 13 1) Removal and disposal of valve 14 2) CLSM 15 3) Pavement removal 16 4) Excavation 17 5) Hauling 18 6) Disposal of excess materials 19 7) Furnishing, placement and compaction of backfill 20 8) Clean-up 21 4. Water Valve Removal and Salvage 22 a. Measurement 23 1) Measurement for this Item will be per each water valve to be removed and 24 salvaged. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 unit price bid per each "Salvage Water Valve" for: 29 a) Various sizes 30 c. The price bid shall include: 31 1) Removal and Salvage of valve 32 2) CLSM 33 3) Delivery to City 34 4) Pavement removal 35 5) Excavation 36 6) Hauling 37 7) Disposal of excess materials 38 8) Furnishing, placement and compaction of backfill 39 9) Clean-up 40 5. Water Valve Abandonment 41 a. Measurement 42 1) Measurement for this Item will be per each water valve to be abandoned. 43 b. Payment 44 1) The work performed and materials furnished in accordance with this Item 45 and measured as provided under "Measurement" shall be paid for at the 46 unit price bid per each "Abandon Water Valve" for: 47 a) Various Sizes 48 c. The price bid shall include: 49 1) Abandonment of valve CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 0241 14 -5 UTILITY REMOVAL (ABANDONMENT Page 5 of 15 1 2) CLSM 2 3) Pavement removal 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess materials 6 7) Furnishing, placement and compaction of backfill 7 8) Clean-up 8 6. Fire Hydrant Removal and Salvage 9 a. Measurement 10 1) Measurement for this Item will be per each fire hydrant to be removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" shall be paid for at the 14 unit price bid per each "Salvage Fire Hydrant". 15 c. The price bid shall include: 16 1) Removal and salvage of fire hydrant 17 2) Delivery to City 18 3) Pavement removal 19 4) Excavation 20 5) Hauling 21 6) Disposal of excess materials 22 7) Furnishing, placement and compaction of backfill 23 8) Clean-up 24 7. Water Meter Removal and Salvage 25 a. Measurement 26 1) Measurement for this Item will be per each water meter to be removed and 27 salvaged. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" shall be paid for at the 31 unit price bid per each "Salvage Water Meter" for: 32 a) Various sizes 33 C. The price bid shall include: 34 1) Removal and salvage of water meter 35 2) Delivery to City 36 3) Pavement removal 37 4) Excavation 38 5) Hauling 39 6) Disposal of excess materials 40 7) Furnishing, placement and compaction of backfill 41 8) Clean-up 42 8. Water Sampling Station Removal and Salvage 43 a. Measurement 44 1) Measurement for this Item will be per each water sampling station to be 45 removed. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under "Measurement" shall be paid for at the 49 unit price bid per each "Salvage Water Sampling Station". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 0241 14-6 UTILITY REMOVAL/ABANDONMENT Page 6of15 1 c. The price bid shall include: 2 1) Removal and salvage of water sampling station 3 2) Delivery to City 4 3) Pavement removal 5 4) Excavation 6 5) Hauling 7 6) Disposal of excess materials 8 7) Furnishing, placement and compaction of backfill 9 8) Clean-up 10 9. Concrete Water Vault Removal 1 a. Measurement 12 1) Measurement for this Item will be per each concrete water vault to be 13 removed. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" shall be paid for at the 17 unit price bid per each "Remove Concrete Water Vault", 18 c. The price bid shall include: 19 1) Removal and disposal of concrete water vault 20 2) Removal, salvage and delivery of cast iron lid to City, if applicable 21 3) Removal, salvage and delivery of any valves to City, if applicable 22 4) Removal, salvage and delivery of any water meters to City, if applicable 23 5) Pavement removal 24 6) Excavation 25 7) Hauling 26 8) Disposal of excess materials 27 9) Furnishing, placement and compaction of backfill 28 10) Clean-up 29 C. Sanitary Sewer Lines and Appurtenances 30 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 31 a. Measurement 32 1) Measurement for this Item shall be per each cut and abandonment plug 33 installed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under "Measurement" shall be paid for at the 37 unit price bid for each "Sewer Abandonment Plug" for: 38 a) Various sizes 39 c. The price bid shall include: 40 1) Furnishing and installing abandonment plug 41 2) Pavement removal 42 3) Excavation 43 4) Hauling 44 5) CLSM 45 6) Disposal of excess material 46 7) Furnishing, placement and compaction of backfill 47 8) Clean-up 48 2. Sanitary Sewer Manhole Removal 49 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 024114-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 15 1 1) Measurement for this Item will be per each sanitary sewer manhole to be 2 removed. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" shall be paid for at the 6 unit price bid per each "Remove Sewer Manhole" for: 7 a) Various diameters 8 c. The price bid shall include: 9 1) Removal and disposal of manhole 10 2) Removal, salvage and delivery of cast iron lid to City, if applicable 11 3) Cutting and plugging of existing sewer lines 12 4) Pavement removal 13 5) Excavation 14 6) Hauling 15 7) Disposal of excess materials 16 8) Furnishing, placement and compaction of backfill 17 9) Clean-up 18 3. Sanitary Sewer Junction Structure Removal 19 a. Measurement 20 1) Measurement for this Item will be per each sanitary sewer junction 2) structure being removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 lump sum bid per each "Remove Sewer Junction Box" location. 26 c. The price bid shall include: 27 1) Removal and disposal of junction box 28 2) Pavement removal 29 3) Excavation 30 4) Hauling 31 5) Disposal of excess materials 32 6) Furnishing, placement and compaction of backfrll 33 7) Clean-up 34 D. Storm Sewer Lines and Appurtenances 35 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 36 a. Measurement 37 1) Measurement for this Item shall be per each cut and abandonment plug to 38 be installed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" shall be paid for at the 42 unit price bid for each "Storm Abandonment Plug" installed for: 43 a) Various sizes 44 c. The price bid shall include: 45 1) Furnishing and installing abandonment plug 46 2) Pavement removal 47 3) Excavation 48 4) Hauling 49 5) CLSM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 024114-8 UTILITY REMOVAL/ABANDONMENT Page 8of15 1 6) Disposal of excess material 2 7) Furnishing, placement and compaction of backfill 3 8) Clean-up 4 2. Storm Sewer Manhole Removal 5 a. Measurement 6 1) Measurement for this Item will be per each storm sewer manhole to be 7 removed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under "Measurement" shall be paid for at the 1 unit price bid per each "Remove Manhole Riser" for: 12 a) Various sizes 13 c. The price bid shall include: 14 1) Removal and disposal of manhole 15 2) Removal, salvage and delivery of cast iron lid to City, if applicable 16 3) Pavement removal 17 4) Excavation 18 5) Hauling 19 6) Disposal of excess materials 20 7) Furnishing, placement and compaction of baekfrll 21 8) Clean-up 22 3. Storm Sewer Junction Box Removal 23 a. Measurement 24 1) Measurement for this Item will be per each storm sewer junction structure 25 to be removed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" shall be paid for at the 29 unit price bid per each "Remove Storm Junction Box" for: 30 a) Various sizes 31 c. The price bid shall include: 32 1) Removal and disposal of junction box 33 2) Removal, salvage and delivery of cast iron lid to City, if applicable 34 3) Pavement removal 35 4) Excavation 36 5) Hauling 37 6) Disposal of excess materials 38 7) Furnishing, placement and compaction of backfill 39 8) Clean-up 40 4. Storm Sewer Junction Structure Removal 41 a. Measurement 42 1) Measurement for this Item will be per each storm sewer junction structure 43 being removed. q4 b. Payment 45 1) The work performed and materials furnished in accordance with this Item 46 and measured as provided under "Measurement" shall be paid for at the 47 lump sum bid per each "Remove Storm Junction Structure" location. 48 c. The price bid shall include: 49 1) Removal and disposal of junction structure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 0241 14-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 15 1 2) Removal, salvage and delivery of cast iron lid to City, if applicable 2 3) Pavement removal 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess materials 6 7) Furnishing, placement and compaction of backfill 7 8) Clean-up 8 5. Storm Sewer Inlet Removal 9 a. Measurement 10 1) Measurement for this Item will be per each storm sewer inlet to be 11 removed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under "Measurement" shall be paid for at the 15 unit price bid per each "Remove Storm Inlet" for: 16 a) Various types 17 b) Various sizes 18 c. The price bid shall include: 19 1) Removal and disposal of inlet 20 2) Pavement removal 21 3) Excavation 22 4) Hauling 23 5) Disposal of excess materials 24 6) Furnishing, placement and compaction of backfill 25 7) Clean-up 26 6. Storm Sewer Junction Box Removal 27 a. Measurement 28 1) Measurement for this Item shall be per linear foot of existing storm sewer 29 box to be removed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" shall be paid for at the 33 unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. 34 c. The price bid shall include: 35 1) Removal and disposal of Storm Sewer Box 36 2) Pavement removal 37 3) Excavation 38 4) Hauling 39 5) Disposal of excess materials 40 6) Furnishing, placement and compaction of backfill 41 7) Clean-up 42 7. Headwall/SET Removal 43 a. Measurement 44 1) Measurement for this Item will be per each headwall or safety end 45 treatment (SET) to be removed. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under "Measurement" shall be paid for at the 49 unit price bid per each "Remove Headwall/SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 0241 14-10 UTILITY REMOVAL/ABANDONMENT Page 10 of 15 1 c. The price bid shall include: 2 1) Removal and disposal of Headwall/SET 3 2) Pavement removal 4 3) Excavation 5 4) Hauling 6 5) Disposal of excess materials 7 6) Furnishing, placement and compaction of backfill 8 7) Clean-up 9 8. Trench Drain Removal 10 a. Measurement 11 1) Measurement for this Item shall be per linear foot of storm sewer trench 12 drain to be removed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" shall be paid for at the 16 unit price bid per linear foot of "Remove Trench Drain" for: 17 a) Various sizes 18 c. The price bid shall include: 19 1) Removal and disposal of storm sewer line 20 2) Pavement removal 21 3) Excavation 22 4) Hauling 23 5) Disposal of excess materials 24 6) Furnishing, placement and compaction of backfill 25 7) Clean-up 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Contact Inspector and the Water Department Field Operation Storage Yard for 30 coordination of salvage material return. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. Storage and Handling Requirements 38 1. Protect and salvage all materials such that no damage occurs during delivery to the 39 City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 024114-11 UTILITY REMOVAL/ABANDONMENT Page 11of15 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER -FURNISHED toR] OWNER -SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1. INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 13 A. Water Lines and Appurtenances 14 1. Water Line Pressure Plugs 15 a. Ductile Iron Water Lines 16 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 17 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 18 with Section 33 11 11. 19 3) Perform Cut and Plug in accordance with Section 33 12 25. 20 b. PVC C900 and C905 Water Lines 21 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 22 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 23 with Section 33 11 11. 24 3) . Perform Cut and Plug in accordance with Section 33 12 25. 25 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 26 1) Excavate, embed, and backfill in accordance with Section 33 05 10 27 2) Plug using: 28 a) A fabricated plug restrained by welding or by a Snap Ring in 29 accordance with Section 33 11 13; or 30 b) A blind flange in accordance with Section 33 11 13 31 3) Perform Cut and Plug in accordance with Section 33 12 25.. 32 d. Buried Steel Water Lines 33 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 34 2) Plug using: 35 a) A fabricated plug restrained by welding in accordance with Section 33 36 11 14; or 37 b) A blind flange in accordance with Section 33 11 14 38 3) Perform Cut and Plug in accordance with Section 33 12 25. 39 2. Water Line Abandonment Plug CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 1 2 0241 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 15 a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3 3. Water Line Abandonment by Grouting 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Dewater from existing line to be grouted. 6 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 7 or CLSM in accordance with 03 34 13. 8 d. Dispose of any excess material. 9 4. Water Line Removal 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b. Cut existing line from the utility system prior to removal. 12 c. Cut any services prior to removal. 13 d. Remove existing pipe line and properly dispose as approved by City. 14 5. Water Valve Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Remove and dispose of valve bonnet, wedge and stem. 17 c. Fill valve body with CLSM in accordance with Section 03 3413. 18 6. Water Valve Removal and Salvage 19 a. Excavate and backfill in accordance with Section 33 05 10. 20 b. Remove valve bonnet, wedge and stem. 21 c. Deliver salvaged material to the Water Department Field Operation Storage 22 Yard. 23 d. Protect salvaged materials from damage. 24 e. Fill valve body with CLSM in accordance with Section 03 34 13. 25 7. Water Valve Abandonment 26 a. Excavate and backfill in accordance with Section 33 05 10. 27 b. Remove the top 2 feet of the valve stack and any valve extensions. 28 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 29 8. Fire Hydrant Removal and Salvage 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Remove Fire Hydrant. 32 c. Place abandonment plug on fire hydrant lead line. 33 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 34 Yard. 35 e, Protect salvaged materials from damage. 36 9. Water Meter Removal and Salvage 37 a, Remove and salvage water meter. 38 b. Return salvaged meter to Project Representative. 39 c. City will provide replacement meter for installation. 40 d. Meter Box and Lid 41 1) Remove and salvage cast iron meter box lid. 42 2) Remove and dispose of any non -cast iron meter box lid. 43 3) Return salvaged material to the Water Department Field Operation Storage 44 Yard. 45 4) Remove and dispose of meter box. 46 10. Water Sample Station Removal and Salvage 47 a. Remove and salvage existing water sample station. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Numberj 0241 14 - 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 15 1 b. Deliver salvaged material to the Water Department Field Operation Storage 2 Yard. 3 11. Concrete Water Vault Removal 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Remove and salvage vault lid. 6 c, Remove and salvage valves. 7 d, Remove and salvage meters. 8 e. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 f. Remove and dispose of any piping or other appurtenances. 11 g. Demolish and remove entire concrete vault. 12 h, Dispose of all excess materials. 13 12. Cathodic Test Station Abandonment 14 a. Excavate and backfill in accordance with Section 33 05 10 15 b. Remove the top 2 feet of the cathodic test station stack and contents. 16 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 17 B. Sanitary Sewer Lines and Appurtenances 18 1. Sanitary Sewer Line Abandonment Plug 19 a. Excavate and backfill in accordance with Section 33 05 10, 20 b. Remove and dispose of any sewage. 21 c, Plug with CLSM in accordance with Section 03 34 13. 22 2. Sanitary Sewer Line Abandonment by Grouting 23 a. Excavate and backfill in accordance with Section 33 05 10. 24 b. Dewater and dispose of any sewage from the existing line to be grouted. 25 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 26 or CLSM in accordance with 03 34 13. 27 d. Dispose of any excess material. 28 3. Sanitary Sewer Line Removal 29 a. Excavate and backfill in accordance with Section 33 05 10. 30 b. Cut existing line from the utility system prior to removal. 31 c. Cut any services prior to removal. 32 d. Remove existing pipe line and properly dispose as approved by City. 33 4. Sanitary Sewer Manholes Removal 34 a, Excavate and backfill in accordance with Section 33 05 10. 35 b. Remove and salvage manhole lid. 36 c. Deliver salvaged material to the Water Department Field Operation Storage. 37 d. Demolish and remove entire concrete manhole. 38 e. Cut and plug sewer lines to be abandoned. 39 5. Sanitary Sewer Junction Structure Removal 40 a. Excavate and backfill in accordance with Section 33 05 10. 41 b. Remove and salvage manhole lid. 42 c. Deliver salvaged material to the Water Department Field Operation Storage. 43 d. Demolish and remove entire concrete manhole. 44 e. Cut and plug sewer lines to be abandoned, 45 C. Stonn Sewer Lines and Appurtenances 46 1. Storm Sewer Abandonment Plug 47 a. Excavate and backfill in accordance with Section 33 05 10, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 024114-14 UTILITY REMOVAL/ABANDONMENT Page 14 of 15 1 b. Dewater line. 2 c. Plug with CLSM in accordance with Section 03 34 13. 3 2. Storm Sewer Line Abandonment by Grouting 4 a, Excavate and backfill in accordance with Section 33 05 10. 5 b. Dewater the existing line to be grouted. 6 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 7 or CLSM in accordance with 03 34 13. 8 d. Dispose of any excess material. 9 3. Storm Sewer Line Removal 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b, Remove existing pipe line and properly dispose as approved by City. 12 4. Storm Sewer Manholes Removal 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Demolish and remove entire concrete manhole. 15 c. Cut and plug storm sewer lines to be abandoned, 16 5. Storm Sewer Junction Box and/or Junction Structure Removal 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Demolish and remove entire concrete structure. 19 c. Cut and plug storm sewer lines to be abandoned. 20 6. Storm Sewer Inlet Removal 21 a. Excavate and backfill in accordance with Section 33 05 10. 22 b. Demolish and remove entire concrete inlet. 23 c. Cut and plug storm sewer lines to be abandoned, 24 7. Storm Sewer Box Removal 25 a. Excavate and backfill in accordance with Section 33 05 10. 26 b, Cut existing line from the utility system prior to removal. 27 c. Cut any services prior to removal. 28 d. Remove existing pipe line and properly dispose as approved by City. 29 8. Headwall/SET Removal 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Demolish and remove entire concrete inlet. 32 c, Cut and plug storm sewer lines to be abandoned, 33 9. Storm Sewer Trench Drain Removal 34 a. Excavate and backfill in accordance with Section 33 05 10. 35 b. Remove existing pipe line and dispose as approved by City. 36 3.5 REPAIR / RESTORATION [NOT USED] 37 3.6 RE -INSTALLATION [NOT USED] 38 3.7 1+'IELD [oR] SITE QUALITY CONTROL 39 3.8 SYSTEM STARTUP [NOT USED] 40 3.9 ADJUSTING [NOT USED] 41 3.10 CLEANING [NOT USED] 42 3.11 CLOSEOUT ACTIVITIES [NOT USED] 43 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 5 024114-15 UTILITY REMOVAL/ABANDONMENT Page 15 of 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 2 SECTION 02 41 15 PAVING REMOVAL 024115-1 PAVING REMOVAL Page 1 of 6 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Removing concrete paving, asphalt paving and brick paving. 7 2. Removing concrete curb and gutter. 8 3. Removing concrete valley gutter. 9 4. Milling roadway paving. I 0 5. Pulverization of existing pavement. 11 6. Disposal of removed materials. 12 B. Deviations from City of Fort Worth Standards 13 1. None 14 C. Related Specification Sections include but are not necessarily limited to 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 16 Contract. 17 2. Division 1 - General Requirements 18 3. Section 32 11 33 - Cement Treated Base Course 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Remove Concrete Paving: measure by the square yard from back-to-back of 23 curbs. 24 b. Remove Asphalt Paving: measure by the square yard between the lips of 25 gutters. 26 c. Remove Brick Paving: measure by the square yard. 27 d. Remove Concrete Curb and Gutter: measure by the linear foot. 28 e. Remove Concrete Valley Gutter: measure by the square yard 29 f. Wedge Milling: measure by the square yard for varying thickness. 30 g. Surface Milling: measure by the square yard for varying thickness. 31 h. Butt Milling: measured by the linear foot. 32 i. Pavement Pulverization: measure by the square yard. 33 j. Remove Speed Cushion: measure by each. 34 2. Payment 35 a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, 36 disposal, tools, equipment, labor and incidentals needed to execute work. 37 b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, 38 disposal, tools, equipment, labor and incidentals needed to execute work. 39 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, 40 cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to 41 execute work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 [insert Project Name] [insert Project Number] 024115-2 PAVING REMOVAL Page 2 of 6 1 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, 2 hauling, disposal, tools, equipment, labor and incidentals needed to execute 3 work. 4 e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, 5 hauling, disposal, tools, equipment, labor and incidentals needed to execute 6 work. 7 f. Wedge Milling: full compensation for all milling, hauling ]milled material to 8 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 9 to execute the work. 10 g. Surface Milling: full compensation for all milling, hauling milled material to 11 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 12 to execute the work. 13 h. Butt Milling: full compensation for all milling, hauling milled material to 11 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 15 to execute the work. 16 i. Pavement Pulverization: full compensation for all labor, material, equipment, 17 tools and incidentals necessary to pulverize, remove and store the pulverized 18 material, undercut the base, mixing, compaction, haul off, sweep, and dispose 19 of the undercut material. 20 j. Remove speed cushion: full compensation for removal, hauling, disposal, 21 tools, equipment, labor, and incidentals needed to execute the work 22 k. No payment for saw cutting of pavement or curbs and gutters will be made 23 under this section. Include cost of such work in unit prices for items listed in 24 bid form requiring saw cutting. 25 1. No payment will be made for work outside maximum payment limits indicated 26 on plans, or for pavements or structures removed for CONTRACTOR's 27 convenience. 28 1.3 REFERENCES 29 A. ASTM International (ASTM): 30 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 31 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 02 41 15 -3 PAVING REMOVAL Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 EQUIPMENT [NOT USED] 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 EXAMINATION [NOT USED] 17 3.2 INSTALLERS [NOT USED] 18 3.3 PREPARATION 19 A. General: 20 1. Mark paving removal limits for CITY approval prior to beginning removal. 21 2. Identify known utilities below grade - Stake and flag locations. 22 3.4 PAVEMENT REMOVAL 23 A. General. 24 1. Exercise caution to minimize damage to underground utilities. 25 2. Minimize amount of earth removed. 26 3. Remove paving to neatly sawed joints. 27 4. Use care to prevent fracturing adjacent, existing pavement. 28 B. Sawing 29 1. Sawing Equipment. 30 a. Power -driven. 31 b. Manufactured for the purpose of sawing pavement. 32 e. In good operating condition. 33 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 34 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 35 perpendicular to existing joint. 36 3. Sawcut parallel to the original sawcut in square or rectangular fashion. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 024115-4 PAVING REMOVAL Page4 of 6 1 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 2 joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that 3 joint, edge or lip. 4 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 5 neat, straight line for the purpose of removing the damaged area. 6 C. Remove Concrete Paving and Concrete Valley Gutter 7 1. Sawcut: See 3.4.B. 8 2. Remove concrete to the nearest expansion joint or vertical saw cut. 9 D. Remove Concrete Curb and Gutter 10 1. Sawcut: See 3.4.B. 11 2. Minimum limits of removal: 30 inches in length. 12 E. Remove Asphalt Paving 13 1. Sawcut: See 3.4.B. 14 2. Remove pavement without disturbing the base material. 15 3. When shown on the plans or as directed, stockpile materials designated as 16 salvageable at designated sites. 17 4. Prepare stockpile area by removing vegetation and trash and by providing for 18 proper drainage. 19 F, Milling 20 1. General: 21 a. Mill surfaces to the depth shown in the plans or as directed. 22 b. Do not damage or disfigure adjacent work or existing surface improvements. 23 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 24 surface to make rough. 25 d. Provide safe temporary transition where vehicles or pedestrians must pass over 26 the milled edges. 27 e. Remove excess material and clean milled surfaces. 28 f. Stockpiling of planed material will not be permitted within the right of way 29 unless approved by the CITY. 30 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 31 existing brick base. See 3.3.G. for brick paving removal. 32 2. Milling Equipment 33 a. Power operated milling machine capable of removing, in one pass or two 34 passes, the necessary pavement thickness in a five-foot minimum width. 35 b. Self-propelled with sufficient power, traction and stability to maintain accurate 36 depth of cut and slope. 37 c. Equipped with an integral loading and reclaiming means to immediately 38 remove material cut from the surface of the roadway and discharge the cuttings 39 into a truck, all in one operation. 40 d. Equipped with means to control dust created by the cutting action. 41 e. Equipped with a manual system providing for uniformly varying the depth of 42 cut while the machine is in motion making it possible to cut flush to all inlets, 43 manholes, or other obstructions within the paved area. 44 f. Variable Speed in order to leave the specified grid pattern. 45 g. Equipped to minimize air pollution. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 0241 15 -5 PAVING REMOVAL Page5 of6 1 3. Wedge Milling and Surface Milling 2 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 3 at a depth of 2 inches and transitioning to match the existing pavement (0-inch 4 cut) at a minimum width of 5 feet. 5 b. Surface Mill existing asphalt pavement to the depth specified, 6 c. Provide a milled surface that provides a uniform surface free from gouges, 7 ridges, oil film, and other imperfections of workmanship with a uniform 8 textured appearance. 9 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the 10 wedge milling includes the removal of the existing asphalt covering the gutter 11 up to and along the face of curb. 12 e. Perform wedge or surface milling operation in a continuous manner along both 13 sides of the street or as directed. 14 4. Butt Joint Milling 15 a. Mill butt joints into the existing surface, in association with the wedge milling 16 operation. 17 b. Butt joint will provide a full width transition section and a constant depth at the 18 point where the new overlay is terminated. 19 c. Typical locations for butt joints are at all beginning and ending points of streets 20 where paving material is removed. Prior to the milling of the butt joints, 21 consult with the CITY for proper location and limits of these joints. 22 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 23 valley gutters, bridge decks and culverts and all other items which transverse 24 the street and end the continuity of the asphalt surface. 25 e. Make each butt joint 20 feet long and milled out across the full width of the 26 street section to a tapered depth of 2 inch. 27 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 28 line adjacent to the beginning and ending points or intermediate transverse 29 items. 30 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 31 over the bump. 32 G. Remove Brick Paving 33 1. Remove masonry paving units to the limits specified in the plans or as directed by 34 the CITY. 35 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the CITY Stock 36 pile yard at 3300 Yuma Street or as directed. 37 H. Pavement Pulverization 38 1. Pulverization 39 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 40 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 41 base 2 inches. 42 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 43 2. Cement Application 44 a. Use 3.5% Portland cement. 45 b. See Section 32 11 33. 46 3. Mixing: see Section 32 11 33. 47 4. Compaction: see Section 32 11 33. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number) 02 41 15 -6 PAVING REMOVAL Page 6 of 6 1 5, Finishing: see Section 32 11 33. 2 6. Curing: see Section 32 11 33. 3 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 4 stone/gravel: 5 a. Undercut not required 6 b, Pulverize 10 inches deep, 7 c. Remove 2-inch the total pulverized amount. 8 1. Remove speed cushion 9 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 10 pavement. 11 3.5 REPAIR [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] DIVISION 03 CONCRETE 1 2 3 4 PART 1- GENERAL 5 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 033000-1 CAST -IN -PLACE CONCRETE Page 1 of 25 6 A. Section Includes: 7 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 8 mixture design, placement procedures and finishes, for the following: 9 a. Piers 10 b. Footings ll c. Slabs -on -grade 12 d. Foundation walls 13 e. Retaining walls 14 f. Suspended slabs 15 g. Blocking 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1 — General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. This Item is considered subsidiary to the structure or Items being placed. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 are subsidiary to the structure or Items being placed and no other compensation 28 will be allowed. 29 1.3 REFERENCES 30 A. Definitions 31 1. Cementitious Materials 32 a. Portland cement alone or in combination with 1 or more of the following: 33 1) Blended hydraulic cement 34 2) Fly ash 35 3) Other pozzolans 36 4) Ground granulated blast -furnace slag 37 5) Silica fume 38 b. Subject to compliance with the requirements of this specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 2 3 4 5 6 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 7 3, American Concrete Institute (ACI): 8 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 9 b. ACI 301 Specifications for Structural Concrete 10 c. ACI 305.1 Specification for Hot Weather Concreting 11 d. ACI 306.1 Standard Specification for Cold Weather Concreting 12 e. ACI 308.1 Standard Specification for Curing Concrete 13 f. ACI 318 Building Code Requirements for Structural Concrete 14 g. ACI 347 Guide to Formwork for Concrete 15 4, American Institute of Steel Construction (AISC): 16 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 5. ASTM International (ASTM): a. b. c. d. e. f. g• h. i. r. s. A36, Standard Specification for Carbon Structural Steel. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. C33, Standard Specification for Concrete Aggregates. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. C94, Standard Specification for Ready -Mixed Concrete. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. C171, Standard Specification for Sheet Materials for Curing Concrete. C 150, Standard Specification for Portland Cement. C172, Standard Practice for Sampling Freshly Mixed Concrete. C219, Standard Terminology Relating to Hydraulic Cement. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. C260, Standard Specification for Air -Entraining Admixtures for Concrete. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 1 t. C494, Standard Specification for Chemical Admixtures for Concrete. 2 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 3 Pozzolan for Use in Concrete. 4 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 5 Concrete. 6 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 7 Use in Concrete and Mortars. 8 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 9 Flowing Concrete. 10 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 11 Concrete. 12 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 13 Cement Concrete. 14 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 15 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 16 Levelness Numbers. 17 cc. F436, Standard Specification for Hardened Steel Washers. 18 6. American Welding Society (AWS). 19 a. D1.1, Structural Welding Code - Steel. 20 b. DI.4, Structural Welding Code - Reinforcing Steel. 21 7. Concrete Reinforcing Steel Institute (CRSI) 22 a. Manual of Standard Practice 23 8. Texas Department of Transportation 24 a. Standard Specification for Construction and Maintenance of Highways, Streets 25 and Bridges 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Work Included 28 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 29 including shoring, reshoring, falsework, bracing, proprietary forming systems, 30 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 31 blockouts, sleeves, pockets and accessories. 32 a. Erection shall include installation in formwork of items furnished by other 33 trades. 34 2. Furnish all labor and materials required to fabricate, deliver and install 35 reinforcement and embedded metal assemblies for cast -in -place concrete, including 36 steel bars, welded steel wire fabric, ties, supports and sleeves. 37 3. Furnish all labor and materials required to perform the following: 38 a. Cast -in -place concrete 39 b. Concrete mix designs 40 c. Grouting 41 1.5 SUBMITTALS 42 A. Submittals shall be in accordance with Section 01 33 00. 43 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 44 fabrication for specials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B. Design Mixtures 5 1. For each concrete mixture submit proposed mix designs in accordance with ACI 6 318, chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Submit alternate design mixtures when characteristics of materials, Project condi- 9 tions, weather, test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C. Steel Reinforcement Submittals for Information 13 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 14 ical analysis. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Manufacturer Qualifications 19 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 20 plies with ASTM C94 requirements for production facilities and equipment 21 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 1. Comply with the following unless modified by requirements in the Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY, STORAGE, AND HANDLING 35 A. Steel Reinforcement 36 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 B. Waterstops 2 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 3 contaminants, 4 1.11 FIELD CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART2- PRODUCTS 7 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 8 2.2 PRODUCT TYPES AND MATERIALS 9 A. Manufacturers 10 1. In other Part 2 articles where titles below introduce lists, the following requirements 11 apply to product selection: 12 a. Available Products: Subject to compliance with requirements, products that 13 may be incorporated into the Work include, but are not limited to, products 14 specified. 15 b. Available Manufacturers: Subject to compliance with requirements, 16 manufacturers offering products that may be incorporated into the Work 17 include, but are not limited to, manufacturers specified. 18 B. Form -Facing Materials 19 1. Rough -Formed Finished Concrete 20 a. Plywood, lumber, metal or another approved material 21 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 22 2. Chamfer Strips 23 a. Wood, metal, PVC or rubber strips 24 b. 3/4-inch x %-inch, minimum 25 3. Rustication Strips 26 a. Wood, metal, PVC or rubber strips 27 b. Kerfed for ease of form removal 28 4. Form -Release Agent 29 a. Commercially formulated form -release agent that will not bond with, stain or 30 adversely affect concrete surfaces 31 b. Shall not impair subsequent treatments of concrete surfaces 32 c. For steel form -facing materials, formulate with rust inhibitor. 33 5. Form Ties 34 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 35 plastic form ties designed to resist lateral pressure of fresh concrete on forms 36 and to prevent spalling of concrete on removal. 37 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 38 of exposed concrete surface. 39 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 40 diameter in concrete surface. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 4 1. Reinforcing Bars 5 a. ASTM A615, Grade 60, deformed 6 D. Reinforcement Accessories 7 1. Smooth Dowel Bars 8 a. ASTM A615, Grade 60, steel bars (smooth) 9 b. Cut bars true to length with ends square and free of burrs. 10 2. Bar Supports 11 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 12 reinforcing bars and welded wire reinforcement in place 13 b. Manufacture bar supports from steel wire, plastic or precast concrete according 14 to CRSI's "Manual of Standard Practice," of greater compressive strength than 15 concrete and as follows: 16 1) For concrete surfaces exposed to view where legs of wire bar supports 17 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 18 Class 2 stainless -steel bar supports. 19 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 20 concrete blocks on bottom where base material will not support chair legs 21 or where vapor barrier has been specified. 22 E. Embedded Metal Assemblies 23 1. Steel Shapes and Plates: ASTM A36 24 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 25 Stud Welding Division or approved equal 26 F. Expansion Anchors 27 1. Available Products 28 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 29 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 30 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 31 G. Adhesive Anchors and Dowels 32 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 33 into hardened concrete or grout -filled masonry. 34 a. The adhesive system shall use a 2-component adhesive mix and shall be 35 injected with a static mixing nozzle following manufacturer's instructions. 36 b. The embedment depth of the rod shall provide a minimum allowable bond 37 strength that is equal to the allowable yield capacity of the rod, unless otherwise 38 specified. 39 2. Available Products 40 a. Hilti HIT HY 150 Max 41 b. Simpson Acrylic -Tie 42 c. Powers Fasteners AC 100+ Gold 43 3. Threaded Rods: ASTM A193 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 1 a. Nuts: ASTM A563 hex carbon steel 2 b. Washers: ASTM F436 hardened carbon steel 3 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 4 H. Inserts 5 1. Provide metal inserts required for anchorage of materials or equipment to concrete 6 construction where not supplied by other trades: 7 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 8 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 9 washers. 10 1) Provide 3/4-inch bolt size, unless otherwise indicated. 11 b. In horizontal concrete surfaces and whenever inserts are subject to tension 12 forces, provide threaded inserts of malleable cast iron furnished with full depth 13 bolts. 14 1) Provide 3/4-inch bolt size, unless otherwise indicated. 15 1. Concrete Materials 16 1. Cementitious Material 17 a. Use the following cementitious materials, of the same type, brand, and source, 18 throughout Project: 19 1) Portland Cement 20 a) ASTM C 150, Type I/II, gray 21 b) Supplement with the following: 22 (1) Fly Ash 23 (a) ASTM C618, Class C or F 24 (2) Ground Granulated Blast -Furnace Slag 25 (a) ASTM C989, Grade 100 or 120. 26 2) Silica Fume 27 a) ASTM C1240, amorphous silica 28 3) Normal -Weight Aggregates 29 a) ASTM C33, Class 3S coarse aggregate or better, graded 30 b) Provide aggregates from a single source. 31 4) Maximum Coarse -Aggregate Size 32 a) %-inch nominal 33 5) Fine Aggregate 34 a) Free of materials with deleterious reactivity to alkali in cement 35 6) Water 36 a) ASTM C94 and potable 37 J. Admixtures 38 1. Air -Entraining Admixture 39 a. ASTM C260 40 2. Chemical Admixtures 41 a. Provide admixtures certified by manufacturer to be compatible with other ad- 42 mixtures and that will not contribute water-soluble chloride ions exceeding 43 those permitted in hardened concrete. 44 b. Do not use calcium chloride or admixtures containing calcium chloride. 45 c. Water -Reducing Admixture 46 1) ASTM C494, Type A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 1 d. Retarding Admixture 2 1) ASTM C494, Type B 3 e. Water -Reducing and Retarding Admixture 4 1) ASTM C494, Type D 5 f. High -Range, Water -Reducing Admixture 6 1) ASTM C494, Type F 7 g. High -Range, Water -Reducing and Retarding Admixture 8 1) ASTM C494, Type G 9 h. Plasticizing and Retarding Admixture 10 1) ASTM C 1017, Type II 11 K. Waterstops 12 1. Self -Expanding Butyl Strip Waterstops 13 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 14 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 34- 15 inch x 1-inch. 16 b. Available Products 17 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 18 2) Concrete Sealants Inc.; Conseal CS-231 19 3) Greenstreak; Swellstop 20 4) Henry Company, Sealants Division; Hydro -Flex 21 5) JP Specialties, Inc.; Earthshield Type 20 22 6) Progress Unlimited, Inc.; Superstop 23 7) TCMiraDRI; Mirastop 24 L. Curing Materials 25 1. Absorptive Cover 26 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 27 approximately 9 ounces/square yard when dry 28 2. Moisture -Retaining Cover 29 a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 30 3. Water 31 a. Potable 32 4. Clear, Waterborne, Membrane -Forming Curing Compound 33 a. ASTM C309, Type ], Class B, dissipating 34 b. Available Products 35 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 36 2) Burke by Edoco; Aqua Resin Cure 37 3) ChemMasters; Safe -Cure Clear 38 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 39 Company; W.B. Resin Cure 40 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 41 6) Euclid Chemical Company (The); Kurez DR VOX 42 7) Kaufman Products, Inc.; Thinfilm 420 43 8) Lambert Corporation; Aqua Kure -Clear 44 9) L&M Construction Chemicals, Inc.; L&M Cure R 45 10) Meadows, W. R., Inc.; 1100 Clear 46 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 2 13) Tamms Industries, Inc.; Horncure WB 30 3 14) Unitex; Hydro Cure 309 4 15) US Mix Products Company; US Spec Maxcure Resin Clear 5 16) Vexcon Chemicals, Inc.; Celli -Vex Enviocure 100 6 M. Related Materials 7 l . Bonding Agent 8 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 9 butadiene 10 2. Epoxy Bonding Adhesive 11 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 12 to damp surfaces, of class suitable for application temperature and of grade to 13 suit requirements, and as follows: 14 1) Types I and II, non -load bearing 15 2) IV and V, load bearing, for bonding 16 3) Hardened or freshly mixed concrete to hardened concrete 17 3. Reglets 18 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 19 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 20 or debris. 21 4. Sleeves and Blockouts 22 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 23 tubes or wood 24 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 25 a. Sized as required 26 b. Shall be of strength and character to maintain formwork in place while placing 27 concrete 28 N. Repair Materials 29 1. Repair Underlayment 30 a. Cement -based, polymer -modified, self -leveling product that can be applied in 31 thicknesses of 1/8 inch or greater 32 1) Do not feather. 33 b. Cement Binder 34 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 35 defined in ASTM C219 36 c. Primer 37 1) Product of underlayment manufacturer recommended for substrate, condi- 38 tions, and application 39 d. Aggregate 40 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 41 recommended by underlayment manufacturer 42 e. Compressive Strength 43 1) Not less than 4100 psi at 28 days when tested according to 44 ASTM C109/C109M 45 2. Repair Overlayment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 25 1 a. Cement -based, polymer -modified, self -leveling product that can be applied in 2 thicknesses of 1/8 inch or greater 3 I) Do not feather. 4 b. Cement Binder 5 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 6 defined in ASTM C219 7 c. Primer 8 1) Product of topping manufacturer recommended for substrate, conditions, 9 and application 10 d. Aggregate 11 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 12 ed by topping manufacturer 13 e. Compressive Strength 14 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 15 O. Concrete Mixtures, General 16 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 17 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 18 a. Required average strength above specified strength 19 1) Based on a record of past performance 20 a) Determination of required average strength above specified strength 21 shall be based on the standard deviation record of the results of at least 22 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 23 by the larger amount defined by formulas 5-1 and 5-2. 24 2) Based on laboratory trial mixtures 25 a) Proportions shall be selected on the basis of laboratory trial batches 26 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 27 average strength greater than the specified strength fc by the amount 28 defined in table 5.3.2.2. 29 3) Proportions of ingredients for concrete mixes shall be determined by an in- 30 dependent testing laboratory or qualified concrete supplier. 31 4) For each proposed mixture, at least 3 compressive test cylinders shall be 32 made and tested for strength at the specified age. 33 a) Additional cylinders may be made for testing for information at earlier 34 ages. 35 2. Cementitious Materials 36 a. Limit percentage, by weight, of cementitious materials other than portland ce- 37 ment in concrete as follows, unless specified otherwise: 38 1) Fly Ash: 25 percent 39 2) Combined Fly Ash and Pozzolan: 25 percent 40 3) Ground Granulated Blast -Furnace Slag: 50 percent 41 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 42 Slag: 50 percent 43 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 44 cent 45 6) Silica Fume: 10 percent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-11 CAST -IN -PLACE CONCRETE Page 11 of 25 1 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 2 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 3 cent 4 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 5 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 6 percent and silica fume not exceeding 10 percent 7 3. Limit water-soluble, chloride -ion content in hardened concrete to 0.06 percent by 8 weight of cement. 9 4. Admixtures 10 a. Use admixtures according to manufacturer's written instructions. 11 b. Do not use admixtures which have not been incorporated and tested in accepted 12 mixes. 13 c. Use water -reducing high -range water -reducing or plasticizing admixture in 14 concrete, as required, for placement and workability. 15 d. Use water -reducing and retarding admixture when required by high 16 temperatures, low humidity or other adverse placement conditions. 17 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 18 industrial slabs and parking structure slabs, concrete required to be watertight, 19 and concrete with a water-cementitious materials ratio below 0.50. 20 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 21 P. Concrete Mixtures 22 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges" for: 24 a. Culverts 25 b. Headwalls 26 c. Wingwalls 27 2. Proportion normal -weight concrete mixture as follows: 28 a. Minimum Compressive Strength: 3,000 psi at 28 days 29 b. Maximum Water-Cementitious Materials Ratio: 0.50 30 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 31 inches before adding high -range water -reducing admixture or plasticizing 32 admixture, plus or minus 1 inch 33 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 34 inch nominal maximum aggregate size 35 Q. 36 Fabricating Reinforcement 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 37 R. Fabrication of Embedded Metal Assemblies 38 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 39 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 40 accordance with AWS D1.1. 41 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 42 A11 other metal assemblies shall be either hot dip galvanized or painted with an 43 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 44 installed in accordance with the manufacturer's instructions. Repair painted 45 assemblies after welding with same type of paint. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 25 1 S. Concrete Mixing 2 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 3 ASTM C94, and furnish batch ticket information. 4 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 5 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 6 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 7 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 8 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 9 batch machine mixer. 10 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 11 minutes, but not more than 5 minutes after ingredients are in mixer, before any 12 part of batch is released. 13 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 14 seconds for each additional 1 cubic yard. 15 c. Provide batch ticket for each batch discharged and used in the Work, indicating 16 Project identification name and number, date, mixture type, mixture time, 17 quantity, and amount of water added. Record approximate location of final 18 deposit in structure. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Formwork 27 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 28 support vertical, lateral, static, and dynamic loads, and construction loads that might 29 be applied, until structure can support such loads. 30 2. Construct formwork so concrete members and structures are of size, shape, 31 alignment, elevation, and position indicated, within tolerance limits of ACl 117. 32 a. Vertical alignment 33 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 34 2) Outside corner of exposed corner columns and control joints in concrete 35 exposed to view less than 100 feet in height - 1/2 inch. 36 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 37 height but not more than 6 inches. 38 4) Outside corner of exposed corner columns and control joints in concrete 39 exposed to view greater than 100 feet in height - 1/2000 times the height 40 but not more than 3 inches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000 -13 CAST -IN -PLACE CONCRETE Page 13 of 25 1 b. Lateral alignment 2 1) Members - 1 inch. 3 2) Centerline of openings 12 inches or smaller and edge location of larger 4 openings in slabs - 1/2 inch. 5 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 6 c. Level alignment 7 1) Elevation of slabs -on -grade - 3/4 inch. 8 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 9 inch. 10 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 11 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 12 and thickness of walls and slabs. 13 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 14 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 15 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 16 e. Relative alignment 17 1) Stairs 18 a) Difference in height between adjacent risers - 1/8 inch. 19 b) Difference in width between adjacent treads - 1/4 inch. 20 c) Maximum difference in height between risers in a flight of stairs - 3/8 21 inch. 22 d) Maximum difference in width between treads in a flight of stairs - 3/8 23 inch. 24 2) Grooves 25 a) Specified width 2 inches or less - 1/8 inch. 26 b) Specified width between 2 inches and 12 inches - 1/4 inch. 27 3) Vertical alignment of outside corner of exposed corner columns and control 28 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 29 4) All other conditions - 3/8 inch in 10 feet. 30 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 31 as follows: 32 a. Class B, 1/4 inch for smooth -formed finished surfaces. 33 b. Class C, 1/2 inch for rough -formed finished surfaces. 34 4. Construct forms tight enough to prevent loss of concrete mortar. 35 5. Fabricate forms for easy removal without hammering or prying against concrete 36 surfaces. Provide crush or wrecking plates where stripping may damage cast 37 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 38 horizontal to 1 vertical. 39 a. Install keyways, regrets, recesses, and the like, for easy removal. 40 b. Do not use rust -stained steel form -facing material. 41 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 42 required elevations and slopes in finished concrete surfaces. Provide and secure 43 units to support screed strips; use strike -off templates or compacting -type screeds. 44 7. Construct formwork to cambers shown or specified on the Drawings to allow for 45 structural deflection of the hardened concrete. Provide additional elevation or 46 camber in formwork as required for anticipated formwork deflections due to weight 47 and pressures of concrete and construction loads. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I [Insert Project Name] [Insert Project Number) 033000-14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 8. Foundation Elements: Forte the sides of all below grade portions of beams, pier 2 caps, walls, and columns straight and to the lines and grades specified. Do no earth 3 form foundation elements unless specifically indicated on the Drawings. 4 9. Provide temporary openings for cleanouts and inspection ports where interior area 5 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 6 securely braced to prevent loss of concrete mortar. Locate temporary openings in 7 forms at inconspicuous locations. 8 10. Chamfer exterior corners and edges of permanently exposed concrete. 9 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 10 bulkheads required in the Work. Determine sizes and locations from trades 11 providing such items. 12 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 13 sawdust, dirt, and other debris just before placing concrete. 14 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 15 leaks and maintain proper alignment. 16 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 17 written instructions, before placing reinforcement, anchoring devices, and 18 embedded items. 19 a. Do not apply form release agent where concrete surfaces are scheduled to 20 receive subsequent finishes which may be affected by agent. Soak contact 21 surfaces of untreated fortes with clean water. Keep surfaces wet prior to 22 placing concrete. 23 B. Embedded Items 24 1. Place and secure anchorage devices and other embedded items required for 25 adjoining work that is attached to or supported by cast -in -place concrete. Use 26 setting drawings, templates, diagrams, instructions, and directions furnished with 27 items to be embedded. 28 a. Install anchor rods, accurately located, to elevations required and complying 29 with tolerances in AISC 303, Section 7.5. 30 1) Spacing within a bolt group: 1/8 inch 31 2) Location of bolt group (center): '/2 inch 32 3) Rotation of bolt group: 5 degrees 33 4) Angle off vertical: 5 degrees 34 5) Bolt projection: ± 3/8 inch 35 b. Install reglets to receive waterproofing and to receive through -wall flashings in 36 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 37 shelf angles, and other conditions. 38 C. Removing and Reusing Forms 39 1. Do not backfill prior to concrete attaining 75 percent of its 28-day design 40 compressive strength. 41 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 42 Work that does not support weight of concrete may be removed after cumulatively 43 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 44 concrete is hard enough to not be damaged by form -removal operations and curing 45 and protection operations are maintained. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 033000-15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 2 that supports weight of concrete in place until concrete has achieved at least 70 3 percent of its 28-day design compressive strength. 4 b. Do not remove formwork supporting conventionally reinforced concrete until 5 concrete has attained 70 percent of its specified 28 day compressive strength as 6 established by tests of field cured cylinders. In the absence of cylinder tests, 7 supporting formwork shall remain in place until the concrete has cured at a 8 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 9 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 10 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 11 listed time period. Formwork for 2-way conventionally reinforced slabs shall 12 remain in place for at least the minimum cumulative time periods specified for 13 1-way slabs of the same maximum span. 14 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 15 removal. Reshores shall remain until the concrete has attained the specified 28 16 day compressive strength. 17 d. Minimum cumulative curing times may be reduced by the use of high -early 18 strength cement or forming systems which allow form removal without 19 disturbing shores, but only after the Contractor has demonstrated to the 20 satisfaction of the Engineer that the early removal of forms will not cause 21 excessive sag, distortion or damage to the concrete elements. 22 e. Completely remove wood forms. Provide temporary openings if required. 23 f. Provide adequate methods of curing and thermal protection of exposed concrete 24 if forms are removed prior to completion of specified curing time. 25 g. Reshore areas required to support construction loads in excess of 20 pounds per 26 square foot to properly distribute construction loading. Construction loads up 27 to the rated live load capacity may be placed on unshored construction provided 28 the concrete has attained the specified 28 day compressive strength. 29 h. Obtaining concrete compressive strength tests for the purposes of form removal 30 is the responsibility of the Contractor. 31 i Remove forms only if shores have been arranged to permit removal of forms 32 without loosening or disturbing shores. 33 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 34 delaminated, or otherwise damaged form -facing material will not be acceptable for 35 exposed surfaces. Apply new form -release agent. 36 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 37 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 38 exposed concrete surfaces unless approved by Engineer. 39 D. Shores and Reshores 40 1. The Contractor is solely responsible for proper shoring and reshoring. 41 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 42 and reshoring. 43 a. Do not remove shoring or reshoring until measurement of slab tolerances is 44 complete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised ,luly 1, 2011 [Insert Project Name] [Insert Project Number] 03 30 00 - 16 CAST -IN -PLACE CONCRETE Page 16 of 25 1 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 2 Locate and provide adequate reshoring to support construction without excessive 3 stress or deflection. 4 E. Steel Reinforcement 5 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 6 reinforcement. 7 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 8 before placing concrete. 9 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 10 materials that would reduce bond to concrete. 11 3. Accurately position, support, and secure reinforcement against displacement. 12 Locate and support reinforcement with bar supports to maintain minimum concrete 13 cover. Do not tack weld crossing reinforcing bars. 14 a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel 15 conforming to ASTM A706 may be welded. 16 4. Installation tolerances 17 a. Top and bottom bars in slabs, girders, beams and joists: 18 1) Members 8 inches deep or less: ±3/8 inch 19 2) Members more than 8 inches deep: 11/2 inch 20 b. Concrete Cover to Formed or Finished Surfaces: +3/8 inches for members 8 21 inches deep or less; t1/2 inches for members over 8 inches deep, except that 22 tolerance for cover shall not exceed 1/3 of the specified cover. 23 5. Concrete Cover 24 a. Reinforcing in structural elements deposited against the ground: 3 inches 25 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 26 c. Grade beams and exterior face of formed walls and columns exposed to 27 weather or in contact with the ground: 2 inches 28 d. Interior faces of walls: 1 inches 29 e. Slabs: 3/4 inches 30 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 31 with ACI 318 for minimum lap of spliced bars where not specified on the 32 documents. Do not lap splice no. 14 and 18 bars. 33 7. Field Welding of Embedded Metal Assemblies 34 a. Remove all paint and galvanizing in areas to receive field welds. 35 b. Field Prepare all areas where paint or galvanizing has been removed with the 36 specified paint or cold galvanizing compound, respectively. 37 F. Joints 38 1. General: Construct joints true to line with faces perpendicular to surface plane of 39 concrete. 40 2. Construction Joints: Install so strength and appearance of concrete are not 41 impaired, at locations indicated or as approved by Engineer. 42 a. Place joints perpendicular to main reinforcement. Continue reinforcement 43 across construction joints, unless otherwise indicated. Do not continue 44 reinforcement through sides of strip placements of floors and slabs. 45 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 2 Offset joints in girders a minimum distance of twice the beam width from a 3 beam -girder intersection. 4 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 5 beams, and girders and at the top of footings or floor slabs. 6 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 7 with walls, near corners, and in concealed locations where possible. 8 f. Use a bonding agent at locations where fresh concrete is placed against 9 hardened or partially hardened concrete surfaces. 10 3. Doweled Joints: Install dowel bars and support assemblies at joints where 11 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 12 bonding to 1 side of joint. 13 G. Waterstops 14 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 15 form a continuous diaphragm. Instal[ in longest lengths practicable. Support and 16 protect exposed waterstops during progress of the Work. Field fabricate joints in 17 waterstops according to manufacturer's written instructions. 18 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 19 locations indicated, according to manufacturer's written instructions, adhesive 20 bonding, mechanically fastening, and firmly pressing into place. Install in longest 21 lengths practicable. 22 H. Adhesive Anchors 23 1. Comply with the manufacturer's installation instructions on the hole diameter and 24 depth required to fully develop the tensile strength of the adhesive anchor or 25 reinforcing bar. 26 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 27 loose material from the hole, prior to installing adhesive material. 28 I. Concrete Placement 29 1. Before placing concrete, verify that installation of formwork, reinforcement, and 30 embedded items is complete and that required inspections have been performed. 31 2. Do not add water to concrete during delivery, at Project site, or during placement 32 unless approved by Engineer. 33 3. Before test sampling and placing concrete, water may be added at Project site, 34 subject to limitations of ACI 301. 35 a. Do not add water to concrete after adding high -range water -reducing 36 admixtures to mixture. 37 b. Do not exceed the maximum specified water/cement ratio for the mix. 38 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 39 that no new concrete will be placed on concrete that has hardened enough to cause 40 seams or planes of weakness. If a section cannot be placed continuously, provide 41 construction joints as indicated. Deposit concrete to avoid segregation. 42 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 43 pressures, 15 feet maximum and in a manner to avoid inclined construction 44 joints. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 b. Consolidate placed concrete with mechanical vibrating equipment according to 2 ACI 301. 3 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 4 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 5 layer and at least 6 inches into preceding layer. Do not insert vibrators into 6 lower layers of concrete that have begun to lose plasticity. At each insertion, 7 limit duration of vibration to time necessary to consolidate concrete and 8 complete embedment of reinforcement and other embedded items without 9 causing mixture constituents to segregate. 10 d. Do not permit concrete to drop freely any distance greater than 10 feet for 11 concrete containing a high range water reducing admixture (superplasticizer) or 12 5 feet for other concrete. Provide chute or tremie to place concrete where longer 13 drops are necessary. Do not place concrete into excavations with standing 14 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 15 with its outlet near the bottom of the place of deposit. 16 e. Discard pump priming grout and do not use in the structure. 17 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 18 within limits of construction joints, until placement of a panel or section is 19 complete. 20 a. Consolidate concrete during placement operations so concrete is thoroughly 21 worked around reinforcement and other embedded items and into corners. 22 b. Maintain reinforcement in position on chairs during concrete placement. 23 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 24 d. Slope surfaces uniformly to drains where required. 25 e. Begin initial floating using bull floats or darbies to form a uniform and open- 26 textured surface plane, before excess bleedwater appears on the surface. Do not 27 further disturb slab surfaces before starting finishing operations. 28 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 29 concrete work from physical damage or reduced strength that could be caused by 30 frost, freezing actions, or low temperatures. 31 a. When average high and low temperature is expected to fall below 40 32 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 33 temperature within the temperature range required by ACI 301. 34 b. Do not use frozen materials or materials containing ice or snow. Do not place 35 concrete on frozen subgrade or on subgrade containing frozen materials. 36 c. Do not use calcium chloride, salt, or other materials containing antifreeze 37 agents or chemical accelerators unless otherwise specified and approved in 38 mixture designs. 39 7. Hot -Weather Placement: Comply with AC1 305.1 and as follows: 40 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 41 placement. Chilled mixing water or chopped ice may be used to control 42 temperature, provided water equivalent of ice is calculated to total amount of 43 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 44 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 45 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 46 dry areas. 47 J. Finishing Formed Surfaces CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 25 1 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 2 with tie holes and defects repaired and patched. Remove fins and other projections 3 that exceed specified limits on formed -surface irregularities. 4 a. Apply to concrete surfaces not exposed to public view. 5 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 6 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 7 texture matching adjacent formed surfaces. Continue final surface treatment of 8 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 9 indicated. 10 K. Miscellaneous Concrete Items 11 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 12 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 13 specified, to blend with in -place construction. Provide other miscellaneous 14 concrete filling indicated or required to complete the Work. 15 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 16 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 17 corners, intersections, and terminations slightly rounded. 18 3. Equipment Bases and Foundations: Provide machine and equipment bases and 19 foundations as shown on Drawings. Set anchor bolts for machines and equipment 20 at correct elevations, complying with diagrams or templates from manufacturer 21 furnishing machines and equipment. 22 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 23 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 24 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 25 during pouring of concrete fill. 26 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 27 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 28 L. Concrete Protecting and Curing 29 1. General: Protect freshly placed concrete from premature drying and excessive cold 30 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 31 ACI 305.1 for hot -weather protection during curing. 32 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 33 supported slabs, and other similar surfaces. If forms remain during curing period, 34 moist cure after loosening forms. If removing forms before end of curing period, 35 continue curing for the remainder of the curing period. 36 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 37 unformed surfaces, including floors and slabs, concrete floor toppings, and other 38 surfaces. 39 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 40 methods: 41 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 42 with the following materials: 43 1) Water 44 2) Continuous water -fog spray CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 3) Absorptive cover, water saturated, and kept continuously wet. Cover 2 concrete surfaces and edges with 12-inch lap over adj acent absorptive 3 covers 4 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 5 retaining cover for curing concrete, placed in widest practicable width, with 6 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 7 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 8 during curing period using cover material and waterproof tape. 9 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 10 receive floor coverings. 11 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 12 receive penetrating liquid floor treatments. 13 3) Cure concrete surfaces to receive floor coverings with either a moisture- 14 retaining cover or a curing compound that the manufacturer certifies will 15 not interfere with bonding of floor covering used on Project. 16 c. Curing Compound: Apply uniformly in continuous operation by power spray 17 or roller according to manufacturer's written instructions. Recoat areas 18 subjected to heavy rainfall within 3 hours after initial application. Maintain 19 continuity of coating and repair damage during curing period. 20 3.5 REPAIR 21 A. Concrete Surface Repairs 22 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 23 Remove and replace concrete that cannot be repaired and patched to Engineer's 24 approval. 25 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 26 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 27 water for handling and placing. 28 3. Repairing Formed Surfaces: Surface defects include color and texture 29 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 30 projections on the surface, and stains and other discolorations that cannot be 31 removed by cleaning. 32 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 33 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 34 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 35 with water, and brush -coat holes and voids with bonding agent. Fill and 36 compact with patching mortar before bonding agent has dried. Fill form -tie 37 voids with patching mortar or cone plugs secured in place with bonding agent. 38 b. Repair defects on surfaces exposed to view by blending white portland cement 39 and standard portland cement so that, when dry, patching mortar will match 40 surrounding color. Patch a test area at inconspicuous locations to verify 41 mixture and color match before proceeding with patching. Compact mortar in 42 place and strike off slightly higher than surrounding surface. 43 c. Repair defects on concealed formed surfaces that affect concrete's durability 44 and structural performance as determined by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name} llnsert Project Number] 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 2 for finish and verify surface tolerances specified for each surface. Correct low and 3 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 4 a sloped template. 5 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 6 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 7 or that penetrate to reinforcement or completely through unreinforced sections 8 regardless of width, and other objectionable conditions. 9 b. After concrete has cured at least 14 days, correct high areas by grinding. 10 c. Correct localized low areas during or immediately after completing surface 11 finishing operations by cutting out low areas and replacing with patching 12 mortar. Finish repaired areas to blend into adjacent concrete. 13 d. Repair defective areas, except random cracks and single holes 1 inch or less in 14 diameter, by cutting out and replacing with fresh concrete. Remove defective 15 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 16 inch clearance all around. Dampen concrete surfaces in contact with patching 17 concrete and apply bonding agent. Mix patching concrete of same materials 18 and mixture as original concrete except without coarse aggregate. Place, 19 compact, and finish to blend with adjacent finished concrete. Cure in same 20 manner as adjacent concrete. 21 e. Repair random cracks and single holes 1 inch or less in diameter with patching 22 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 23 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 24 bonding agent. Place patching mortar before bonding agent has dried. 25 Compact patching mortar and finish to match adjacent concrete. Keep patched 26 area continuously moist for at least 72 hours. 27 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 28 adhesive and patching mortar. 29 6. Repair materials and installation not specified above may be used, subject to 30 Engineer's approval. 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD QUALITY CONTROL 33 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 34 inspecting agency to perform field tests and inspections and prepare test reports. 35 B. Inspections 36 1. Steel reinforcement placement 37 2. Headed bolts and studs 38 3. Verification of use of required design mixture 39 4. Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6. Verification of concrete strength before removal of shores and forms from beams 42 and slabs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 1 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 2 according to ASTM C172 according to the following requirements: 3 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 5 each additional 50 cubic yard or fraction thereof. 6 2. Slump: ASTM C143; l test at point of placement for each composite sample, but 7 not less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 10 each composite sample, but not Less than 1 test for each day's pour of each concrete 11 mixture. 12 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 13 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 14 test for each composite sample. 15 5. Compression Test Specimens: ASTM C31. 16 a. Cast and laboratory cure 4 cylinders for each composite sample. 17 1) Do not transport field cast cylinders until they have cured for a 18 minimum of 24 hours. 19 6. Compressive -Strength Tests: ASTM C39; 20 a. Test 1 cylinder at 7 days. 21 b. Test 2 cylinders at 28 days. 22 c. Hold 1 cylinder for testing at 56 days as needed. 23 7. When strength of field -cured cylinders is less than 85 percent of companion 24 laboratory -cured cylinders, evaluate operations and provide corrective procedures 25 for protecting and curing in -place concrete. 26 8. Strength of each concrete mixture will be satisfactory if every average of any 3 27 consecutive compressive -strength tests equals or exceeds specified compressive 28 strength and no compressive -strength test value falls below specified compressive 29 strength by more than 500 psi. 30 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 31 within 48 hours of testing. Reports of compressive -strength tests shall contain 32 Project identification name and number, date of concrete placement, name of 33 concrete testing and inspecting agency, location of concrete batch in Work, design 34 compressive strength at 28 days, concrete mixture proportions and materials, 35 compressive breaking strength, and type of break for both 7- and 28-day tests. 36 10. Additional Tests: Testing and inspecting agency shall make additional tests of 37 concrete when test results indicate that slump, air entrainment, compressive 38 strengths, or other requirements have not been met, as directed by Engineer. 39 Testing and inspecting agency may conduct tests to determine adequacy of concrete 40 by cored cylinders complying with ASTM C42 or by other methods as directed by 41 Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11. Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 1. All floors are subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions, lapping straightedge 3 feet on areas previously checked. Low 24 spots shall not exceed the above dimension anywhere along the straightedge. 25 Flatness shall be checked the next work day after finishing. 26 b. Slabs shall be level within a tolerance of+ 1/4 inch in 10 feet, not to exceed 3/4 27 inches total variation, anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM E1155. 32 2. 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floor area shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 36 solute minimum surface profile that will be acceptable for any 1 test sample 37 (line of measurements) anywhere within the test area. 38 2) Specified Overall Value: The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 as a whole. 41 3. Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033000-24 CAST -IN -PLACE CONCRETE Page 24 of 25 1 b. Test sample measurement lines within each test section shall be 2 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 3 spacing to be determined by the City's testing agency. 4 c. The precise layout of each test section shall be determined by the City's testing 5 agency. 6 4. Concrete Floor Finish Tolerance 7 a. The following values apply before removal of shores. Levelness values (FL) do 8 not apply to intentionally sloped or cambered areas, nor to slabs poured on 9 metal deck or precast concrete. 10 1) Slabs 11 Overall Value FF45/FL30 12 Minimum Local Value FF30/FL20 13 5. Floor Elevation Tolerance Envelope 14 a. The acceptable tolerance envelope for absolute elevation of any point on the 15 slab surface, with respect to the elevation shown on the Drawings, is as follows: 16 1) Slab -on -Grade Construction: ± V4 inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores: ± 3/4 inch 19 3) Top surfaces of all other slabs: ± 3/4 inch 20 4) Slabs specified to slope shall have a tolerance from the specified slope of 21 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 22 any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily re- 29 placed at the Contractor's expense, and in conformity with all of the requirements of 30 the Drawings and Specifications. 31 2. Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment, protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors, wash floors with clean water. 37 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 7 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 - Cast -in -Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 I. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. ASTM International (ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 03 34 13 -2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details, including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 29 00. 30 2. Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water: As specified in Section 03 30 00. 32 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 1 5. Fine aggregate: Concrete sand (does not need to be in accordance with 2 ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 3 and no plastic fines shall be present. 4 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 5 B. Mixes 6 1. Performance requirements 7 a. Total calculated air content 8 1) Not less than 8.0 percent or greater than 12.0 percent. 9 b. Minimum unconfined compressive strength 10 1) Not less than 50 psi measured at 28 days. 11 c. Maximum unconfined compressive strength 12 1) Not greater than 150 psi measured at 28 days. 13 2) Limit the long-term strength (90 days) to 200 psi such that material could 14 be re -excavated with conventional excavation equipment in the future if 15 necessary. 16 d. Wet density 17 1) No greater than 132 pounds per cubic foot. 18 e. Color 19 1) No coloration required unless noted. 20 2) Submit dye or other coloration means for approval. 21 2. Suggested design mix Material Cement Fly Ash Water Coarse Aggregate Fine Aggregate Admixture TOTAL Weight Specific Gravity 30 pounds 3.15 300 pounds 2.30 283 pounds I 1.00 1,465 pounds ( 2.68 1,465 pounds I 2.68 4-6 ounces 3,543 pounds 1 Absolute Volume Cubic Foot 0.15 2.09 4.54 8.76 8.76 2.70 27.00 22 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Trial batch 26 1. After mix design has been accepted by Engineer, have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2. Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Work. 30 3. Prepare trial batch with sufficient quantity to determine slump, workability, 31 consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1 /2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance, do not change the mix design without submitting a new mix 30 design, trial batches, and test information. 31 E. Determine slump in accordance with ASTM C143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 34 overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] S 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within + 1 inch. 21 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when placed, the material is self -compacting, self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to the 9 laboratory for testing. The concrete test cylinders are fragile and shall be 10 handled carefully. The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only 14 minimal bumping, banging, or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength, but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi -continuous filling operation, slightly 37 overfill, tap lightly, strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements, make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number} DIVISION 31 EARTHWORK 311000-1 SITE CLEARING Page 1 of5 SECTION 31 10 00 2 SITE CLEARING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility RemovallAbandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal 32 a. Measurement 33 1) Measurement for this Item shall be per each. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Tree Removal" for: 37 a) Various caliper ranges 38 c. The price bid shall include: 39 1) Pruning of designated trees and shrubs 40 2) Removal and disposal of structures and obstructions 41 3) Grading and backfilling of holes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 311000-2 SITE CLEARING Page 2 of 5 1 4) Excavation 2 5) Fertilization 3 6) Clean-up 4 3, Tree Removal and Transplantation 5 a. Measurement 6 1) Measurement for this Item shall be per each. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 10 a) Various caliper ranges 11 c. The price bid shall include: 12 1) Pruning of designated trees and shrubs 13 2) Removal and disposal of structures and obstructions 14 3) Moving tree with truck mounted tree spade 15 4) Grading and backfilling of holes 16 5) Replanting tree at temporary location (determined by Contractor) 17 6) Maintaining tree until Work is completed 18 7) Replanting tree into original or designated location 19 8) Excavation 20 9) Fertilization 21 10) Clean-up 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMirTSTRATIVE REQUIREMENTS 24 A. Permits 25 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits when 26 required by the City Ordinance No. 18615-05-2009. 27 B. Preinstallation Meetings 28 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 29 City Inspector, and the Project Manager for the purpose of reviewing the 30 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 31 prior to the meeting. 32 2. The Contractor will provide the City with a Disposal Letter in accordance to 33 Division 01. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 40 1.11 FIELD CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 311000-3 SITE CLEARING Page 3 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. All trees identified to be protected and/or preserved should be clearly flagged with 7 survey tape. 8 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 9 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 10 saved. 11 3.4 INSTALLATION 12 A. Protection of Trees 13 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 14 Refer to the Drawings for tree protection details. 15 2. If the Drawings do not provide tree protection details, protected trees shall be 16 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 17 the corners located on the canopy drip line, unless instructed otherwise. 18 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 19 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 1/2 20 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 21 form the enclosure. 22 4. Do not park equipment, service equipment, store materials, or disturb the root area 23 under the branches of trees designated for preservation. 24 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 25 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 26 the tree. 27 6. Trees and brush shall be mulched on -site. 28 a. Burning as a method of disposal is not allowed. 29 B. Hazardous Materials 30 1. The Contractor will notify the Engineer immediately if any hazardous or 31 questionable materials not shown on the Drawings are encountered This includes; 32 but not limited to: 33 a. Floor tiles 34 b. Roof tiles 35 c. Shingles 36 d. Siding 37 e. Utility piping 38 2. The testing, removal, and disposal of hazardous materials will be in accordance 39 with Division 1. 40 C. Site Clearing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 31 10 00 - 4 SITE CLEARING Page 4 of 5 1 l . Clear areas shown on the Drawings of all obstructions, except those landscape 2 features that are to be preserved. Such obstructions include, but are not limited to: 3 a. Remains of buildings and other structures 4 b. Foundations 5 c. Floor slabs 6 d. Concrete 7 e. Brick 8 f. Lumber 9 g. Plaster 10 h. Septic tank drain fields 11 i. Abandoned utility pipes or conduits 12 j. Equipment 13 k. Trees 14 1. Fences 15 m. Retaining walls 16 n. Other items as specified on the Drawings 17 2. Remove vegetation and other landscape features not designated for preservation, 18 whether above or below ground, including, but not limited to: 19 a. Curb and gutter 20 b. Driveways 21 c. Paved parking areas 22 d. Miscellaneous stone 23 e. Sidewalks 24 f. Drainage structures 25 g. Manholes 26 h. Inlets 27 i. Abandoned railroad tracks 28 j. Scrap iron 29 k. Other debris 30 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 31 maintain traffic and drainage in accordance with Section 02 41 14. 32 4. In areas receiving embankment, remove obstructions not designated for 33 preservation to 2 feet below natural ground. 34 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 35 6. In all other areas, remove obstructions to 1 foot below natural ground. 36 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 37 off to ground level. 38 a. Removal of existing structures shall be as per Section 02 41 13. 39 D. Disposal 40 1. Dispose of all trees within 24 hours of removal. 41 2. All materials and debris removed becomes the property of the Contractor, unless 42 otherwise stated on the Drawings. 43 3. The Contractor will dispose of material and debris off -site in accordance with local, 44 state, and federal laws and regulations. 45 3.5 REPAIR [NOT USED] 46 3.6 RE -INSTALLATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 31 10 00 - 5 SITE CLEARING Page 5 of 5 [Insert Project Name] [insert Project Number] 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 r SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan ? 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 I a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics —Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications (DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED loll] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 35 crumbling, flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2% 9 inches x 3 '/a inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds, per ASTM D4632 16 b. Puncture Strength of 135 pounds, per ASTM D4833 17 c. Mullen Burst Rate of 420 psi, per ASTM D3786 18 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 26 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c, Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds, per ASTM D4632 32 2) Puncture Strength of 120 pounds, per ASTM D4833 33 3) Mullen Burst Rate of 600 psi, per ASTM D3786 34 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 41 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 45 inches thick. 46 Table 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 1 31 25 00 -4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent 2 G. Temporary Sediment Control Fence 3 1. Provide a net -reinforced fence using woven geo-textile fabric. 4 2. Logos visible to the traveling public will not be allowed. 5 a. Fabric 6 1) Provide fabric materials in accordance with DMS-6230, "Temporary 7 Sediment Control Fence Fabric." 8 b. Posts 9 1) Provide essentially straight wood or steel posts with a minimum length of 10 48 inches, unless otherwise shown on the Drawings. 11 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 12 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 13 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 14 foot. 15 c. Net Reinforcement 16 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 17 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 18 unless otherwise shown on the Drawings. 19 d. Staples 20 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction, or as directed. Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 2. Control site waste such as discarded building materials, concrete truck washout 2 water, chemicals, litter and sanitary waste at the construction site. 3 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 4 sedimentation resulting from construction operations, the Engineer will limit the 5 disturbed area to that which the Contractor is able to control. Minimize disturbance 6 to vegetation. 7 4. Immediately correct ineffective control measures. Implement additional controls as 8 directed. Remove excavated material within the time requirements specified in the 9 applicable storm water permit. 10 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 11 temporary control measures, temporary embankments, bridges, matting, falsework, 12 piling, debris, or other obstructions placed during construction that are not a part of 13 the finished work, or as directed. 14 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 15 streambed. 16 D. Do not install temporary construction crossings in or across any water body without the 17 prior approval of the appropriate resource agency and the Engineer. 18 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 19 approved location. Keep paints, chemicals, solvents, and. fertilizers off bare ground and 20 provide shelter for stored chemicals. 21 F. Installation and Maintenance 22 1. Perform work in accordance with the TPDES Construction General Permit 23 TXR150000. 24 2. When approved, sediments may be disposed of within embankments, or in areas 25 where the material will not contribute to further siltation. 26 3. Dispose of removed material in accordance with federal, state, and local 27 regulations. 28 4. Remove devices upon approval or when directed. 29 a. Upon removal, finish -grade and dress the area. 30 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 31 Drawings or directed. 32 5. The Contractor retains ownership of stockpiled material and must remove it from 33 the project when new installations or replacements are no longer required. 34 G. Rock Filter Dams for Erosion Control 35 1. Remove trees, brush, stumps and other objectionable material that may interfere 36 with the construction of rock filter dams. 37 2. Place sandbags as a foundation when required or at the Contractor's option. 38 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 39 specified, without undue voids. 40 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 41 upstream side over the aggregate and secure it to itself on the downstream side with 42 wire ties, or hog rings, or as directed. 43 5. Place rock filter dams perpendicular to the flow of the stream or channel unless q4 otherwise directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 31 25 00 -6 EROSION AND SEDIMENT CONTROL Page of 9 6. Construct filter dams according to the following criteria, unless otherwise shown on 2 the Drawings: 3 a. Type 1 (Non -reinforced) 4 1) Height - At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width - At least 2 feet 7 3) Slopes - At most 2:1 8 b. Type 2 (Reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 c. Type 3 (Reinforced) 14 1) Height - At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 d. Type 4 (Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical filling, connect the sides by lacing in a single loop —double loop 21 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 22 tight, wrap around the end, and twist 4 times. At the filling end, fill with 23 stone, pull the rod tight, cut the wire with approximately 6 inches 24 remaining, and twist wires 4 times. 25 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 34 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1. When tracking conditions exist, prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway, alley, sidewalk, parking 34 area, or other right of way areas other than at the location of construction entrances. 35 2. Place the exit over a foundation course, if necessary. 36 a. Grade the foundation course or compacted subgrade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches, make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 41 other points of ingress or egress or as directed by the Engineer. 42 1. Earthwork for Erosion Control 43 I . Perform excavation and embankment operations to minimize erosion and to remove 44 collected sediments from other erosion control devices. 45 a. Excavation and Embankment for Erosion Control Measures 46 1) Place earth dikes, swales or combinations of both along the low crown of 47 daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 312500-7 EROSION AND SEDIMENT CONTROL Pagel of 9 1 2) Place swales and dikes at other locations as shown on the Drawings or as 2 directed to prevent runoff spillover or to divert runoff. 3 3) Construct cuts with the low end blocked with undisturbed earth to prevent 4 erosion of hillsides. 5 4) Construct sediment traps at drainage structures in conjunction with other 6 erosion control measures as shown on the Drawings or as directed. 7 5) Where required, create a sediment basin providing 3,600 cubic feet of 8 storage per acre drained, or equivalent control measures for drainage 9 locations that serve an area with 10 or more disturbed acres at 1 time, not 10 including offsite areas. 11 b. Excavation of Sediment and Debris 12 1) Remove sediment and debris when accumulation affects the performance of 13 the devices, after a rain, and when directed. 14 J. Sandbags for Erosion Control 15 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 16 runoff from disturbed areas, create a retention pond, detain sediment and release 17 water in sheet flow. 18 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 19 allow for proper tying of the open end. 20 3. Place the sandbags with their tied ends in the same direction. 21 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 72 5, Place a single layer of sandbags downstream as a secondary debris trap. 23 6. Place additional sandbags as necessary or as directed for supplementary support to 24 berms or dams of sandbags or earth. 25 K. Temporary Sediment -Control Fence 26 1, Provide temporary sediment -control fence near the downstream perimeter of a 27 disturbed area to intercept sediment from sheet flow. 28 2. Incorporate the fence into erosion -control measures used to control sediment in 29 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 30 Section, or as directed. 31 a. Post Installation 32 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 33 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 34 b. Fabric Anchoring 35 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 36 fabric. 37 2) Provide a minimum trench cross-section of 6 x 6 inches 38 3) Place the fabric against the side of the trench and align approximately 2 39 inches of fabric along the bottom in the upstream direction. 40 4) Backfill the trench, then hand -tamp. 41 c. Fabric and Net Reinforcement Attachment 42 1) Unless otherwise shown under the Drawings, attach the reinforcement to 43 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 44 equally spaced. 45 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 46 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 47 every 15 inches or less. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 d. Fabric and Net Splices 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced, unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment -control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 8 b) Fabric without excessive patching (more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3,7 FIELD [on] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment, debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures, or in areas where permanent erosion 25 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended, repair or replace the device or portions 33 thereof as necessary, 34 C. Perform inspections of the construction site as prescribed in the Construction General 35 Permit TXR150000, 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number) 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 4 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 315000-1 EXCAVATION SUPPORT AND PROTECTION Page 1 of 2 1 SECTION 3150 00 2 EXCAVATION SUPPORT AND PROTECTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing all equipment, materials, and labor to place excavation protection for 7 trenches deeper than 5 feet 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the excavation being bid. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the excavation being bid and no other compensation will be 20 allowed. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. United States Department of Labor, Occupational Safety and Health Administration 27 (OSHA): 28 a. 29 CFR 1926, Safety and Health Regulations for Construction. 29 1.4 SUBMITTALS 30 A. Trench Safety Plan 31 1. Submit drawings showing the design and details of sheet, shoring and bracing, and 32 the sequence of excavation for review sealed by a Licensed Professional Engineer 33 in the State of Texas. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 31 5000-2 EXCAVATION SUPPORT AND PROTECTION Page2 oft 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION 3 3.1 EJECTION 4 A. Provide vertical or sloped cuts, benches, shields, support systems, or other systems 5 providing the necessary protection in accordance with OSHA 29 CFR 1926, Subpart P, 6 "Excavations." 7 B. Trench safety system shall be constructed, installed and maintained in accordance with 8 the OSHA regulations and to the design prepared by the Contractor's Licensed 9 Professional Engineer to prevent death or injury to personnel or damage to structures in 10 or near these trench excavations. 11 C. Contractor's Licensed Professional Engineer shall be licensed in the State of Texas. 12 3.2 INSTALLATION 13 A. Installation of trench safety system shall meet OSHA regulations and the Contractor's 14 Licensed Professional Engineer's requirements. 15 3.3 MAINTENANCE 16 A. The safety system shall be maintained in the condition required by the OSHA 17 regulations or as specified by the Contractor's Licensed Professional Engineer. 18 B. Take all necessary precautions to ensure the safety systems are not damaged during 19 their use. 20 3.4 INSPECTION 21 A. Make daily inspection of trench safety system to ensure that the system meets OSHA 22 requirements. 23 END OF SECTION 24 25 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] DIVISION 32 EXTERIOR IMPROVEMENTS 320118-1 TEMPORARY ASPHALT PAVING REPAIR Page 1 of 3 SECTION 32 01 18 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program. 9 2. Repairs of damage caused by CONTRACTOR. 10 3. Any other temporary pavement repair needed during the course of construction. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 15 Contract. 16 2. Division 1 - General Requirements. 17 3. Section 32 11 23 - Flexible Base Courses. 18 4. Section 32 12 16 - Asphalt Paving. 19 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement: 23 a. Temporary Asphalt Paving Repair: measure by the linear foot. 24 2. Payment: Contract unit price bid for the work performed and all materials 25 furnished. No payment for repairs of damage to adjacent pavement caused by 26 Contractor. 27 1.3 REFERENCES 28 A. Definitions 29 1. H.M.A.C. — Hot Mix Asphalt Concrete 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Permitting 32 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 33 and Public Works Department in conformance with current ordinances. 34 2. The Transportation and Public Works Department will inspect the paving repair 35 after construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 01 18 - 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMTTTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FWLD CONDITIONS 9 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees 10 F or higher and rising unless otherwise approved. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [NOT USED] 14 2.2 MATERIALS 15 A. Backfill: see Section 33 05 10. 16 B. Base Material: 17 1. Flexible Base: Use existing base and add new flexible base as required in 18 accordance with Section 32 11 23. 19 C. Asphalt Concrete: See Section 32 12 16. 20 1. H.M.A.C. paving: Type D. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Removal: 29 1. Use an approved method that produces a neat edge. 30 2. Use care to prevent fracturing existing pavement structure adjacent to the repair 31 area. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 01 18 -3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 3 1 B. Base 2 1. Install flexible base material per detail. 3 2. See Section 32 11 23. 4 C. Asphalt Paving 5 1. H.M.A.C. placement: in accordance with Section 32 12 16. 6 2. Type D surface mix. 7 3.5 [REPAIR]/[RESTORATION] [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 141ELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 SECTION 32 0129 CONCRETE PAVING REPAIR 320129-1 CONCRETE PAVING REPAIR Page 1 of 4 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes concrete pavement repair to include, but not limited to: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any other concrete pavement repair needed during the course of construction. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 14 Contract. 15 2. Division 1 - General Requirements. 16 3. Section 32 01 18 - Temporary Asphalt Paving Repair. 17 4. Section 32 12 16 - Asphalt Paving. 18 5. Section 32 13 13 - Concrete Paving. 19 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment: 22 1. Measurement: 23 a. Concrete Pavement Repair: measure by the square yard per thickness and type. 24 a) Limits of repair based on the time of service of the existing pavement 25 as determined by ENGINEER. 26 (1) 10 years or less: repair entire panel. 27 (2) Greater than 10 years: repair to limits per plans. 28 2. Payment: contract unit price bid for the work performed and all materials including 29 base material 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Permitting: 33 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 34 and Public Works Department in conformance with current ordinances. 35 2. Transportation and Public Works Department will inspect paving repair after 36 construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 320129-2 CONCRETE PAVING REPAIR Page 2 of 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Concrete Mix Design: submit for approval. Section 32 13 13. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 HELD CONDITIONS 9 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Embedment and Backfill: see Section 33 05 10. 15 13. Base material: Concrete base: see Section 32 13 13. 16 C. Concrete: see Section 32 13 13. 17 1. Concrete paving: Class P or Class HES. 18 2. Replace concrete to the specified thickness. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 26 of one repair to the edge of a second repair. 27 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 28 traffic. 29 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate 30 to the existing pavement to create a smooth riding surface. 31 a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 1 C. Surface Preparation: mark pavement cut repairs for approval by the CITY. 2 3.4 INSTALLATION 3 A. Sawing: 4 1. General: 5 a. Saw cut perpendicular to the surface to full pavement depth. 6 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 7 sawing to remove damaged areas. 8 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 9 2. Sawing equipment: 10 a. Power -driven. 11 b. Manufactured for the purpose of sawing pavement. 12 c. In good operating condition. 13 d. Shall not spall or facture concrete adjacent to the repair area. 14 3. Repairs: In true and straight lines to dimensions shown on the plans. 15 4. Utility Cuts: 16 a. In a true and straight line on both sides of the trench. 17 b. Minimum of 12 inches outside the trench walls. 18 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 19 facilities. 20 B. Removal: 21 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 22 concrete adjacent to the repair area. 23 C. Base: per detail. 24 D. Concrete Paving: 25 1. Concrete placement: in accordance with Section 32 13 13. 26 2. Reinforce concrete replacement: per detail. 27 3.5 [REPAIR]/[RESTORATION] [NOT USED] 28 3.6 RE -INSTALLATION [NOT USED] 29 3.7 HELD QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 DATE NAME 32 01 29 - 4 CONCRETE PAVING REPAIR Page 4 of 4 Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 32 12 16 ASPHALT PAVING 321216-1 ASPHALT PAVING Page 1 of 23 5 A. Section Includes: 6 1. Construct a pavement layer composed of a compacted, dense -graded mixture of 7 aggregate and asphalt binder for surface or base courses. 8 B. Standard Detail 9 1. H.M.A.C. Pavement Construction Details 10 C. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 D. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 - General Requirements 15 3. Section 32 01 17 - Permanent Asphalt Paving Repair 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. Asphalt Pavement: measure by the square yard of completed and accepted 20 asphalt pavement in its final position for various thicknesses and types. 21 b. H.M.A.C. Transition: measure by the ton of composite hot mix. 22 c. Asphalt Base Course: measure by the square yard of completed and accepted in 23 its final position for various thicknesses. 24 d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted 25 in its final position. 26 e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its final 27 position. 28 2. Payment: Based on the work performed and all materials furnished and subsidiary 29 work and materials include: 30 a. shaping and fine grading the roadbed 31 b. furnishing, loading and unloading, storing, hauling and handling all materials 32 including all freight and royalty 33 c. traffic control for all testing 34 d. asphalt, aggregate, and additive 35 e. materials and work needed for corrective action, 36 f. equipment, labor, tools 37 g. trial batches, 38 h. tack coat, 39 i. removal and/or sweeping excess material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 32 12 16 -2 ASPHALT PAVING Page 2 of 23 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. RAP (reclaimed asphalt pavement) 4 2. SAC (surface aggregate classification) 5 3. BRSQC (Bituminous Rated Source Quality Catalog) 6 4. AQMP (Aggregate Quality Monitoring Program) 7 5. H.M.A.C. (Hot Mix Asphalt Concrete) 8 6. WMA (Warm Mix Asphalt) 9 B. Reference Standards 10 1. Reference standards cited in this specification refer to the current reference standard 11 published at the time of the latest revision date logged at the end of this 12 specification, unless a date is specifically cited. 13 2. National Institute of Standards and Technology (NIST) 14 a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical 15 Requirements for Weighing and Measuring Devices 16 3. ASTM International (ASTM): 17 a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous 18 Materials by Ductilometer 19 4. American Association of State Highway and Transportation Officials 20 a. MP2 Standard Specification for Superpave Volumetric Mix Design 21 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 22 (HMA) 23 c. T 201, Kinematic Viscosity of Asphalts (Bitumens) 24 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 25 Viscometer 26 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder 27 Using Rotational Viscometer 28 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt 29 Binder Using the Bending Beam Rheometer (BBR) 30 5. Texas Department of Transportation 31 a. Bituminous Rated Source Quality Catalog (BRSQC) 32 b. TEX 100-E, Surveying and Sampling Soils for Highways 33 c. Tex 106-E, Calculating the Plasticity Index of Soils 34 d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils 35 e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates 36 f. Tex 203-F, Sand Equivalent Test 37 g. Tex-204-F, Design of Bituminous Mixtures 38 h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures 39 i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse 40 Aggregates 41 j. Tex-226-F, Indirect Tensile Strength Test 42 k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 43 1. Tex-243-F, Tack Coat Adhesion 44 m. Tex-244-F, Thermal profile of Hot Mix Asphalt 45 n. Tex 280-F, Determination of Flat and Elongated Particles CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 12 16 -3 ASPHALT PAVING Page 3 of23 1 0, Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates 2 (Decantation Test for Concrete Aggregates) 3 p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete 4 q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine 5 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 6 s. Tex 460-A, Determining Crushed Face Particle Count 7 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 8 u. Sulfate 9 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 10 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 11 Asphalt Systems 12 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 13 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 14 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 15 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 HELD CONDITIONS 25 A. Weather Conditions 26 1. Place mixture when the roadway surface temperature is equal to or higher than the 27 temperatures listed in Table 1. 28 Table 1 29 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 50 PG 70 155' 60' PG 76 or higher 160' 60' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 32 12 16-4 ASPHALT PAVING Page 4 of 23 1 ''Contractors may pave at temperatures 10°F lower than the values shown in Table 1 2 when utilizing a paving process including WMA or equipment that eliminates thermal 3 segregation. In such cases, the contractor must use either a hand held thermal camera 4 or a hand held infrared thermometer operated in accordance with Tex-244-F to 5 demonstrate to the satisfaction of the CITY that the uncompacted mat has no more than 6 10° F of thermal segregation. 7 8 2. Unless otherwise shown on the plans, place mixtures only when weather conditions 9 and moisture conditions of the roadway surface are suitable in the opinion of the 10 CITY. 11 12 1.12 WARRANTY ]NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. General: 17 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 18 the plans and specifications. 19 2. Notify the CITY of all material sources. 20 3. Notify the CITY before changing any material source or formulation. 21 4. When the CONTRACTOR makes a source or formulation change, the CITY will 22 verify that the requirements of this specification are met and may require a new 23 laboratory mixture design, trial batch, or both. 24 5. The CITY may sample and test project materials at any time during the project to 2.5 verify compliance. 26 6. The depth of the compacted lift should be at least two times the nominal maximum 27 aggregate size. 28 13. Aggregate. 29 1. General: 30 a. Furnish aggregates from sources that conform to the requirements shown in 31 Table 1, and as specified in this Section, unless otherwise shown on the plans. 32 b. Provide aggregate stockpiles that meet the definition in this Section for either 33 coarse aggregate or fine aggregate. 34 c. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP 35 stockpiles in accordance with this Section. 36 d. Aggregate from RAP is not required to meet Table 2 requirements unless 37 otherwise shown on the plans. 38 e. Supply mechanically crushed gravel or stone aggregates that meet the 39 defmitions in Tex 100 E. 40 f. Samples must be from materials produced for the project. 41 g. The CITY will establish the surface aggregate classification (SAC) and perform 42 Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. 43 h. Perform all other aggregate quality tests listed in Table 2. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 12 16 -5 ASPHALT PAVING Page 5 of 23 I i. Document all test results on the mixture design report, 2 j. The CITY may perform tests on independent or split samples to verify 3 CONTRACTOR test results. 4 k. Stockpile aggregates for each source and type separately and designate for the 5 City. 6 I. Determine aggregate gradations for mixture design and production testing 7 based on the washed sieve analysis given in Tex 200 F, Part II. 8 Table 2 Aggregate Quality Requirements 1 Property I Test Method Requirement Coarse Aggregate SAC AQMP As shown on plans 'Deleterious material, percent, max Tex-217-F, Part I 1.5 (Decantation, percent, max Tex-217-F, Part II 1.5 (Micro-Deval abrasion, percent, max I Tex-461-A Note 1 Los Angeles abrasion, percent, max I Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent, max I Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, Tex 460-A, Part I percent, min Flat and elongated particles @ 5:1, percent, max I Tex-280-F Fine Aggregate Linear shrinkage, percent, max I Tex-107-E Combined Aggregate Sand equivalent, percent, min 1 Tex-203-F 1. Not used for acceptance purposes. Used by the CITY as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 853 10 3 H 45 9 m. Coarse Aggregate. 10 1) Coarse aggregate stockpiles must have no more than 20 percent material 11 passing the No. 8 sieve. 12 2) Maximum aggregate size should not be over half of the proposed lift depth 13 to prevent particle on particle contact issues. 14 3) Provide aggregates from sources listed in the BRSQC. 15 4) Provide aggregate from nonlisted sources only when tested by the CITY 16 and/or approved before use. 17 5) Allow 30 calendar days for the CITY to sample, test, and report results for 18 nonlisted sources. 19 6) Class B aggregate meeting all other requirements in Table 2 may be 20 blended with a Class A aggregate in order to meet requirements for Class A 21 materials. 22 7) When blending Class A and B aggregates to meet a Class A requirement, 23 ensure that at least 50 percent by weight of the material retained on the 24 No. 4 sieve comes from the Class A aggregate source. 25 8) Blend by volume if the bulk specific gravities of the Class A and B 26 aggregates differ by more than 0.300, 27 9) When blending, do not use Class C or D aggregates. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-6 ASPHALT PAVING Page 6 of 23 ] 10) For blending purposes, coarse aggregate from RAP will be considered as 2 Class B aggregate. 3 11) Provide coarse aggregate with at least the minimum SAC shown on the 4 plans. 5 12) SAC requirements apply only to aggregates used on the surface of travel 6 lanes, unless otherwise shown on the plans. 7 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 8 1) No RAP permitted for TYPE D H.M.A.C. 9 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 10 shown on the plans. 11 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 12 sieve. 13 4) RAP from either CONTRACTOR or CITY, including RAP generated 14 during the project, is permitted only when shown on the plans. 15 5) CITY -owned RAP, if allowed for use, will be available at the location 16 shown on the plans. 17 6) When RAP is used, determine asphalt content and gradation for mixture 18 design purposes. 19 7) Perform other tests on RAP when shown on the plans. 20 8) When RAP is allowed by plan note, use no more than 30 percent RAP in 21 Type A or B mixtures unless otherwise shown on the plans. 22 9) Do not use RAP contaminated with dirt or other objectionable materials. 23 10) Do not use the RAP if the decantation value exceeds 5 percent and the 24 plasticity index is greater than 8. 25 11) Test the stockpiled RAP for decantation in accordance with the laboratory 26 method given in Tex-406-A, Part I. 27 12) Determine the plasticity index using Tex-106-E if the decantation value 28 exceeds 5percent. 29 13) The decantation and plasticity index requirements do not apply to RAP 30 samples with asphalt removed by extraction. 31 14) Do not intermingle CONTRACTOR -owned RAP stockpiles with CITY 32 owned RAP stockpiles. 33 15) Remove unused CONTRACTOR -owned RAP material from the project 34 site upon completion of the project. 35 16) Return unused CITY -owned RAP to the designated stockpile location. 36 o. Fine Aggregate. 37 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 38 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 39 3) Supply fine aggregates that are free from organic impurities. 40 4) The CITY may test the fine aggregate in accordance with Tex-408-A to 41 verify the material is free from organic impurities. 42 5) At most 15 percent of the total aggregate may be field sand or other 43 uncrushed fine aggregate. 44 6) With the exception of field sand, use fine aggregate from coarse aggregate 45 sources that meet the requirements shown in Table 2, unless otherwise 46 approved. 47 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the 48 stockpile and verify that it meets the requirements in Table 1 for coarse 49 aggregate angularity (Tex-460-A) and flat and elongated particles 50 (Tex-280-F). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 12 16 -7 ASPHALT PAVING Page 7 of 23 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 ----------- #200 0-30 1 2 2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as 3 agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is 4 allowed unless otherwise shown on the plans. Do not use more than 2 percent 5 hydrated lime or cement, unless otherwise shown on the plans. The plans may 6 require or disallow specific mineral fillers. When used, provide mineral filler that: 7 a. is sufficiently dry, free -flowing, and free from clumps and foreign matter; 8 b. does not exceed 3 percent linear shrinkage when tested in accordance with 9 Tex-107-E; and meets the gradation requirements in Table 4. 10 11 Table 4 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 12 13 3. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment 14 may be reintroduced into the mixing drum. 15 4, Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt 16 binder specified as follows: 17 a. Performance -Graded Binders. PG binders must be smooth and homogeneous, 18 show no separation when tested in accordance with Tex-540-C, and meet 19 Table 5 requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] PG 58 Property and Test Method -22 I -28 -34 Average 7-day max pavement design temperature, °C1 < 58 < 64 < 70 >- >_ >_ >- >_ >_ >_ >_ >_ >_ Min pavement design temperature, 'CI 22 28 34 16 I 22 I28 34 16 I22 I ;8 I Flash point, T 48, Min, °C Viscosity, T 316:2' 3 Max, 3.0 Paxs, test temperature, °C Dynamic shear, T 315:4 G*/sin(d), Min, 1.00 kPa Test temperature @ 10 rad/sec., °C Elastic recovery, D 6084, 50°F, percent Min Mass loss, Tex-541-C, Max, percent Dynamic shear, T 315: G*/sin(d), Min, 2.20 kPa Test temperature @ 10 rad/sec., °C ORIGINAL BINDER 230 135 321216-8 ASPHALT PAVING Page 8 of 23 Table 5 Performance -Graded Binders Performance Grade PG64 PG70 6 I -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 -16 1 -22 I -28 >- 34 ! 16 PG 76 PG 82 <76 >- >_ >_ >_ 22 128 134 16 < 82 >_ >- 22 28 1 58 64 70 76 82 58 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 30 - I - 30 50 - I 30 I 50 60 ROLLING THIN-FILM OVEN (Tex-541-C) 1 64 70 [Insert Project Name] [Insert Project Number] 30 50 60 70 50 60 76 82 70 Table 5 (continued) Performance -Graded Binders Performance Grade PG 58 I PG 64 PG 70 Property and Test Method -22 I -28 I -34 I -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 I -16 I PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) PAV a in* temperature, °C 100 Dynamic shear, T 315: 25 22 i 9 28 25 22 19 28 25 22 G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C • Creep stiffness, T 313:'� ° S. max, 300 MPa, m-value, min, 0.300 Test temperature @ 60 sec., °C Direct tension, T 314:° -12 -18 -24 -6 -12 -18 -24 -6 Failure strain, min, 1.0 percent Test temperature @ 1.0 mm/min., °C PG 76 -22 I -28 321216-9 ASPHALT PAVING Page 9 of 23 -34 PG 82 -16 I -22 I -28 19 28 25 22 19 28 25 22 -12 -18 -24 -6 -12 -18 ' -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(d) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, inchtding capillary (T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, are acceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is notrequired. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The m-value requirement must be satisfied in both cases. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-10 ASPHALT PAVING Page 10 of 23 1 2 b. Separation testing is not required if: 3 1) a modifier is introduced separately at the mix plant either by injection in the 4 asphalt line or mixer, 5 2) the binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in -line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat: 9 a. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-1H, or a 10 PG binder with a minimum high -temperature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2.A.5. 12 6. Additives. 13 a. General: 14 1) When shown on the plans, use the type and rate of additive specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent. 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt -stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling, or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) properly labeled and unopened containers, as shipped from the 25 manufacturer, or 26 b) sealed tank trucks with an invoice to show contents and quantities. 27 c) Provide product information to the CITY including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range, and 32 (4) Handling and storage instructions. 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in -line -metering device. 38 c. Liquid Asphalt Additive Meters. 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material, and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements: 46 1) Unless otherwise shown on the plans, use the typical weight design 47 example given in Tex-204-F, Part I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-11 ASPHALT PAVING Page 11 of23 1 2) Furnish the CITY with representative samples of all materials used in the 2 mixture design. 3 3) The CITY will verify the mixture design. 4 4) If the design cannot be verified by the CITY, furnish another mixture 5 design. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Size Base Surface Surface 1-1/2" - 1 " 98.0-100.0 3/4" 84.0-98.0 95.0-100.0 - 1/2" - - 1 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 I 7.0-21.0 7.0-20.0 #200 2.0-7.0 I 2.0-7.0 2.0-7.0 Design VMA', percent Minimum - I 13.0 I 14.0 15.0 Plant -Produced VMA; percent Minimum - I 12.0 I 13.0 1 14.0 i. Voids in Mineral Aggregates. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Fine Coarse Fine Table 7 Laboratory Mixture Design Properties Property Test Requirement Method Target laboratory -molded density, percent Tex-207-F 96.0) Tensile strength (dry), psi (molded to 93 Tex-226-F 85 2002 percent ±1 percent density) Boil test' Tex-530-C 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 21 8. Warm Mix Asphalt (WMA) 22 a. WMA is defined as additives or processes that allow a reduction in the 23 temperature at which asphalt mixtures are produced and placed. 24 b. WMA is allowed for use at the CONTRACTOR's option unless otherwise 25 shown on the plans. 26 c. Produce an asphalt mixture within the temperature range of 215 degrees F and 27 275 degrees F. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 3 32 12 16 -12 ASPHALT PAVING Page 12 of 23 d. When WMA is not required as shown on plans, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the CITY. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment. 21 1. General: 22 a. Provide required or necessary equipment to produce, haul, place, compact, and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to product a mixture meeting the required proportions. 26 2, Production Equipment: 27 a. Provide: 28 1) drum -mix type, weigh -batch, or modified weigh -batch mixing plants that 29 ensure a uniform, continuous production; 30 2) automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions; 32 3) visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions; 34 4) safe and accurate means to take required samples by inspection forces; 35 5) permanent means to check the output of metering devices and to perform 36 calibration and weight checks; 37 6) additive -feed systems to ensure a uniform, continuous material flow in the 38 desired proportion, 39 3. Weighing and Measuring Equipment. 40 a. General. 41 1) Provide weighing and measuring equipment for materials measured or 42 proportioned by weight or volume. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-13 ASPHALT PAVING Page 13 of 23 1 2) Provide certified scales, scale installations, and measuring equipment 2 meeting the requirements of MIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak -free weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales. 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales. 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 11 that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggregate. 14 d. Suspended Hopper. 15 1) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact weight per batch. 17 2) Ensure the scale equipment is level. 18 e. Belt Scales. 19 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 20 percent based on the average of 3 test runs, where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 f. Asphalt Material Meter. 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or weight of asphalt material. 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes, ensure the accuracy of 27 the meter is within 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters. 31 1) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material, and liquid additives. 33 2) Furnish a meter that reads in increments of 0.1 gallon or less. 34 3) Verify accuracy of the meter in accordance with Tex-923-K. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System. 39 1) Provide: 40 a) a minimum of 1 cold aggregate bin for each stockpile of individual 41 materials used to produce the mix; 42 b) bins designed to prevent overflow of material; 43 c) scalping screens or other approved methods to remove any oversized 44 material, roots, or other objectionable materials; 45 d) a feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer; 47 e) an integrated means for moisture compensation; 48 f) belt scales, weigh box, or other approved devices to measure the weight 49 of the combined aggregate; and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-14 ASPHALT PAVING Page 14 of 23 1 g) cold aggregate bin flow indicators that automatically signal interrupted 2 material flow. 3 b. Reclaimed Asphalt Pavement (RAP) Feed System. 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System. 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating, Drying, and Mixing Systems. 12 1) Provide: 13 a) a dryer or mixing system to agitate the aggregate during heating; 14 b) a heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage; 16 c) a heating system that completely burns fuel and leaves no residue; and 17 d) a recording thermometer that continuously measures and records the 18 mixture discharge temperature. 19 e) Dust collection system to collect excess dust escaping from the drum. 20 e. Asphalt Binder Equipment. 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperature point. 24 3) Produce a 24 hour chart of the recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer, 28 Supply an additional sampling port between any additive blending device 29 and mixer. 30 f. Mixture Storage and Discharge. 31 1) Provide a surge -storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) date, 37 b) project identification number, 38 c) plant identification, 39 d) mix identification, 40 e) vehicle identification, 41 f) total weight of the load, 42 g) tare weight of the vehicle, 43 h) weight of mixture in each load, and 44 i) load number or sequential ticket number for the day. 45 g. Truck Scales. 46 1) Provide standard platform scales at an approved location. 47 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 48 "Drum -Mix Plants," except as required below. 49 a. Screening and Proportioning. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 321216-15 ASPHALT PAVING Page 15 of 23 1 1) Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bins that discard excessive and oversized material through q overflow chutes. 5 b) Provide safe access for inspectors to obtain samples from the hot bins. 6 b. Aggregate Weigh Box and Batching Scales. 7 1) Provide a weigh box and hatching scales to hold and weigh a complete 8 batch of aggregate. 9 2) Provide an automatic proportioning system with low bin indicators that 10 automatically stop when material level in any bin is not sufficient to 11 complete the batch. 12 c. Asphalt Binder Measuring System. 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer. 16 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period. 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. 22 a. Aggregate Feeds. 23 1) Aggregate control is required at the cold feeds. Hot bin screens are not 24 required. 25 b. Surge Bins. 26 1) Provide 1 or more bins large enough to produce 1 complete batch of 27 mixture. 28 c, Hauling Equipment. 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary, coat the inside truck beds with an approved release agent 33 from the CITY. 34 d. Placement and Compaction Equipment. 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted, other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver. 40 a. General: 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile, typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic, dual, longitudinal -grade control system 48 and an automatic, transverse -grade control system. 49 b. Tractor Unit. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-16 ASPHALT PAVING Page 16 of 23 1 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed. 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile, typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference. 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1/16 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski, mobile string line, or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices. 22 a. Provide the specified type of device when shown on the plans. 23 b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt 24 paver. 25 c. When used, provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment. 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augers, or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader. 32 a. When allowed, provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer. 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers. 38 a. The CONTRACTOR may use any type of roller to meet the production rates 39 and quality requirements of the Contract unless otherwise shown on the plans 40 or directed. 41 b. When specific types of equipment are required, use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment. 44 1) Instead of the specified equipment, the CONTRACTOR may, as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and furnish the specified 47 equipment if the desired results are not achieved. 48 d. CITY may require CONTRACTOR to substitute equipment if production rate 49 and quality requirements of the Contract are not met. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-17 ASPHALT PAVING Page 17 of 23 1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles. 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. 11 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment. 14 a. When coring is required, provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction. 17 1. Design, produce, store, transport, place, and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the plans, provide the mix design. 20 3. The CITY will perform quality assurance (QA) testing, 21 4. Provide quality control (QC) testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations. 24 1. General. 25 a. The CITY may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances, 29 a. Stop production if testing indicates tolerances are exceeded on: 30 1) 3 consecutive tests on any individual sieve, 31 2) 4 consecutive tests on any of the sieves, or 32 3) 2 consecutive tests on asphalt content. 33 b. Begin production only when test results or other information indicate, to the 34 satisfaction of the CITY, that the next mixture produced will be within Table 9 35 tolerances. 36 3. Storage and Heating of Materials. 37 a. Do not heat the asphalt binder above the temperatures specified in Section 38 2.2.A. or outside the manufacturer's recommended values. 39 b. On a daily basis, provide the CITY with the records of asphalt binder and hot- 40 mix asphalt discharge temperatures in accordance with Table 10. 41 c. Unless otherwise approved, do not store mixture for a period long enough to 42 affect the quality of the mixture, nor in any case longer than 12 hours. 43 4. Mixing and Discharge of Materials. 44 a. Notify the CITY of the target discharge temperature and produce the mixture 45 within 25 degrees F of the target. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-18 ASPHALT PAVING Page 18 of23 i b. Monitor the temperature of the material in the truck before shipping to ensure 2 that it does not exceed 350 degrees F. The CITY will not pay for or allow 3 placement of any mixture produced at more than 350 degrees F. 4 c. Control the mixing time and temperature so that substantially all moisture is 5 removed from the mixture before discharging from the plant, 6 D. Placement Operations, 7 1. Place the mixture to meet the typical section requirements and produce a smooth, 8 finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 10 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 11 or as directed. Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 13 raised. 14 5. Placement can be performed by hand in situations where the paver cannot place it 15 adequately due to space restrictions. 16 6. Hand -placing should be rninimi7ed to prevent aggregate segregation and surface 17 texture issues. 18 7. All hand placement shall be checked with a straightedge or template before rolling 19 to ensure uniformity. 20 8. Place mixture within the compacted lift thickness shown in Table 9, unless 21 otherwise shown on the plans or allowed. 22 23 Table 9 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum (in.) (in.) B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 1 24 25 9. Tack Coat. 26 a. Clean the surface before placing the tack coat. Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the CITY. 28 b. The CITY will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 31 all joints. 32 d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal 33 beam guard fence and structures. 34 e. Roll the tack coat with a pneumatic -tire roller when directed. 35 f. The CITY may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The CITY may suspend paving operations until there is adequate adhesion, 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-19 ASPHALT PAVING Page 19 of 23 1 j. When a tacked road surface must be opened to traffic, they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 4 10. General placement requirements. 5 a, Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed. Dispose of at end of days 9 production. 10 E. Lay -Down Operations. 11 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested Minimum Mixture Placement Temperature High -Temperature Minimum Placement Binder Grade Temperature (Before Entering Paver) PG 64 or lower 260°F PG 70 270°F PG 76 280°F I PG 82 or higher 290°F 18 F. Compaction. 19 1. Use air void control unless ordinary compaction control is specified on the plans. 20 2. Avoid displacement of the mixture. If displacement occurs, correct to the 21 satisfaction of the CITY. 22 3. Ensure pavement is fully compacted before allowing rollers to stand on the 23 pavement. 24 4. Unless otherwise directed, use only water or an approved release agent on rollers, 25 tamps, and other compaction equipment. 26 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 27 6. Unless otherwise directed, operate vibratory rollers in static mode when not 28 compacting, when changing directions, or when the plan depth of the pavement mat 29 is less than 1-1/2 inches. 30 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 31 and similar structures and in locations that will not allow thorough compaction with 32 the rollers. 33 8. The CITY may require rolling with a trench roller on widened areas, in trenches, 34 and in other limited areas. 35 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 36 traffic unless otherwise directed. 37 10. When directed, sprinkle the finished mat with water or limewater to expedite 38 opening the roadway to traffic. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321216-20 ASPHALT PAVING Page 20 of 23 1 11. Air Void Control. 2 a. General. 3 I) Compact dense -graded hot -mix asphalt to contain from 5 percent to 9 4 percent in -place air voids. 5 2) Do not increase the asphalt content of the mixture to reduce pavement air 6 voids. 7 b. Rollers. 8 1) Furnish the type, size, and number of rollers required for compaction, as 9 approved. 10 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on 11 the plans. 12 3) Use additional rollers as required to remove any roller marks. 13 c. Air Void Determination. 14 1) Unless otherwise shown on the plans, obtain 2 roadway specimens at each 15 location selected by the CITY for in -place air void determination. 16 2) The CITY will measure air voids in accordance with Tex-207-F and 17 Tex-227-F. 18 3) Before drying to a constant weight, cores may be predried using a Corelok 19 or similar vacuum device to remove excess moisture. 20 4) The CITY will use the average air void content of the 2 cores to calculate 21 the in -place air voids at the selected location. 22 d. Air Voids Out of Range. 23 1) Tithe in -place air void content in the compacted mixture is below 5 percent 24 or greater than 9 percent, change the production and placement operations 25 to bring the in -place air void content within requirements. 26 e. Test Section. 27 1) Construct a test section of 1 lane -width and at most 0.2 mi. in length to 28 demonstrate that compaction to between 5 percent and 9 percent in -place 29 air voids can be obtained. 30 2) Continue this procedure until a test section with 5 percent to 9 percent in- 31 place air voids can be produced. 32 3) The CITY will allow only 2 test sections per day. 33 4) When a test section producing satisfactory in -place air void content is 34 placed, resume full production. 35 12. Ordinary Compaction Control. 36 a. Furnish the type, size, and number of rollers required for compaction, as 37 approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton 38 weight). 39 b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling 40 patterns that achieve maximum compaction. 41 c. Follow the selected rolling pattern unless changes that affect compaction occur 42 in the mixture or placement conditions. 43 d. When such changes occur, establish a new rolling pattern. 44 e. Compact the pavement to meet the requirements of the plans and specifications. 45 f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling 46 the joint with the adjacent pavement and then continue by rolling longitudinally 47 at the sides. 48 g. Proceed toward the center of the pavement, overlapping on successive trips by 49 at least 1 ft., unless otherwise directed. 50 h. Make alternate trips of the roller slightly different in length. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 12 16-21 ASPHALT PAVING Page 21 of 23 i. On superelevated curves, begin rolling at the low side and progress toward the 2 high side unless otherwise directed. 3 G. Irregularities. 4 1. Identify and correct irregularities including but not limited to segregation, rutting, 5 raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 6 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 7 particles. 8 2. The CITY may also identify irregularities, and in such cases, the CITY shall 9 promptly notify the CONTRACTOR. 10 3. If the CITY determines that the irregularity will adversely affect pavement 11 performance, the CITY may require the CONTRACTOR to remove and replace (at 12 the CONTRACTOR'S expense) areas of the pavement that contain the 13 irregularities and areas where the mixture does not bond to the existing pavement. 14 4. If irregularities are detected, the CITY may require the CONTRACTOR to 15 immediately suspend operations or may allow the CONTRACTOR to continue 16 operations for no more than 1 day while the CONTRACTOR is taking appropriate 17 corrective action, 18 5. The CITY may suspend production or placement operations until the problem is 19 corrected. 20 6. At the expense of the CONTRACTOR and to the satisfaction of the CITY, remove 21 and replace any mixture that does not bond to the existing pavement or that has 22 other surface irregularities identified above. 23 3.5 REPAIR 24 A. See Section 32 01 17. 25 3.6 QUALITY CONTROL 26 A. Production Testing 27 1. Perform production tests to verify asphalt paving meets the performance standard 28 required in the plans and specifications. 29 2. CITY to measure density of asphalt paving with nuclear gauge. 30 3. CITY to core asphalt paving from the normal thickness of section once acceptable 31 density achieved. CITY identifies location of cores. 32 a. Minimum core diameter: 4 inches 33 b. Minimum spacing: 200 feet 34 c. Minimum of one core every block 35 d. Alternate lanes between core 36 4. CITY to use cores to determine pavement thickness and calculate theoretical 37 density. 38 a. CITY to perform theoretical density test a minimum of one per day per street. 39 B. Density Test 40 1. The average measured density of asphalt paving must meet specified density. 41 2. Average of measurements per street not meeting the minimum specified strength 42 shall be subject to the money penalties or removal and replacement at the 43 CONTRACTOR'S expense as show in Table 11. 44 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 4 32 12 16 -22 ASPHALT PAVING Page 22 of 23 Table 11 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 5 6 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 7 4, These requirements are in addition to the requirements of Section 1.2 Measurement 8 and Payment. 9 C. Pavement Thickness Test. 10 1. CITY measure each core thickness by averaging at least three measurements. 11 2. The number of tests and location shall be at the discretion of the CITY, unless 12 otherwise specified in the special provisions or on the plans. 13 3. In the event a deficiency in the thickness of pavement is revealed during production 14 testing, subsequent tests necessary to isolate the deficiency shall be at the 15 CONTRACTOR'S expense. 16 4. The cost for additional coring test shall be at the same rate charged by commercial 17 laboratories. 18 5. Where the average thickness of pavement in the area found to be deficient, payment 19 shall be made at an adjusted price as specified in Table 12. 20 21 Table 12 22 Thickness Deficiency Penalties Deficiency in Thickness I Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 10 percent I N 90 percent Greater Than 10 percent - Not More than 15 percent I 80 percent remove and replace at the entire cost and Greater Than 15 percent expense of CONTRACTOR as directed by OWNER. 23 24 6. If, in the judgment of the CITY, the area of such deficiency warrants removal, the 25 area shall be removed and replaced, at the CONTRACTOR'S entire expense, with 26 asphalt paving of the thickness shown on the plans. 27 7. No additional payment over the contract unit price shall be made for any pavement 28 of a thickness exceeding that required by the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 32 12 16 -23 ASPHALT PAVING Page 23 of 23 [Insert Project Name] [Insert Project Number] 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 3213 13 CONCRETE PAVING 321313-1 CONCRETE PAVING Page 1 of 21 5 A. Section includes finished pavement constructed of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. 7 B. Standard Details. 8 l . Reinforced Concrete Pavement Construction Details. 9 C. Deviations from this City of Fort Worth Stanch d Specification 10 1. None. 11 D. Related Specification Sections include, but are not necessarily limited to: 12 I . Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 - General Requirements. 15 3. Section 32 01 29 - Concrete Paving Repair. 16 4. Section 32 13 73 - Concrete Paving Joint Sealants. 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A, Measurement and Payment. 19 1. Measurement: measured by the square yard of completed and accepted pavement in 20 its final position and measured from back of curb for various classes and 21 thicknesses. 22 2. Payment: based on the work performed and all materials furnished for concrete 23 paving. Subsidiary work and materials include: 24 a. shaping and fine grading the roadbed 25 b. furnishing and applying all water required 26 c. furnishing, loading and unloading, storing, hauling and handling all concrete 27 ingredients including all freight and royalty involved 28 d. mixing, placing, finishing and curing all concrete 29 e. furnishing and installing all reinforcing steel 30 f. furnishing all materials and placing longitudinal, warping, expansion, and 31 contraction joints, including all steel dowels, dowel caps and load transmission 32 units required, wire and devices for placing, holding and supporting the steel 33 bar, load transmission units, and joint filler material in the proper position; for 34 coating steel bars where required by the plans 35 g. sealing joints 36 h. monolithically poured curb 37 i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary 38 to complete the work. 39 1.3 REFERENCES 40 A. Reference Standards. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 3213 13 - 2 CONCRETE PAVING Page 2 of 21 1 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. ASTM International (ASTM): 5 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 6 Reinforcement 7 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 8 Field 9 c. C33, Concrete Aggregates 10 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 11 Specimens 12 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 13 Beams of Concrete 14 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 15 g. C150, Portland Cement 16 h. C156, Water Retention by Concrete Curing Materials 17 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 18 j. C260, Air Entraining Admixtures for Concrete 19 k. C309,'Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 20 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 21 m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 22 Admixture in Concrete 23 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 24 Concrete 25 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 26 Cement Concrete 27 p. C1602, Standard Specification for Mixing Water Used in the Production of 28 Hydraulic Cement Concrete. 29 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 30 (12,400 ft-lbf/ft3) 31 3. American Concrete Institute (ACI): 32 a. ACI 305.1-06 Specification for Hot Weather Concreting 33 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 34 c. ACI318 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Mix Design: submit for approval. See Item 2.4.A. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321313-3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions. 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when g measured in accordance with ASTM C1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient I 1 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the CITY when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting (ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the CITY when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting (ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1, Air -Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM 35 C618. 36 E. Steel Reinforcement: ASTM A615. 37 F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 3213 13 -4 CONCRETE PAVING Page 4 of 21 1 G. Dowels and Tie Bars. 2 1. Dowel and tie bars: ASTM A615. 3 2. Dowel Caps. 4 a. Provide dowel caps with enough range of movement to allow complete closure 5 of the expansion joint. 6 b. Caps for dowel bars shall be of the length shown on the plans and shall have an 7 internal diameter sufficient to permit the cap to freely slip over the bar. 8 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 9 and one end of the cap shall be rightly closed. 10 3, Epoxy for Dowel and Tie Bars: ASTM C881. 11 a. See following table for approved producers of epoxies and adhesives 12 Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy Txlll CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 13 14 b. Epoxy Use, Storage and Handling. 15 1) Package components in airtight containers and protect from light and 16 moisture. 17 2) Include detailed instructions for the application of the material and all 18 safety information and warnings regarding contact with the components. 19 3) Epoxy label requirements 20 a) Resin or hardener components; 21 b) Brand name; 22 c) Name of manufacturer; 23 d) Lot or batch number; 24 e) Temperature range for storage; 25 f) Date of manufacture CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 321313-5 CONCRETE PAVING Page 5 of 21 1 g) Expiration date; and 2 h) Quantity contained 3 4) Store epoxy and adhesive components at temperatures recommended by the 4 manufacturer. 5 5) Do not use damaged or previously opened containers and any material that 6 shows evidence of crystallization, lumps skinning, extreme thickening, or 7 settling of pigments that cannot be readily dispersed with normal agitation. 8 6) Follow sound environmental practices when disposing of epoxy and 9 adhesive wastes. 10 7) Dispose of all empty containers separately. 11 8) Dispose of epoxy by completely emptying and mixing the epoxy before 12 disposal 13 H. Reinforcement Bar Chairs. 14 I . Reinforcement bar chairs or supports shall be of adequate strength to support the 15 reinforcement bars and shall not bend or break under the weight of the 16 reinforcement bars or CONTRACTOR'S personnel walking on the reinforcing bars. 17 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 18 plastic. 19 3. For approval of plastic chairs, representative samples of the plastic shall show no 20 visible indications of deterioration after immersion in a 5-percent solution of 21 sodium hydroxide for 120-hours. 22 4. Bar chairs may be rejected for failure to meet any of the requirements of this 23 specification. 24 1. Joint Filler. 25 1. Joint filler is the material placed in concrete pavement and concrete structures to 26 allow for the expansion and contraction of the concrete. 27 2. Wood Boards: Used as joint filler for concrete paving. 28 a. Boards for expansion joint filler shall be of the required size, shape and type 29 indicated on the plans or required in the specifications. 30 1) Boards shall be of selected stock of redwood or cypress. The boards shall 31 be sound heartwood and shall be free from sapwood, knots, clustered 32 birdseyes, checks and splits. 33 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 34 be sufficiently rigid to permit ease of installation. 35 3) Boards shall be furnished in lengths equal to the width between 36 longitudinal joints, and may be furnished in strips or scored sheet of the 37 required shape. 38 3. Dimensions. The thickness of the expansion joint filler shall be shown on the plans; 39 the width shall be not less than that shown on the plans, providing for the top seal 40 space. 41 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 42 requirements of this specification. 43 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 44 K. Curing Materials. 45 1. Membrane -Forming Compounds. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 32 13 13 - 6 CONCRETE PAVING Page 6 of 21 1 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 2 compound and be of such nature that it shall not produce permanent 3 discoloration of concrete surfaces nor react deleteriously with the concrete. 4 b. The compound shall produce a firm, continuous uniform moisture -impermeable 5 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 6 concrete. 7 c. It shall, when applied to the damp concrete surface at the specified rate of 8 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 9 normal conditions suitable for concrete operations. 10 d. It shall adhere in a tenacious film without running off or appreciably sagging. 11 e. It shall not disintegrate, check, peel or crack during the required curing period. 12 f. The compound shall not peel or pick up under traffic and shall disappear from 13 the surface of the concrete by gradual disintegration. 14 g. The compound shall be delivered to the job site in the manufacturer's original 15 containers only, which shall be clearly labeled with the manufacturer's name, 16 the trade name of the material and a batch number or symbol with which test 17 samples may be correlated. 18 h. When tested in accordance with ASTM C156 Water Retention by Concrete 19 Curing Materials, the liquid membrane -forming compound shall restrict the loss 20 of water present in the test specimen at the time of application of the curing 21 compound to not more than 0.01-oz.-per-2 inches of surface. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL 24 A. Mix Design 25 1. Concrete Mix Design and Control. 26 a. At least 10 calendar days prior to the start of concrete paving operations, the 27 CONTRACTOR shall submit a design of the concrete mix it proposes to use 28 and a full description of the source of supply of each material component. 29 b. The design of the concrete mix shall produce a quality concrete complying with 30 these specifications and shall include the following information: 31 1) Design Requirements and Design Summary. 32 2) Material source. 33 3) Dry weight of cement/cu. yd. and type. 34 4) Dry weight of fly ash/cu. yd. and type, if used. 35 5) Saturated surface dry weight of fine and coarse aggregates/cu. yd. 36 6) Design water/cu. yd. 37 7) Quantities, type, and name of admixtures with manufacturer's data sheets. 38 8) Current strength tests or strength tests in accordance with ACI 318. 39 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 40 and date of tests. 41 10) Fineness modulus of fine aggregate. 42 11) Specific Gravity and Absorption.Values of fine and coarse aggregates. 43 12) L.A. Abrasion of coarse aggregates. 44 c. Once mix design approved by CITY, maintain intent of mix design and 45 maximum water to cement ratio. 46 d. No concrete may be placed on the job site until the mix design has been 47 approved by the CITY. 48 2. Quality of Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 3213 13 -7 CONCRETE PAVING Page 7 of21 1 a. Consistency. 2 1) In general, the consistency of concrete mixtures shall be such that: 3 a) mortar shall cling to the coarse aggregate, 4 b) aggregate shall not segregate in concrete when it is transported to the 5 place of deposit, 6 c) concrete, when dropped directly from the discharge chute of the mixer, 7 shall flatten out at the center of the pile, but the edges of the pile shall 8 stand and not flow, 9 d) concrete and mortar shall show no free water when removed from the 10 mixer, 11 e) concrete shall slide and not flow into place when transported in metal 12 chutes at an angle of 30 degrees with the horizontal, and 13 f) surface of the finished concrete shall be free from a surface film or 14 laitance. 15 2) When field conditions are such that additional moisture is needed for the 16 final concrete surface finishing operation, the required water shall be 17 applied to the surface by hand sprayer only and be held to a minimum 18 amount. 19 3) The concrete shall be workable, cohesive, possess satisfactory finishing 20 qualities and be of the stiffest consistency that can be placed and vibrated 21 into a homogeneous mass. 22 4) Excessive bleeding shall be avoided. 23 5) If the strength or consistency required for the class of concrete being 24 produced is not secured with the minimum cement specified or without 25 exceeding the maximum water/cement ratio, the CONTRACTOR may use, 26 or the CITY may require, an approved cement dispersing agent (water 27 reducer); or the CONTRACTOR shall furnish additional aggregates, or 28 aggregates with different characteristics, or the CONTRACTOR may use 29 additional cement in order to produce the required results. 30 6) The additional cement may be permitted as a temporary measure, until 31 aggregates are changed and designs checked with the different aggregates 32 or cement dispersing agent. 33 7) The CONTRACTOR is solely responsible for the quality of the concrete 34 produced. 35 8) The CITY reserves the right to independently verify the quality of the 36 concrete through inspection of the batch plant, testing of the various 37 materials used in the concrete and by casting and testing concrete cylinders 38 or beams on the concrete actually incorporated in the pavement. 39 b. Standard Class. 40 1) Unless otherwise shown on the plans or detailed specifications, the standard 41 class for concrete paving for streets and alleys is shown in the following 42 table. 43 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 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 Class of Concrete' Standard Classes of Pavement Concrete Minimum 28 Day Min. Maximum Cementitious, Compressive, Water/ Lb./CY Strength2 Cementitious, Ratio psi P 517 3600 0.49 H 564 4500 0.45 1. All exposed horizontal concrete shall have entra ned-air. 2. Minimum Compressive Strength Required. 321313-8 CONCRETE PAVING Page 8 of 21 Course Aggregate Maximum S izc inch 1-1/2 1-1/2 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H. High Early Strength Concrete (HES). 1) When shown on the plans 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 plans allowed. 3) No strength overdesign is required. Class of Concrete] HES Standard Classes of Pavement Concrete Minimum 28 Day Min. Maximum Cementitious Compressive Lb./CY Strength2 psi 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 13 13 - 9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment 11 1, All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices (augers), intemal vibration, 13 tamping, and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. 15 3. Machine -Laid Concrete Pavement 16 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. 19 b. Slip -Form Paver. 20 1) Slip -form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions, shape and strength so as to support the concrete 22 laterally for a sufficient length of time during placement. 23 2) CITY may reject use of Slip -Form Paver if paver requires over -digging and 24 impacts trees, mailboxes or other improvements. 25 4. Hand -Laid Concrete Pavement 26 a. Machines that do not incorporate these features, such as roller screeds or 27 vibrating screeds, shall be considered tools to be used in hand -laid concrete 28 construction, as slumps, spreading methods, vibration, and other procedures are 29 more common to hand methods than to machine methods. 30 5. CITY may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Batching: shall not be used — onsite mixing not permitted 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C94/C94M.City shall have access 37 ready mix to get samples of materials. 38 b. CITY shall have access to ready mix plant to obtain material samples. 39 c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied, individual samples shall be taken after the 42 discharge of approximately 15% and 85% of the load. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name) [Insert Project Number] 321313 -10 CONCRETE PAVING Page 10 of 21 1 2) The method of sampling shall provide that the samples are representative of 2 widely separated portions, but not from the very ends of the batch. 3 d. The mixing of each batch, after all materials are in the drum, shall continue until 4 it produces a thoroughly mixed concrete of uniform mass as determined by 5 established mixer performance ratings and inspection, or appropriate uniformity 6 tests as described in ASTM C94. 7 e. The entire contents of the drum shall be discharged before any materials are 8 placed therein for the succeeding batch. 9 f. Retempering or remixing shall not be permitted. 10 3. Delivery. 11 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 12 CITY to prevent cold joint. 13 4. Delivery Tickets. 14 a. For all operations, the manufacturer of the concrete shall, before unloading, 15 furnish to the purchaser with each batch of concrete at the site a delivery ticket 16 on which is printed, stamped, or written, the following information to determine 17 that the concrete was proportioned in accordance with the approved mix design: 18 1) Name of concrete supplier. 19 2) Serial number of ticket. 20 3) Date. 21 4) Truck number. 22 5) Name of purchaser. 23 6) Specific designation of job (name and location). 24 7) Specific class, design identification and designation of the concrete in 25 conformance with that employed in job specifications. 26 8) Amount of concrete in cubic yards. 27 9) Time loaded or of first mixing of cement and aggregates. 28 10) Water added by receiver of concrete. 29 11) Type and amount of admixtures. 30 C. Subgrade 31 1. When manipulation or treatment of subgrade is required on the plans, the work 32 shall be performed in proper sequence with the preparation of the subgrade for 33 pavement. 34 2. The roadbed shall be excavated and shaped in conformity with the typical sections 35 and to the lines and grades shown on the plans or established by the CITY. 36 3. All holes, ruts and depressions shall be filled and compacted with suitable material 37 and, if required, the subgrade shall be thoroughly wetted and reshaped. 38 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 39 corrected. 40 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 41 density as determined by ASTM D698. 42 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 43 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 44 pavement to ensure its being in a firm and moist condition. 45 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 46 of the work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 3213 13 -11 CONCRETE PAVING Page 11 of 21 1 9. The CONTRACTOR shall notify the CITY at least 24 hours in advance of its intention to place concrete pavement. 3 10. After the specified moisture and density are achieved, the CONTRACTOR shall 4 maintain the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the CITY. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine -laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form, 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand -laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used, or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used 35 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after farm removal unless otherwise approved. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321313 -12 CONCRETE PAVING Page 12 of21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General. 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the plans. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the plans. 12 c. Reinforcing bars shall be securely wired together at the alternate intersections 13 and all splices and shall be securely wired at each intersection dowel and load- 14 transmission unit intersected. 15 d. All bars shall be installed in their required position as shown on the plans. 16 e. The storing of reinforcing or structural steel on completed roadway slabs 17 generally shall be avoided and, where permitted, such storage shall be limited 18 to quantities and distribution that shall not induce excessive stresses. 19 2. Splices. 20 a. Provide standard reinforcement splices by lapping and tying ends. 21 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 22 the documents 23 3. installation of Reinforcing Steel 24 a. All reinforcing bars and bar mats shall be installed in the slab at the required 25 depth below the finished surface and supported by and securely attached to bar 26 chairs installed on prescribed longitudinal and transverse centers as shown by 27 sectional and detailed drawings on the plans. 28 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 29 on the plans and shall be approved by the CITY prior to extensive fabrication 30 c. After the reinforcing steel is securely installed above the subgrade as specified 31 in plans and as herein prescribed, no loading shall be imposed upon the bar 32 mats or individual bars before or during the placing or finishing of the concrete. 33 4. Installation of Dowel Bars 34 a. Install through the predrilled joint filler and rigidly support in true horizontal 35 and vertical positions by an assembly of bar chairs and dowel baskets. 36 b. Dowel Baskets. 37 1) The dowels shall be held in position exactly parallel to surface and 38 centerline of the slab, by a dowel basket that is left in the pavement. 39 2) The dowel basket shall hold each dowel in exactly the correct position so 40 firmly that the dowel's position cannot be altered by concreting operations. 41 c. Dowel Caps. 42 1) install cap to allow the bar to move not less than 1-1/4 inch in either 43 direction. 44 5. Tie Bar and Dowel Placement. 45 a. Place at mid -depth of the pavement slab, parallel to the surface. 46 b. Place as shown on the plans. 47 6. Epoxy for Tie and Dowel Bar Installation 48 1) Epoxy bars as shown on the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number) 32 13 13 -13 CONCRETE PAVING Page 13 of 21 1 2) Use only drilling operations that do not damage the surrounding operations. 2 3) Blow out drilled holes with compressed air. 3 4) Completely fill the drilled hole with approved epoxy before inserting the tie 4 bar into the hole. 5 5) Tnstall epoxy grout and bar at least 6 inches embedded into concrete. 6 F. Joints 7 1. Joints shall be placed where shown on the plans or where directed by the CITY. 8 2. The plane of all joints shall make a right angle with the surface of the pavement. 9 3, No joints shall have an error in alignment of more than 1/2 inch at any point. 10 4. Joint Dimensions. 11 a. The width of the joint shall be shown on the plans, creating the joint sealant 12 reservoir. 13 b. The depth of the joint shall be shown on the plans. 14 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 15 recommendations. 16 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 17 surface at the center of the joint. 18 5. Transverse Expansion Joints. 19 a. Expansion joints shall be installed perpendicularly to the surface and to the 20 centerline of the pavement at the locations shown on the plans, or as approved 21 by the CITY. 22 b. Joints shall be of the design width, and spacing shown on the plans, or as 23 approved by the CITY. 24 C. Dowel bars, shall be of the size and type shown on the plans, or as approved by 25 the CITY, and shall be installed at the specified spacing. 26 d. Support dowel bars with dowel baskets. 27 e. Dowels shall restrict the free opening and closing of the expansion join and 28 shall not make planes of weaknesses in the pavement. 29 f. Greased Dowels for Expansion Joints. 30 1) Coat dowels with a thin film of grease or other approved de -bonding 31 material. 32 2) Provide dowel caps on the lubricated end of each dowel bar. 33 g. Proximity to Existing Structures. When the pavement is adjacent to or around 34 existing structures, expansions joints shall be constructed in accordance with 35 the details shown on the plans. 36 6. Transverse Contraction Joints. 37 a. Contraction or dummy joints shall be installed at the locations and at the 38 intervals shown on the plans. 39 b. Joints shall be of the design width, and spacing shown on the plans, or as 40 approved by the CITY. 41 c. Dowel bars, shall be of the size and type shown on the plans, or as approved by 42 the CITY, and shall be installed at the specified spacing. 43 d. Joints shall be sawed into the completed pavement surface as soon after initial 44 concrete set as possible so that some raveling of the concrete is observed in 45 order for the sawing process to prevent uncontrolled shrinkage cracking. 46 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 47 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 48 pavement thickness, or deeper if so indicated on the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 13 13 - 14 CONCRETE PAVING Page 14 of 21 1 f. Complete sawing as soon as possible in hot weather conditions and within a 2 maximum of 24 hours after saw cutting begins under cool weather conditions. 3 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 4 the point where some raveling is observed. 5 h. Damage by blade action to the slab surface and to the concrete immediately 6 adjacent to the joint shall be minimized, 7 i. Any portion of the curing membrane which has been disturbed by sawing 8 operations shall be restored by spraying the areas with additional curing 9 compound. 10 7. Transverse Construction Joints. 11 a. Construction joints formed at the close of each day's work or when the placing 12 of concrete has been stopped for 30-minutes or longer shall be constructed by 13 use of metal or wooden bulkheads cut true to the section of the finished 14 pavement and cleaned. 15 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 16 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 17 surface and at right angles to the centerline of the pavement. 18 d. Edges shall be rounded to 1/4 inch radius. 19 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 20 the work. 21 8. Longitudinal Construction Joints. 22 a. Longitudinal construction joints shall be of the type shown on the plans. 23 9. Joint Filler. 24 a. Joint filler shall be as specified in 2.2.1 of the size and shape shown on the 25 plans. 26 b. Redwood Board joints shall be used for all pavement joints except for 27 expansion joints that are coincident with a butt joint against existing 28 pavements. 29 c. Boards with less than 25-percent of moisture at the time of installation shall be 30 thoroughly wetted on the job. 31 d. Green lumber of much higher moisture content is desirable and acceptable. 32 e. The joint filler shall be appropriately drilled to admit the dowel bars when 33 required. 34 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 35 slab. The top edge shall be held approximately 1/2 inch below the finished 36 surface of the pavement in order to allow the finishing operations to be 37 continuous. 38 g. The joint filler may be composed of more than one length of board in the 39 length of joint, but no board of a length less than 6 foot may be used unless 40 otherwise shown on the plans. 41 h. After the removal of the side forms, the ends of the joints at the edges of the 42 slab shall be carefully opened for the entire depth of the slab, 43 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 44 and as specified in Section 32 13 73. Materials shall generally be handled and 45 applied according to the manufacturer's recommendations as specified in Section 46 32 13 73. 47 G. Placing Concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 2 3 4 5 6 7 8 9 10 11 4. Rakes shall not be used in handling concrete. 12 5. At the end of the day, or in case of unavoidable interruption or delay of more than 13 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 14 placed in accordance with 3.4.F.7 of this Section. 321313 -15 CONCRETE PAVING Page 15 of 21 1. Unless otherwise specified in the plans, 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. Temperature — Time Requirements Concrete Temperature Max Time — minutes (at point of placement) (no retarding agent) Non -Agitated Concrete 45 Agitated Concrete Time may be reduced by CITY 60 60 Max Time — minutes (with retarding agent)i 45 75 90 120 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 All temperatures Above 90°F Above 75°F thru 90°F 75°F and Below 1 Normal dosage of retarder. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321313 -16 CONCRETE PAVING Page 16 of 21 b. Edging. 2 1) The edges of slabs and all joints requiring edging shall be carefully tooled 3 with an edger of the radius required by the plans at the time the concrete 4 begins to take its "set" and becomes non -workable. 5 2) All such work shall be left smooth and true to lines. 6 2. Hand. 7 a. Hand finishing permitted only in intersections and areas inaccessible to a 8 finishing machine. 9 b. When the hand method of striking off and consolidating is permitted, the 10 concrete, as soon as placed, shall be approximately leveled and then struck off 11 with screed bar to such elevation above grade that, when consolidated and 12 finished, the surface of the pavement shall be at the grade elevation shown on 13 the plans. 14 c. A slight excess of material shall be kept in front of the cutting edge at all times. 15 d. The straightedge and joint finishing shall be as prescribed herein. 16 I. Curing 17 1. The curing of concrete pavement shall be thorough and continuous throughout the 18 entire curing period. 19 2. Failure to provide proper curing as herein prescribed shall be considered as 20 sufficient cause for immediate suspension of the paving operations. 21 3. The curing method as herein specified does not preclude the use of any of the other 22 commonly used methods of curing, and the CITY may approve another method of 23 curing if so requested by the CONTRACTOR. 24 4. If any selected method of curing does not afford the desired results, the CITY shall 25 have the right to order that another method of curing be instituted. 26 5. After removal of the side forms, the sides of the slab shall receive a like coating 77 before earth is banked against them. 28 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 29 as to cover the entire surfaces thoroughly and completely with a uniform film. 30 7. The rate of application shall be such as to ensure complete coverage and shall not 31 exceed 20-square-yards-per-gallon of curing compound. 32 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 33 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 34 curing period. 35 9. If for any reason the seal is broken during the curing period, it shall be immediately 36 repaired with additional sealing solution. 37 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 38 Materials, the curing compound shall provide a film which shall have retained 39 within the test specimen a percentage of the moisture present in the specimen when 40 the curing compound was applied according to the following. 41 11. CONTRACTOR shall maintain and properly repair damage to curing materials on 42 exposed surfaces of concrete pavement continuously for a least 72 hours. 43 J. Monolithic Curbs 44 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 45 back from the paving mixer, shall be placed within 20-minutes after being mixed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 3213 13 -17 CONCRETE PAVING Page 17 of 21 1 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 2 shall be thoroughly worked with a wooden flat. 3 3. The exposed edges shall be rounded by the use of an edging tool to the radius 4 indicated on the plans. 5 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 6 K. Alley Paving 7 1. Alley paving shall be constructed in accordance with the specifications for concrete 8 paving hereinbefore described, in accordance with the details shown on the plans, 9 and with the following additional provisions: 10 a. Alley paving shall be constructed to the typical cross sections shown on the 11 plans. 12 b. Transverse expansion joints of the type shown on the plans shall be constructed 13 at the property line on each end of the alley with a maximum spacing of 600 14 feet. 15 c. Transverse contraction and dummy joints shall be placed at the spacing shown 16 on the plans. 17 d. Contraction and dummy joints shall be formed in such a manner that the 18 required joints shall be produced to the satisfaction of the CITY. 19 e. All joints shall be constructed in accordance with this specification and filled 20 in accordance with the requirement of Section 32 13 73. 21 L. Pavement Leaveouts 22 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 23 provided at location indicated on the plans or as directed by the CITY. 24 2. The extent and location of each leaveout required and a suitable crossover 25 connection to provide for traffic movements shall be determined in the field by the 26 CITY. 27 3.5 REPAIR 28 A. Repair of concrete pavement concrete shall be consistent with paving details and as 29 specified in Section 32 01 29. 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 SITE QUALITY CONTROL 32 A. Concrete Placement 33 1. Place concrete using a fully automated paving machine. Hand paving only 34 permitted in areas such as intersections where use of paving machine is not 35 practical 36 a. All concrete pavement not placed by hand shall be placed using a fully 37 automated paving machine as approved by the CITY. 38 b. Screeds will not be allowed except if approved by the CITY. 39 B. Testing of Materials. 40 1. Samples of all materials for test shall be made at the expense of the CITY, unless 41 otherwise specified in the special provisions or in the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321313 -18 CONCRETE PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the CONTRACTOR'S expense at the same rate charged by 4 the commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 C. Pavement Thickness Test. 8 1. Upon completion of the work and before final acceptance and final payment shall 9 be made, pavement thickness test shall be made by the CITY. 10 2. The number of tests and location shall be at the discretion of the CITY, unless I 1 otherwise specified in the special provisions or on the plans. 12 3. The cost for the initial pavement thickness test shall be the expense of the CITY. 13 4. In the event a deficiency in the thickness of pavement is revealed during normal 14 testing operations, subsequent tests necessary to isolate the deficiency shall be at 15 the CONTRACTOR'S expense. 16 5. The cost for additional coring test shall be at the same rate charged by commercial 17 laboratories. 18 6. Where the average thickness of pavement in the area found to be deficient in 19 thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be 20 made at an adjusted price as specified in the following table. 21 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 22 23 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 24 more than 0.75 inch or 1/10 of the plan thickness, whichever is greater, shall be 25 evaluated by the City. 26 8. If, in the judgment of the City the area of such deficiency should not be removed 27 and replaced, there shall be no payment for the area retained. 28 9. If, in the judgment of the City, the area of such deficiency warrants removal, the 29 area shall be removed and replaced, at the CONTRACTOR'S entire expense, with 30 concrete of the thickness shown on the plans. 31 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 32 than 1/10 of the plan thickness, whichever is greater, shall be removed and 33 replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness 34 shown on the plans. 35 11. No additional payment over the contract unit price shall be made for any pavement 36 of a thickness exceeding that required by the plans. 37 D. Pavement Strength Test. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321313-19 CONCRETE PAVING Page 19 of 21 1. During the progress of the work the CITY shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, moist cured, and tested by the CITY in accordance with ASTM C31 6 and ASTM C39. 7 3. In each set, one of the cylinders shall be tested at 7 days, two cylinders shall be 8 tested at 28 days, and one cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength, the CONTRACTOR may, at its 10 option and expense, core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 12 the average of all cores must meet 100% of the minimum specified strength, with 13 no individual core resulting in less than 90% of design strength, to override the 14 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. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Percent Deficient -- Greater Than 0% - Not More Than 10% Greater Than 10% - Not More Than 15% Greater Than 15% 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 plans and/or specifications. 30 E. Cracked Concrete Acceptance Policy. 31 1. If cracks exist in concrete pavement upon completion of the project, the Project 32 Inspector shall make a determination as to the need for action to address the 33 cracking as to its cause and recommended remedialwork. . 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade, the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The CONTRACTOR shall perform the 38 routing and sealing work as directed by the Project Inspector, at no cost to the 39 CITY, regardless of the cause of the cracking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 13 13 -20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary, the 2 Inspector and the CONTRACTOR will attempt to agree on the cause of the 3 cracking. If agreement is reached that the cracking is due to deficient materials or 4 workmanship, the CONTRACTOR shall perform the remedial work at no cost to 5 the CITY. Remedial work in this case shall be limited to removing and replacing 6 the deficient work with new material and workmanship that meets the requirements 7 of the contract. 8 4. If remedial work beyond routing and sealing is determined to be necessary, and the 9 Inspector and the CONTRACTOR agree that the cause of the cracking is not 10 deficient materials or workmanship, the CITY may request the CONTRACTOR to 11 provide an estimate of the cost of the necessary remedial work and/or additional 12 work to address the cause of the cracking, and the CONTRACTOR will perform 13 that work at the agreed -upon price if the CITY elects to do so. 14 5. If remedial work is necessary, and the Inspector and the CONTRACTOR cannot 15 agree on the cause of the cracking, the CITY may hire an independent geotechnical 16 engineer to perform testing and analysis to determine the cause of the cracking. 17 The contractor will escrow 50% of the proposed costs of the geotechnical contract 18 with the CITY. The CONTRACTOR and the CITY shall use the services of a 19 geotechnical firm acceptable to both parties. 20 6. If the geotechnical engineer determines that the primary cause of the cracking is the 21 CONTRACTOR'S deficient material or workmanship, the remedial work will be 22 performed at the CONTRACTOR'S entire expense and the CONTRACTOR will 43 also reimburse the CITY for the balance of the cost of the geotechnical 24 investigation over and above the amount that has previously been escrowed. 25 Remedial work in this case shall be limited to removing and replacing the deficient 26 work with new material and workmanship that meets the requirements of the 27 contract. 28 7. If the geotechnical engineer determines that the primary cause of the cracking is not 29 the CONTRACTOR'S deficient material or workmanship, the CITY will return the 30 escrowed funds to the CONTRACTOR. The Contractor, on request, will provide 31 the CITY an estimate of the costs of the necessary remedial work and/or additional 32 work and will perform the work at the agreed -upon price as directed by the CITY. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION 41 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 321313 -21 CONCRETE PAVING Page 21 of 21 [Insert Project Name] [Insert Project Number] 1 2 3 PART 1 - GENERAL 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 SECTION 3213 73 CONCRETE PAVING JOINT SEALANTS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Standard Detail 8 1. Typical Street Construction Details 9 C. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 D. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 - General Requirements. 15 3. Section 32 13 13 - Concrete Paving. 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment. 18 1. Measurement: when specified in the plans to be a pay item, measure by the linear 19 foot of completed and accepted joint sealant. 20 2. Payment: Unless otherwise specified on plans, the work performed and materials 21 furnished as required in this Section will not be paid for directly but will be 22 subsidiary to other bid items. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. ASTM International (ASTM): . 26 a. D5893, Standard Specification for Cold Applied, Single Component, 27 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 28 Pavements 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 ACTION SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Test and Evaluation Reports 33 1. Prior to installation, furnish certification by an independent testing laboratory that 34 the silicbrte joint sealant meets the requirements of this Section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321373-2 CONCRETE_ PAVING JOINT SEALANTS Page 2 of 4 1 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum two-year demonstrated, documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35°F 10 B. Concrete surface must be clean, dry and frost free. 11 C. Do not place sealant in an expansion -type joint if surface temperature is below 35°F or 12 above 90°F. 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 16 2.2 MATERIALS & EQUIPMENT 17 A. Materials 18 1. Joint Sealant: ASTM D5893. 19 2. Joint Filler, Backer Rod and Breaker Tape 20 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 21 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 22 b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent 23 the joint sealant from flowing to the bottom of the joint. 24 c. The backer rod and breaker tape shall be compatible with the silicone joint 25 sealant and no bond or reaction shall occur between them. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number} 32 13 73 -3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1 1. The silicone sealant shall be cold applied. 2 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 3 prior to sealing joints. 4 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 5 sealant placement in a continuous sequence of operations. 6 4. See plans for the various joint details with their respective dimensions. 7 B. Equipment 8 I . Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. 10 2. Equipment shall be inspected by the OWNER prior to the beginning of the work. 11 3. The minimum requirements for construction equipment shall be as follows: 12 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 13 complete the joint sawing to the required dimensions. 14 b. Air Compressors. The delivered compressed air shall have a pressure in excess 15 of 90 psi and shall be suitable for the removal of all free water and oil from the 16 compressed air. 17 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 18 of sealant to the joint. 19 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 20 the joint. 21 e. Sandblaster. The design shall be for commercial use with air compressors as 22 specified in this Section. 23 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 24 free of contamination. They shall be compatible with the joint depth and width 25 requirements. 26 C. Sawing Joints: see Section 32 13 13. 27 D. Cleaning joints 28 1. Dry saw in one direction with reverse cutting blade then sand blast. 29 2. Use compressed air to remove the resulting dust from the joint. 30 3. Sandblast joints after complete drying. 31 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 32 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 33 face of the joint. 34 b. Sandblast both joint faces sandblasted in separate, one directional passes. 35 c. When sandblasting is complete, blow-out using compressed air. 36 d. The blow tube shall fit into the joints. 37 4. Check the blown joint for residual dust or other contamination. 38 a. If any dust or contamination is found, repeat sandblasting and blowing until the 39 joint is cleaned. 40 b. Do not use solvents to remove stains and contamination. 41 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 42 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 43 the joint sealant. 44 7. Do not leave open, cleaned joints unsealed overnight. 45 E. Joint Sealant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1 1, Apply the joint sealant upon placement of the bond breaker rod and tape, using the 2 mechanical injection tool. 3 2. Do not seal joints unless they are clean and dry. 4 3. Remove and discard excess sealant left on the pavement surface. 5 a. Do not excess use to seal the joints. 6 4. The pavement surface shall present a clean final condition as determined by CITY. 7 5. Do not allow traffic on the fresh sealant until it becomes tack -free. 8 F. Approval of Joints 9 1. The CITY may request a representative of the sealant manufacturer to be present at 10 the job site at the beginning of the final cleaning and sealing of joints. 11 a. The representative shall demonstrate to the CONTRACTOR and the CITY the 12 acceptable method for sealant installation. 13 b. The representative shall approve the clean, dry joints before the sealing 14 operation commences. 15 3.5 [REPAIR]/[RESTORATION] [NOT USED] 16 3.6 RE -INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 27 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of5 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Standard Detail 10 1. Typical Street Construction Details 11 C. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 D. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1- General Requirements 16 3. Section 02 41 13 - Selective Site Demolition 17 4. Section 32 13 13 - Concrete Paving 18 5. Section 32 13 73 - Concrete Paving Joint Sealants 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Concrete Curb and Gutter: measure by the linear foot of the height specified 23 complete and in place. 24 b. Concrete Valley Gutter: measure by the square yard per thickness complete and 25 in place. 26 2. Payment: contract unit price bid for the work performed and all materials furnished. 27 a. Subsidiary work and materials include: 28 1) preparing the subgrade 29 2) furnishing and placing all materials, including foundation course, 30 reinforcing steel, and expansion material 31 3) all manipulation, labor, tools, equipment, and incidentals necessary to 32 complete the work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 32 16 13 -2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 J ELD CONDITIONS 10 A. Weather Conditions: see Section 32 13 13. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT AND MATERIALS 15 A. Forms: see Section 32 13 13. 16 B. Concrete: see Section 32 13 13. 17 C. Reinforcement: see Section 32 13 13. 18 D. Joint Filler. 19 1. Wood Filler: see Section 32 13 13. 20 2. Pre -Molded Asphalt Board Filler: 21 a. Use only in areas where not practical for wood boards. 22 b. Pre -molded asphalt board filler: ASTM D545. 23 c. Install the required size and uniform thickness and as specified in plans. 24 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 25 mixture of asphalt and vegetable fiber and/or mineral filler. 26 E. Expansion Joint Sealant: see Section 32 13 73. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A, Demolition / Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 A. Forms 10 1. Extend forms the full depth of concrete. 11 2. Wood forms: minimum of 1-1/2 inches in thickness. 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength. 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel. 17 1. Place all necessary reinforcement for CITY approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand -Laid Concrete— Curb and gutter, 30 a. Shape and compact subgrade to the lines, grades and cross section shown on the 31 plans. 32 b. Lightly sprinkle subgrade material immediately before concrete placement. 33 c. Deposit concrete into forms. 34 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 35 finished curb unless otherwise approved. 36 5. Machine -Laid Concrete — Curb and Gutter. 37 a. Hand -tamp and sprinkle subgrade material before concrete placement. 38 b. Provide clean surfaces for concrete placement. 39 c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 • [Insert Project Name] [Insert Project Number] 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established gradeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 c. Brush finish surfaces immediately after extrusion or slipforming. 8 6. Hand -Laid Concrete — Concrete Valley Gutter: see Section 32 13 13. 9 7. Expansion joints 10 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 11 intersection returns and other rigid structures. 12 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 13 pavement joints to a depth of 1 'Yz inches. 14 c. Place expansion joints at all intersections with concrete driveways, curbs, 15 buildings and other curb and gutters. 16 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 17 depth of the concrete. 18 e. Make expansion joints perpendicular and at right angles to the face of the curb. 19 f. Neatly trim any expansion material extending above the finished to the surface 20 of the finished work. 21 g. Make expansion joints in the curb and gutter coincide with the concrete 22 expansion joints. 23 li. Longitudinal dowels across the expansion joints in the curb and gutter are 24 required. 25 i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each 26 expansion joint. 27 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 28 provides a minimum of 1 inch free expansion. 29 k. Support dowels by an approved method. 30 D. Curing: see Section 32 13 13. 31 3.5 [REPAIR]/[RESTORATION] [NOT USED] 32 3.6 RE -INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL [NOT USED] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT USED] 37 3.11 CLOSEOUT ACTIVITIES [NOT USED] 38 3.12 PROTECTION [NOT USED] 39 3.13 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED] 41 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I , 2011 [Insert Project Name] [Insert Project Number] 1 2 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of7 SECTION 32 9213 HYDROMULCHING, SEEDING AND SODDING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as 7 directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1 - General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Block Sod Placement: measure by the square yard. 18 b. Seeding: measure by the square yard by the installation method. 19 C. Mowing: measure by each. 20 21 22 23 24 25 26 27 28 29 30 31 1.3 32 1.4 33 1.5 34 1.6 2. Payment a. Block Sod Placement: contract unit price and total compensation for furnishing and placing all sod, rolling and tamping, watering (until established), disposal of all surplus materials, and material, labor, equipment, tools and incidentals necessary to complete the work. b. Seeding: contract unit price and total compensation for furnishing all materials including water for seed -fertilizer, slurry and hydraulic mulching, water and mowing (until established), fertilizer, and material, labor, equipment, tools and incidentals necessary to complete the work. c. Mowing: contract unit price and total compensation for material, labor, equipment, tools and incidentals necessary to complete the work. REFERENCES [NOT USED] ADMINISTRATIVE REQUIREMENTS [NOT USED] ACTION SUBMITTALS [NOT USED] INFORMATIONAL SUBMITTALS 35 A. Seed 36 1. Vendors' certification that seeds meet Texas State seed law including: 37 a. Testing and labeling for pure live seed (PLS). 38 b. Name and type of seed. 39 2. All seed shall be tested in a laboratory with certified results presented to the CITY 40 in writing, prior to planting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 32 92 13-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 7 1 3. All seed to be of the previous season's crop and the date on the container shall be 2 within twelve months of the seeding date. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Block Sod 8 1. Protect from exposure to wind, sun and freezing. 9 2. Keep stacked sod moist. 10 B. Seed 11 1. If using native grass or wildflower seed, seed must have been harvested within one 12 hundred (100) miles of the construction site. 13 2. Each species of seed shall be supplied in a separate, labeled container for 14 acceptance by the CITY. 15 C. Fertilizer 16 1. Provide fertilizer labeled with the analysis. 17 2. Conform to Texas fertilizer law. 18 1.11 HELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 22 2.2 MATERIALS AND EQUIPMENT 23 A. Materials 24 1. Block Sod 25 a. Sod Varieties (match existing if applicable) 26 1) "Stenotaphrum secundatum" (St. Augustine grass), 27 2) "Cynodon dactylon" (Common Bermudagrass), 28 3) "Buchloe dactyloides" (Buffalograss), 29 4) an approved hybrid of Common Bermudagrass, 30 5) or an approved Zoysiagrass. 31 b. Sod must contain stolons, leaf blades, rhizomes and roots. 32 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 33 foreign materials and weeds and grasses deleterious to its growth or which 34 might affect its subsistence or hardiness when transplanted, 35 d. Minimum sod thickness: 3/4 inch 36 c. Maximum grass height: 2 inches 37 f. Acceptable growing beds: 38 1) St. Augustine grass sod: clay or clay loam topsoil. 39 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. 40 g. Dimensions, 41 1) Machine cut to uniform soil thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 2 3 ,1 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 329213-3 HYDROMULCHI.NG, SEEDING AND SODDING Page 3 of 7 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 tom 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 c. Lbs. Common Name PLS/Acre 25 Bermuda (unhulled) 75 Bermuda (hulled) Botanical Name cynodon dactylon cynodon dactylon 2) Plant between September 10 and April 15 Lbs. PLS/Acre 220 75 Common Name Rye Grass Bermuda (unhulled) Botanical Name lolium multiflorum cynodon dactylon Native Grass Seed 1) Plant between February 1 and October 1. ..A.m m_on N ne • Green Sp anglet6p, Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Purity Germination (percent) (percent) 85 90 95 90 Purity (percent) 85 95 Germination (percent) 90 90 Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis [Insert Project Name] [Insert Project Number] 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 7 1 d. Wildflower Seed 2 1) Plant between the following: 3 a) March 5 and May 31 4 b) September 1 and December 1 5 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 bipinnatjda 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 6 *not to be planted within ten feet of a road or parking lot or within three feet of a 7 walkway 8 9 e. Temporary Erosion Control Seed 10 1) Consist of the sowing of cool season plant seeds. 11 3. Mulch 12 a. For use with conventional mechanical or hydraulic planting of seed. 13 b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 14 (waste products from paper mills or recycled newspaper). 15 c. No growth or germination inhibiting factors. 16 d. No more than ten percent moisture, air dry weight basis. 17 e. Additives: binder in powder form. 18 f. Form a strong moisture retaining mat. 19 4. Fertilizer 20 a. acceptable condition for distribution 21 b, applied uniformly over the planted area. 22 c. Analysis 23 1) 16-20-0 24 2) 16-8-8 25 d. Fertilizer rate: 26 1) Not required for wildflower seeding. 27 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 28 3) Established seeding areas -150 pounds of nitrogen per acre. 29 5. Topsoil: See Section 32 91 19. 30 6. Water: clean and free of industrial wastes or other substances harmful to the 31 germination of the seed or to the growth of the vegetation. 32 7. Soil Retention Blanket 33 a. "Curlex 1" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 34 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name) [Insert Project Number] 32 92 13 -5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 1 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Surface Preparation: clear surface of all material including: 9 1. Stumps, stones, and other objects larger than one inch. 10 2. Roots, brush, wire, stakes, etc. 11 3. Any objects that may interfere with seeding or maintenance. 12 B. Tilling 13 1. Compacted areas: till one inch deep. 14 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 15 seed/water run-off. 16 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 17 3.4 INSTALLATION 18 A. Block Sodding 19 1. General: 20 a. Place sod between curb and walk and on terraces that is the same type grass as 21 adjacent grass or existing lawn. 22 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 23 average first freeze in the fall. 24 2. Installation 25 a. Plant sod specified after the area has been completed to the lines and grades 26 shown on the plans with 6 inches of topsoil. 27 b. Use care to retain native soil on the roots of the sod during the process of 28 excavating, hauling and planting. 29 c. Keep sod material moist from the time it is dug until planted. 30 d. Place sod so that the entire area designated for sodding is covered. 31 e. Fill voids left in the solid sodding with additional sod and tamp. 32 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 33 slope. 34 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 35 firm earth in areas that may slide due to the height or slope of the surface or 36 nature of the soil. 37 3. Watering and Finishing 38 a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary 39 metering / irrigation, water truck or by any other method necessary to achieve 40 an acceptable stand of turf as defined in 3.13.B. 41 b. Thoroughly water sod immediately after planted. 42 c. Water until established. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 329213-6 HYDROMULCHING, SEEDING AND SODDING Page6of7 1 d. Generally, an amount of water that is equal to the average amount of rainfall 2 plus one half inch per week should be applied until accepted. If applicable, 3 plant large areas by irrigation zones to ensure areas are watered as soon as they 4 are planted. 5 B. Seeding 6 1. General 7 a. Seed only those areas indicated on the plans and areas disturbed by 8 construction. 9 b. Mark each area to be seeded in the field prior to seeding for CITY approval. 10 2. Broadcast Seeding 11 a. Broadcast seed in two directions at right angles to each other. 12 b. Harrow or rake lightly to cover seed. 13 c, Never cover seed with more soil than twice its diameter. 14 d. For wildflower plantings: 15 1) scalp existing grasses to one inch. 16 2) remove grass clippings, so seed can make contact with the soil. 17 3. Mechanically Seeding (Drilling): 18 a. Uniformly distribute seed over the areas shown on the plans or as directed. 19 b. All varieties of seed and fertilizer may be distributed at the same time provided 20 that each component is uniformly applied at the specified rate. 21 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 22 drill. 23 d. Drill on the contour of slopes 24 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 25 of the "Cultipacker" type. 26 f Roll slope areas on the contour. 27 4. Hydromulching 28 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 29 1) Mixture is uniformly suspended to form a homogenous slurry. 30 2) Mixture forms a blotter -like ground cover impregnated uniformly with 31 grass seed. 32 3) Mixture is applied within thirty (30) minutes after placed in the equipment. 33 b. Placing 34 1) Uniformly distribute in the quantity specified over the areas shown on the 35 plans or as directed. 36 5. Fertilizing: uniformly apply fertilizer over seeded area. 37 6. Watering 38 a. Furnish water by means of temporary metering / irrigation, water truck or by 39 any other method necessary to achieve an acceptable stand of turf as defined in 40 3.13.B. 41 b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. 42 c. Water as direct by the CITY at least twice daily for 14 days after seeding in 43 such a manner as to prevent washing of the slopes or dislodgement of the seed, 44 d. Water until final acceptance. 45 e. Generally, an amount of water that is equal to the average amount of rainfall 46 plus one half inch per week should be applied until accepted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 7 1 3.5 [REPAIR]/[RESTORATION] [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 HELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE 10 A. Block Sodding 11 1. Water and mow sod until completion and final acceptance of the Project or as 12 directed by the CITY. 13 2. Sod shall not be considered finally accepted until the sod has started to peg down 14 (roots growing into the soil) and is free from dead blocks of sod. 15 B. Seeding 16 1. Water and mow sod until completion and fmal acceptance of the Project or as 17 directed by the CITY. 18 19 20 Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas. 21 3. Turf will be accepted once fully established. 22 a. Seeded area must have 100 percent growth to a height of three inches with one 23 mow cycle performed by the CONTRACTOR prior to consideration of 24 acceptance by the CITY. 25 C. Rejection 26 1. CITY may reject block sod or seeded area on the basis of weed populations. 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] DIVISION 33 UTILITIES 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 9 1 SECTION 33 0410 2 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1, Joint bonding requirements for electrical continuity of: 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe, as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 c. Cased crossings 15 d. Tunnels 16 e, Selected below grade to above ground piping transitions 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1— General Requirements 23 3. Specification 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. When a pay item for Cathodic Protection exists: 27 a. Measurement 28 1) This Item is subsidiary to Cathodic Protection construction. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the lump sum price bid for "Cathodic Protection" for each 32 material of utility pipe bid, and no other compensation will be allowed. 33 2. When a pay item for Cathodic Protection does not exist: 34 a. Measurement 35 1) Measurement for this Item is by lump sum. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under "Measurement" will be paid for at the 39 lump sum price bid for "Joint Bonding and Electrical Isolation". 40 3. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 4 5 6 7 8 9 10 11 12 a. Furnishing and installing Joint Bonding the Drawings b. Mobilization c. Excavation d. Furnishing, placement, and compaction e. Field welding f. Connections g. Adjustments h. Testing i. Clean-up j. Start-up/Commissioning 13 1.3 REFERENCES 3OiNT BONDING and Electrical of backfill 33 04 10-2 AND ELECTRICAL ISOLATION Page2 of9 Isolation as specified by 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. ASTM International (ASTM). 19 3. American Water Works Association (AWWA): 20 a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 21 4. NACE International (NACE). 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 26 fabrication for specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Manufacturer's catalog cut sheets shall be submitted for each item. 30 a. Include the manufacturer's name and provide sufficient information to show 31 that the materials meet the requirements of the Contract Documents for: 32 1) Flange Isolation 33 2) Bonding Clips for Concrete Cylinder Pipe 34 3) Carboline Densyl tape 35 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 36 identify the item proposed. 37 B. Test and Evaluation Reports 38 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the 39 City for approval prior to backfilling. 40 2. Record results for bonded joint testing and submit to City for approval prior to 41 backfilling. 42 3. Record results for the continuity test for casing to carrier pipe and submit to the 43 City for approval prior to backfilling. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 llnsert Project Name] [Insert Project Number] 33 0410 -3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 9 1 1.7 CLOSEOUT SUBMITTALS 2 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 3 shall be submitted to the City. 4 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING INOT USED] 8 1.11 HELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 14 include, but are not limited to, the following: 15 1. Electrical continuity bonds 16 2. Flange isolation assemblies 17 3. Casing spacers 18 4. Casing end seals 19 B. Electrical Continuity Bonds 20 1. Applications for Electrical Continuity Bonding include the following: 21 a. Bonding across bolted joint assemblies 22 b. Bonding across gasketed joint assemblies 23 C. Flange Isolation 24 1. Required applications of dielectric flange isolation assemblies include, but are not 25 limited to, selected locations where new piping is mechanically connected to 26 existing piping. 27 2. For concrete cylinder pipe, provide electrical isolation through the installation of 28 the following materials: 29 a. Flange connection to Lock Joint bell adapter 30 b. Flange connection to Lock Joint spigot adapter 31 c. Insulating Gasket 32 1) For piping 30-inch diameter and greater, provide Pyrox G-10 with nitrile 33 seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and 34 Insulator, Inc., or approved equal. 35 2) For piping between 12-inch and 24-inch diameter, provide Phenolic PSI 36 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline 37 Seal and Insulator, Inc., or approved equal. 38 3) Alternately, provide plain -faced phenolic gasket, as manufactured by 39 Pipeline Seal and Insulator, Inc., or approved equal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 9 1 a) Place phenolic gasket between 2 full-faced gaskets. 2 b) Provide cloth -inserted rubber gasket material, 1/8 inch thick in 3 accordance with AWWA C207. 4 c) Use factory cut gaskets of proper dimensions. 5 d. Sleeves and Washers 6 1) For piping 30-inch diameter and greater, provide full length mylar sleeves 7 with Pyrox G-10 washers, double washer sets as manufactured by Pipeline 8 Seal and Insulator, Inc., or approved equal. 9 2) For piping between 12-inch and 24-inch diameter, provide full length mylar 10 sleeves with Phenolic washers, double washer sets as manufactured by 11 Pipeline Seal and Insulator, Inc., or approved equal. 12 3. For steel pipe, provide electrical isolation through installation of the following 13 materials: 14 a. Isolation Gasket 15 1) For piping 30-inch diameter and greater, provide Pyrox G-10 with nitrile 16 seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and 17 Insulator, Inc., or approved equal. 18 2) For piping between 12-inch and 24-inch diameter, provide Phenolic PSI 19 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline 20 Seal and Insulator, Inc., or approved equal. 21 3) Alternately, provide a plain -faced phenolic gasket, as manufactured by 22 Pipeline Seal and Insulator, Inc., or approved equal. 23 a) Place phenolic gasket between 2 full-faced gaskets. 24 b) Provide cloth -inserted rubber gasket material, 1/8 inch thick in 25 accordance with AWWA C207. 26 c) Use factory cut gaskets of proper dimensions. 27 b. Sleeves and Washers 28 1) For piping 30-inch diameter and greater, provide full length mylar sleeves 29 with Pyrox G-10 washers, double washer sets as manufactured by Pipeline 30 Seal and Insulator, Inc., or approved equal. 31 2) For piping between 12-inch and 24-inch diameter, provide full length mylar 32 sleeves with Phenolic washers, double washer sets as manufactured by 33 Pipeline Seal and Insulator, Inc., or approved equal. 34 4. For ductile iron pipe, provide electrical isolation through installation of the 35 following materials: 36 a. Isolation Gasket 37 1) For piping 30-inch diameter and greater, provide Pyrox G-10 with nitrite 38 seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and 39 Insulator, Inc., or approved equal. 40 2) For piping between 12-inch and 24-inch diameter, provide Phenolic PSI 41 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline 42 Seal and Insulator, Inc., or approved equal. 43 3) Alternately, provide a plain -faced phenolic gasket, as manufactured by 44 Pipeline Seal and Insulator, Inc., or approved equal. 45 a) Place phenolic gasket between 2 full-faced gaskets. 46 b) Provide cloth -inserted rubber gasket material, 1/8 inch thick in 47 accordance with AWWA C207. 48 c) Use factory cut gaskets of proper dimensions. 49 b. Sleeves and Washers: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 9 1 1) For piping 30-inch diameter and greater, provide full length mylar sleeves 2 with Pyrox G-1 washers, double washer sets as manufactured by Pipeline 3 Seal and Insulator, Inc., or approved equal. 4 2) For piping between 12-inch and 24-inch diameter, provide full length mylar 5 sleeves with Phenolic washers, double washer sets as manufactured by 6 Pipeline Seal and Insulator, Inc., or approved equal. 7 5. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by 8 Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or 9 approved equal. 10 . D. Casing Spacers 11 1. For piping installed in tunnels or cased crossings, install casing spacers between the 12 piping and the casing or tunnel liner to provide electrical isolation in accordance 13 with Section 33 05 24. 14 E. Casing End Seals 15 1. See Section 33 05 24 for casing end seals. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Preparation of Concrete Pipe for Bonding 23 1. General 24 a. Fabrication 25 1) Use concrete pipe for this project that has been fabricated in such a manner 26 as to establish electrical continuity between metallic components of pipe 27 and joints. 28 b. Acceptable Methods 29 1) Establish electrical continuity as indicated in the Contract Documents. 30 2. Criteria for Electric Continuity 31 a. Tensile Wire 32 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 33 between any wire and steel joint ring at end of pipe farthest from that wire. 34 2) Manufacturer is to report values obtained and method of measurement. 35 b. Internal Pipe Joint Components 36 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between 37 any component and steel pipe cylinder. 38 3. Tensile Wire Continuity 39 a. Establish continuity between tensile wire coils and steel cylinder on embedded 40 cylinder type pre -stressed pipe by tightly wrapping tensile wire over 41 longitudinal mild steel straps during pipe manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 9 1 b. Use and install 2 continuous straps 180 degrees apart longitudinally along the 2 pipe. 3 1) These straps must maintain electrical continuity between metallic 4 components. 5 c. Use steel straps made of mild steel and free of grease, mill scale or other high 6 resistance deposits. 7 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 8 fasteners of suitable dimensions placed between steel cylinder and longitudinal 9 straps. 10 1) Connect fasteners so as to remain intact during pipe fabrication process. 11 4, Steel Cylinder Continuity 12 a. Establish continuity of all joint components and steel cylinder. 13 1) These components include anchor socket brackets, anchor socket, spigot 14 ring and bell ring. 15 b. If mechanical contact does not provide a resistance of less than 0.03 ohms 16 between components, tack weld component to provide electrical continuity. 17 B. Preparation of Steel Pipe for Bonding 18 1. Bonding wires are not required for welded steel pipe. 19 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 20 as shown on the Drawings. 21 C. Preparation of Ductile Iron Pipe for Bonding 22 1. Install insulated bond wires as shown on the Drawings. 23 D. Electrical Bond Wires 24 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable 25 with THHN insulation. 26 2. Remove 1 inch of THHN insulation from each end of the bond wire. 27 3. Thermite weld the bond wires to the pipeline. 28 4. Provide the minimum number of bond wires as shown on Drawings for steel or 29 ductile iron pipe. 30 E. Electrical Bond Clip 31 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 32 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot 33 of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed 34 joints. 35 2. Manufacture clips to maintain continuity regardless of small deflections of finished 36 joints. 37 3.4 INSTALLATION 38 A. Installation of Electrical Continuity Bonds by Thermite Welding 39 1. Inspection 40 a. Use continuous bond wires with no cuts or tears in the insulation covering the 41 conductor. 42 2. General 43 a. Attach bond wires at required locations by thermite welding process. 44 3. Thermite Welding Methods CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 9 1 a. Perform thermite welding of bond wires to piping in the following manner: 2 1) Clean and dry pipe to which the wires are to be attached. 3 2) Use grinding wheel to remove all coating, mil scale, oxide, grease and dirt 4 from an area approximately 3 inches square. 5 a) Grind surface to bright metal. 6 3) Remove approximately 1 inch of insulation from each end of wire to be 7 thermite welded to pipe exposing clean, oxide -free copper for welding. 8 4) Select proper size thermite weld mold as recommended by manufacturer. 9 Place wire or strap between graphite mold and the prepared metal surface. 10 5) Place metal disk in bottom of mold. 11 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to 12 spread ignition powder over charge. 13 7) Close mold cover and ignite starting powder with flint gun. 14 8) After exothermic reaction, remove thermite weld mold and gently strike 15 weld with a hammer to remove weld slag. 16 9) Pull on wire or strap to assure a secure connection. 17 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 18 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ 19 tape. 20 4. Post -Installation Thermite Weld Inspection 21 a. Contractor is responsible for all testing. 22 b. All testing is to be performed by or under the supervision of certified NACE 23 personnel. 24 c. Visually examine each thermite weld connection for strength and suitable 25 coating prior to backfilling. 26 d. Measure resistance through selected bonded joints with a digital low resistance 27 ohmmeter (DLRO). 28 1) Resistance of 0.001 ohms or less is acceptable. 29 2) If the above procedure indicates a poor quality bond connection, reinstall 30 the bond. 31 3) Record results and submit to the City for approval prior to backfilling. 32 5. Backfilling of Bonded Joints 33 a. Perform backfilling of bonded piping in manner that prevents damage to the 34 bonds and all connections to the metallic structures. 35 b. Use appropriate backfill material to completely cover the electrical bond. 36 c. Provide protection so that future construction activities in the area will not 37 destroy the bonded connections. 38 d. If construction activity damages a bonded connection, install new bond wire. 39 B. installation of Pipeline Flange Isolation Devices 40 1. Placement 41 a. Install isolation joints at the locations shown on the Drawings. 42 2. Assembly 43 a. Place gasket, sleeves and washers as recommended by the manufacturer. 44 b. Follow manufacturer's recommendations for even tightening to proper torque. 45 3. Testing 46 a. Immediately after an electrical isolation fitting has been installed, contact the 47 City to perform testing for electrical isolation effectiveness. 48 4. Painting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 9 a. Do not use metal base paints on electrical isolation devices. 2 5. Encapsulation 3 a. Encapsulate below -grade isolation joints with the Carboline Densyl tape 4 system, or approved equal, after the isolation joint has been tested for 5 effectiveness. 6 C. Installation of Casing Spacers 7 1. Casing spacers shall be installed in accordance with Section 33 05 24. 8 D. Installation of End Seals 9 1. End seals shall be installed in accordance with Section 33 05 24. 10 3.5 REPAIR / RESTORATION [NOT USED] I 1 3.6 RE -INSTALLATION [NOT USED] 12 3.7 HELD QUALITY CONTROL 13 A. Testing of Joint Continuity Bonds and Isolation Joints 14 1. After the completion of the continuity bonding of individual joints, but before the 15 pipe is backfilled, each bonded joint shall be tested for electrical continuity. 16 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 17 portable 12-volt battery and a driven ground rod. The battery shall be connected 18 such that the positive terminal is connected to the ground rod and the negative 19 terminal is connected to the pipe section under test. The magnitude of test current is 20 not important as long as it causes a change in pipe -to -soil potential on the section of 21 pipe that is in the test current circuit. 22 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using 23 a high impedance voltmeter and portable copper/copper sulfate reference electrode 24 with the test current "on" and "off'. 25 4. A joint is considered electrically continuous if the "on" and "off' potentials are the 26 same on either side of the joint under test. 27 5. This same procedure shall be used to test individual isolation joints except that the 28 joint is considered effective if the pipe -to -soil potential is not the same when 29 measured on each side of the joint when the test current is "on". 30 6. Record results and submit in accordance with this Specification. 31 B. Casing to Carrier Pipe Isolation Tests 32 1. Immediately after the pipe has been installed in the casing, but prior to connecting 33 the line, make pipe available for testing and contact the City to perform an electrical 34 continuity test to determine that the casing is electrically isolated from the pipeline. 35 2. The continuity test shall be fully documented and approved by the City prior to 36 backfilling. 37 3. Record results and submit in accordance with this Specification. 38 4. If the electrical isolation between carrier pipe and casing is not effective, the cause 39 shall be immediately investigated and the situation remedied. 40 5. Under no circumstances shall a shorted casing be backfilled. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 04 10 - 9 JOINT BONDING AND ELECTRICAL ISOLATION Page 9 of 9 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVILIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number) 1 2 3 PART 1 - GENERAL 330411-1 CORROSION CONTROL TEST STATIONS Page 1 of 7 SECTION 33 0411 CORROSION CONTROL TEST STATIONS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Test station materials and installation requirements, as shown on the Drawings, at: 7 a. Foreign pipeline crossings 8 b. Cased crossings 9 c. Below -grade pipeline electrical isolation joints 10 2. Required applications of corrosion control test stations include locations where 11 future testing is anticipated for the following reasons: 12 a. Testing to determine the effectiveness of the installed Cathodic Protection 13 systems and to allow for startup adjustments 14 b. Testing to determine interference effects from and on adjacent or crossing 15 foreign underground structures 16 c. Testing to determine sources and magnitude of stray DC currents and required 17 mitigative measures 18 d. Periodic monitoring to determine status of existing Cathodic Protection 19 systems, stray current and foreign line influence 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 24 Contract 25 2. Division 1— General Requirements 26 3. Section 33 04 12 — Magnesium Anode Cathodic Protection System 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Measure 30 a. This Item is considered subsidiary to the Cathodic Protection construction. 31 2. Payment: 32 a. The work performed and the materials furnished in accordance with this Item 33 are subsidiary to the lump sum price bid for "Cathodic Protection" for each 34 material of utility pipe bid, and no other compensation will be allowed. 35 1.3 REFERENCES 36 A. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Specification, unless a date is specifically cited. 40 2, NACE International (NACE). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insect Project Number] 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 5 fabrication for specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Submit product data for all components of the Corrosion Control Test Stations. 9 Data submitted shall include: 10 a. Test Station 11 b. Wiring 12 c. Splicing materials 13 d. Thermite weld materials 14 e. Weld coatings 15 1.7 CLOSEOUT SUBMITTALS 16 A. Structure -to -soil potential data shall be submitted to the City. 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE 19 A. Certifications 20 1. Provide manufacturer's certifications that all components of the corrosion control 21 system meet the requirements of the Contract Documents. 22 a. The certification shall reference the applicable Section of the Specifications and 23 the applicable standard details. 24 B. Inspection 25 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or 26 during, installation. 27 C. Drawings 28 1. The drawings for the corrosion control test stations are diagrammatic and shall not 29 be scaled for exact locations, unless scales are explicitly stated on the specific 30 drawing. 31 2. Field conditions, conflicts with other utilities or mechanical and structural features 32 shall determine exact locations. 33 3. Contractor shall note other existing utilities in the area and during excavation, shall 34 not damage these utilities. 35 4. Any damaged utilities shall be repaired to the satisfaction of the City at the 36 Contractor's expense. 37 1.10 DELIVERY, STORAGE, AND HANDLING 38 A. Delivery 39 1. Coordinate the delivery of test station materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330411-3 CORROSION CONTROL TEST STATIONS Page 3 of 7 1 13. Storage and Handling Requirements 2 1. Secure and maintain a location to store the material in accordance with Section 01 3 66 00. 4 C. Packaging Waste Management 5 I . Dispose of waste materials properly and remove from job site after installation is 6 complete. 7 1.11 FIELD [SHE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART2- PRODUCTS 10 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Flush Mount Test Stations 13 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 14 on the Drawings. 15 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott 16 Manufacturing Company or approved equal. 17 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 18 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 19 iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved 20 equal. 21 5. Install a marker sign adjacent to all flush -mounted test stations. 22 B. Above -Grade Test Stations 23 1. At test station locations where flush mounted structures cannot be installed, or 24 where stated on Drawings, an above -grade test station shall be used, and placed 25 such that possible damage from vandalism, traffic, etc. is minimized. 26 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott 27 Manufacturing or approved equal. 28 3. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter 29 UV -resistant plastic conduit in populated locations, and mounted on a 5 foot length 30 of 3-inch diameter concrete filled galvanized steel conduit in low population 31 locations. 32 4. The test station shall be installed adjacent to a permanent structure, if available, for 33 physical protection. 34 a. If exposed to traffic, provide a frangible base for test station. 35 5. The interior of the test station conduit shall be filled with Portland cement concrete 36 after the installation of the test and bond wires. 37 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete 38 pad. 39 C. Permanent Reference Electrodes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 7 1 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 2 membrane ceramic cell in a geomembrane package as manufactured by Corrpro 3 Companies, Inc. or approved equal. 4 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of 5 suitable length to attach to the terminal board of the test station. 6 D. Test Station Lead Wires 7 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as 8 shown on the Drawings. 9 2. Insulation type shall be color coded based upon connection to underground 10 structures. 11 a. Water piping: white 12 b. Foreign structures: red 13 c. Steel casings: yellow 14 d. Permanent reference cells: blue 15 e. Anode header cable: black (HMWPF) 16 3. Test station lead wires shall be terminated on the test station terminal board 17 utilizing crimped on solderless ring terminals. 18 4. All terminal boards shall be wired by the installer as shown on the Drawings. 19 E. Thermite Weld Equipment 20 1. Charges and Molds 21 a. Weld charges and mold size shall be specified by the manufacturer for the 22 specific surface configuration. 23 b. Use only the correct charges for the specific application. 24 c. Welding charges and molds shall be Erico, Cadweld or Continental Industries 25 Thermoweld. 26 2. Weld Coating 27 a. Coat weld with Stopaq CZ tape or approved equal. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31. 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 APPLICATION / INSTALLATION 35 1. Install test stations at each of the locations scheduled on the Drawings. At a 36 minimum, test stations are required at each of the following locations: 37 a. At all major underground metallic pipeline crossings 38 b. At all cased crossings and tunnels (both ends) 39 c. At all underground isolation flanges 40 d. At all magnesium anode ground bed locations CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330411-5 CORROSLON CONTROL TEST STATIONS Page 5 of 7 1 B. General 2 1. Install test stations at locations indicated on Drawings. 3 a. If a flush mounted test station is not feasible in a particular location, then an 4 above -grade test station may be used, subject to approval by the City or its 5 designated representative. 6 2. Use continuous test station lead wires without cuts or tears in the insulation. 7 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. 8 a. If the pipe is installed under a road, place the test station at the curb for easy 9 access. 10 4. Attach test lead wires to the pipe by thermite welding. 11 5. Attach test wires to the pipe prior to backfilling. 12 6. Use color coded test wires as indicated on the Contract Documents. 13 7. Wire test station terminal board configurations as shown on the Drawings. 14 8. At foreign pipeline crossing test stations: 15 a. Notify the owners of the pipeline and obtain permission before the test leads are 16 connected to their pipeline. 17 b. The foreign pipeline owner should have a representative present. 18 c. Contractor shall not install lead wires or bond wires on foreign pipelines. 19 d. If foreign pipeline owner refuses test leads connected to their pipeline, then 20 document owner's refusal and install potential test station on water main. 21 e. Document the owner's contact name, phone number, email address and date of 22 contact. 23 f. Submit documentation to the City or its designated representative. 24 C. Flush -Mount Test Stations 25 1. Install as shown on the Drawings. 26 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 27 and to prevent damage to the leads during backfilling. 28 a. Additional slack shall be left to allow for withdrawal of the terminal board a 29 minimum of 18 inches above the top of the precast concrete traffic box for test 30 purposes. 31 3. Install with permanent copper sulfate reference electrodes where indicated on the 32 Drawings. 33 a. Install permanent reference electrode approximately 6 inches from the pipe. 34 b. Compact native soil by hand around the electrode. 35 c. The balance of the backfill shall be select granular backfill material. 36 d, Saturate the backfilled permanent reference electrode with 5 gallons of water. 37 4. Set test stations installed outside areas of permanent paving materials in a Portland 38 cement concrete pad. 39 a. The concrete pad shall be a minimum of 24 inches square and no less than 6 40 inches thick. 41 D. Above -Grade Test Stations 42 1. Install above -grade test stations where a flush mounted test station cannot be 43 located. 44 2. Use and location of above -grade test stations shall be approved by the City or its 45 designated representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 7 1 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if 2 available, for physical protection. 3 4. Coil sufficient slack beneath the test station to allow for soil settlement and to 4 prevent damage to the leads during backfilling. 5 5. Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station 6 conduit. 7 6. Fill the interior of the 3-inch above -grade test station steel galvanized conduit with 8 Portland cement concrete after installation of the test stations wires. 9 E. Test Lead Wire Attachment 10 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and 11 ductile iron pipelines as shown on Drawings. 12 a. See Drawings. 13 2. The pipe to which the wires are to be attached shall be clean and dry. 14 3. When connecting directly to the pipe, use a grinding wheel to remove all coating, 15 mill scale, oxide, grease and dirt from an area approximately 3 inches square. 16 a. Grind the surface to bright metal. 17 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 18 insulation removed from each end, exposing clean, oxide -free copper for welding. 19 5. Using the proper size thermitc weld mold as recommended by the manufacturer, 20 place the wire between the graphite mold and the prepared metal surface. 21 a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller 22 wires. 23 6. Place the metal disk in the bottom of the mold. 24 7. Pour the therinite weld charge into the mold. 25 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 26 9. Close the mold cover and ignite the starting powder with a flint gun. 27 10. After the exothermic reaction, remove the thermite weld mold and gently strike the 28 weld with a hammer to remove the weld slag. 29 11. Pull on the wire to assure a secure connection. 30 12. If the weld is not secure or the wire breaks, repeat the procedure. 31 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 32 F. Post Installation Backfilling of Test Station — Lead Wires 33 1. Protect test station wires to prevent damage to the wire insulation and conductor 34 integrity during backfilling. 35 2. After completion of the backfilling of the test wires to the pipe, verify the 36 connection by measuring and recording a pipe -to -soil potential. 37 3. Replace any test wire found to have a high resistance connection. 38 3.5 REPAIR / RESTORATION [NOT USED] 39 3.6 RE -INSTALLATION [NOT USED] 40 3.7 FIELD QUALITY CONTROL 41 A. All test stations shall be visually inspected during the final walk through. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 1 B. Materials or installation work not conforming to the requirement of this Specification 2 shall be replaced or repaired to the City's satisfaction. 3 C. Damaged or missing test station components shall be replaced by equal components. 4 3.8 SYSTEM STARTUP 5 A. Commissioning 6 1. Native state structure -to -soil potentials shall be acquired along the water main and 7 submitted to the City. 8 B. Method 9 1. Measure native state structure -to -soil potentials along the water line using a 10 portable reference electrode at the following locations: 11 a. Each test station 12 b. Above grade pipeline appurtenances 13 c. Test stations on foreign pipelines crossing or parallel to the water main. 14 2. Verify that all electrical isolation devices are operating properly including flange 15 isolators and casing spacers. 16 C. Contractor is responsible for all testing. 17 D. All testing is to be done by or under the supervision of certified NACE personnel. 18 E. Record results and submit in accordance with this Specification. 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE 24 A. Refer to Section 33 04 12. 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 1 SECTION 33 0412 2 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include, but not be limited to the following: 9 a. Materials and installation 10 b. Post -installation survey 11 c. Final Report to include recommendations 12 13. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Divisionl — General Requirements 18 3. Section 33 05 26 —Utility Markers/Locators 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measure 22 a. Measurement for this Item shall be by lump sum. 23 2. Payment: 24 a. The work performed and materials furnished in accordance with this Item shall 25 be paid for at the lump sum price bid for "Cathodic Protection" for each 26 material of utility pipe bid. 27 3. The price bid shall include: 28 a. Mobilization 29 b. Anode groundbeds 30 c. Anode test stations 31 d. Excavation 32 e. Furnishing, placement, and compaction of backfill 33 f. Field welding 34 g. Connections 35 h. Adjustments 36 i. Testing 37 j. Clean-up 38 k. Start-up/Commissioning 39 1.3 REFERENCES 40 A. Abbreviations and Acronyms CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1 1. AWG: American Wire Gauge 2 2. CSE: Copper/Copper Sulfate Reference Electrode 3 3. HMWPE: High Molecular Weight Polyethylene 4 B. Definitions 5 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 6 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 7 3. Cathode: The electrode of an electrochemical cell at which reduction is the 8 principal reaction. 9 4. Cathodic Polarization: The change of electrode potential in the negative direction 10 caused by direct current (DC) flow across the electrode/electrolyte interface. 11 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by 12 making that surface the cathode of an electrochemical cell. 13 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction 14 with its environment. 15 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of 16 Texas, employed by a Corrosion Engineering Firm. 17 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 18 design on behalf of the Contractor. 19 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 20 System. 21 10. Current: Flow of electric charge. 22 11. Electrode: A conductor used to establish contact with an electrolyte and through 23 which current is transferred to or from an electrolyte. 24 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 25 (i.e., soil or water). 26 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 27 under Cathodic Protection. 28 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is 29 less active (more noble) when electrically coupled in an electrolyte. 30 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 31 current. 32 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the 33 electrolyte that is measured with reference to an electrode in contact with the 34 electrolyte. 35 17. Polarized Potential: The potential across the structure/electrolyte interface that is 36 the sum of the free corrosion potential and the cathodic polarization 37 18. Reference Electrode: An electrode whose open -circuit potential is constant under 38 similar conditions of measurement and is used to measure the relative potentials of 39 other electrodes 40 19. Stray Current: Current flow through paths other than the intended circuit. 41 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. 42 C. Reference Standards 43 1. NACE International (NACE). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number) 33 04 12 - 3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the Engineer or the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 I. Submit product data for all components of the Cathodic Protection System. Data 8 submitted shall include: 9 a. Anodes 10 b. Anode Test Stations 11 c. Wiring 12 d. Splicing Materials 13 e. Thermite Weld Materials 14 f. Weld Coatings 15 1.7 CLOSEOUT SUBMITTALS 16 A. The results of all testing procedures shall be submitted to the Engineer or the City for 17 review and approval. Testing information required includes: 18 1. Anode groundbed current outputs 19 2. Pipe -to -soil potentials 20 3. Results of interference testing 21 4. Results of electrical isolation joint tests 22 5. Operating and maintenance instructions 23 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 24 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 25 discovered during the post installation inspection. 26 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Qualifications 30 1. Cathodic Protection installer shall show adequate documented experience in the 31 type of Cathodic Protection work required for the project. 32 B. Certifications 33 1. The Contractor shall, upon request by City, furnish manufacturer's certified test 34 reports that indicate that anodes meet Specifications and that all tests have been 35 performed in accordance with the applicable standards. 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. 38 B. Storage and Handling Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 04 12 -4 MAGNESIUM ANODE, CATHODIC PROTECTION Page 4 of 10 1. Secure and maintain a location to store the material in accordance with Section 01 05 00. 3 C. Packaging Waste Management 4 1. Dispose of anode and thermite weld material packaging properly and remove from 5 the job site after installation is complete. 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY ]NOT USED] 8 PART 2 - PRODUCTS 9 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 10 2.2 MATERIALS 11 A. Sacrificial Anodes - Magnesium 12 1. Magnesium Anodes 13 a. Use high potential prepackaged Magnesium Anodes. 14 b. The metallurgical composition of the Magnesium Anodes shall conform to the 15 following: 16 Element Content (%) Al 0.01 Mn 0,50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maxiinuttr.(Total)- Magnesium Remainder 17 18 2. Magnesium Anode Current Capacity 19 a. Magnesium Anodes require a current capacity of no less than 500 amp -hours 20 per pound of magnesium. 21 3, Anode Backfill Material 22 a. Use chemical backfill material around all galvanic anodes. 23 b. Backfill provides a reduced contact resistance to earth, provides a uniform 24 environment surrounding the anode, retains moisture around the anode and 25 prevents passivation of the anode. 26 c. All galvanic anodes shall come prepackaged in a backfill material conforming 27 to the following composition: 28 1) Ground hydrated gypsum: 75 percent 29 2) Powdered bentonite: 20 percent 30 3) Anhydrous sodium sulfate: 5 percent 31 4) Have a grain size backfill such that 100 percent is capable of passing 32 through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 33 d. Completely surround the anode with the backfill mixture within a cotton bag. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 1 e. For cast magnesium ingots, the required weight of backfill shall be as follows: Anode Weight Backfill Weight Total Weight (Pounds) (Pounds) (Pounds) 17 44 61 20 50 _p 70 32 58 90 40 65 105 60 70 130 1 3 4. Anode Lead Wires 4 a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 5 AWG solid copper wire equipped with TW of THW insulation. 6 5. Lead Wire Connection to Magnesium Anode 7 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 8 b. Extend 1 end of the core beyond the anode for the lead wire connection. 9 c. Silver -solder the lead wire to the core and fully insulate the connection. 10 B. Splicing Tape 11 1. Tape used for covering anode lead wire to anode header cable connections shall be 12 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl 13 electrical tape as manufactured by 3M Scotch, or approved equal. 14 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 15 or approved equal. 16 C. Crimping Lugs 17 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 18 copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, or 19 approved equal. 20 D. Anode Header Cable 21 1. Anode header cables routed between the anode groundbed and the test stations shall 22 be #10 AWG stranded copper conductors with type HMWPE insulation (black). 23 E. Anode Test Stations 24 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 25 on the Drawings. 26 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as 27 manufactured by CP Test Services, or approved equal. 28 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 29 iron cover marked "CP Test" as manufactured by Brooks Products, hie, or approved 30 equal. 31 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- 32 inch square concrete pad. 33 5. Install a marker sign adjacent to all flush -mounted test stations. 34 F. Shunt 35 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 36 Holloway, or approved equal. 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 330412.6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1 2. There shall at least 1 shunt in each Magnesium Anode test station. 2 G. Test Lead Wire 3 1. Test station lead wires shall be #12 AWG stranded copper cable with type TW, 4 THW or THHN insulation, black in color. 5 11. Permanent Reference Electrode 6 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 7 membrane ceramic cell in a geomembrane package, as manufactured by Corrpro g Companies, Inc., or approved equal. 9 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 10 copper wire with blue HMWPE insulation of suitable length to attach to the 11 terminal board of the test station. 12 I. Marker Sign 13 1. Provide marker sign in accordance with Section 33 05 26. 14 2.3 ACCESSORIES NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Installation of Sacrificial Anodes 22 1. Placement 23 a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep 24 hole or by trench maintaining the same spacing as shown on the Drawings. 25 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 26 the pipe. 27 c. Anodes shall be installed within the pipeline right-of-way. 28 2. Augured Hole 29 a. The anode hole diameter shall easily accommodate the anode. 30 3. Backfilling 31 a. After the hole is augured, the packaged anode shall be lowered into the hole and 32 the soil shall be firmly tamped around the package so that it is in intimate 33 contact with the package. 34 b. Pour a minimum of 5 gallons of water into the anode hole. 35 c. Backfill the remainder of the anode hole. 36 4. Anode Lead Wire 37 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 38 inches. 39 b. Each anode lead wire shall be connected to an anode header cable as indicated 40 on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 1 5. Handling 2 a. Anodes shall be handled in a manner that will avoid damaging anode materials 3 and wire connections. 4 B. Installation of Permanent Anode 5 1. Location 6 a. Install 1 permanent copper sulfate reference electrode at each anode ground 7 bed. 8 b. The permanent reference electrode shall be within 6 inches of the pipe at pipe 9 depth. 10 c. Prepare and install the permanent reference electrode in strict accordance with 11 the manufacturer's recommendations. 12 2. Placement 13 a. Place the permanent reference electrode in the same ditch with the water line 14 and carefully covered with the same soil as the pipeline backfill. 15 3. Lead Wire 16 a. Protect the permanent reference electrode lead wire during backfill operations 17 and route to the test station along with the water line test leads and anode 18 ground bed cables. 19 C. Installation of Wire and Cable 20 1. Depth 21 a. All underground wire and cable shall be installed at a minimum of 24 inches 22 below final grade with a minimum separation of 6 inches from other 23 underground structures. 24 2. Anode Header Cable 25 a. Each anode lead wire shall be connected to a #10 AWG/FEVIWPE header cable 26 which shall be routed into a flush -to -grade test station. 27 3. Anode Lead Wire to Header Cable Connection 28 a. Each anode lead wire to header cable connection shall be made using a copper 29 compression connector. 30 b. Each connection shall be taped using rubber tape, vinyl tape and coated with 31 Scotchkote electrical coating as shown on the Drawings. 32 4. Anode -to -Pipeline Connection 33 a. Connect each group of anodes to the pipeline through a test station as shown on 34 the Drawings. 35 b. A 0.01 ohm shunt shall be used to connect the anode header cable to the 36 pipeline as shown on the Drawings. 37 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection 38 Cable Buried Below" shall be buried at a depth of 18 inches below the surface and 39 along the length of all Cathodic Protection cable trenches. 40 D. Test Lead Wire Attachment 41 1. Test lead cables shall be attached to the pipe by thermite welding. 42 2. The pipe to which the wires are to be attached shall be clean and dry. 43 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and 44 dirt from the pipe over an area approximately 3 inches square. 45 a. The surface shall be cleaned to bright metal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 04 12 - 8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 1 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 2 insulation removed from each end, exposing clean, oxide -free copper for welding. 3 5. Charges and Molds 4 a. Weld charges and mold size shall be as specified by the manufacturer for the 5 specific surface configuration. 6 b. Care shall be taken during installation to be sure correct charges are used. 7 c. Welding charges and molds shall be the product of a manufacturer regularly 8 engaged in the production of such materials. 9 6. Using the proper size thermite weld mold as recommended by the manufacturer, the 10 wire shall be placed between the graphite mold and the prepared metal surface. 11 7. The metal disk shall be placed in the bottom of the mold. 12 8. The cap from the weld charge container shall be removed and the contents poured 13 into the mold. i4 9. Squeeze the bottom of the weld charge container to spread ignition powder over the ] 5 charge. 16 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 17 should be held firmly in place until all of the charge has burned and the weld has 18 cooled slightly. 19 11. Remove the thermite weld mold and gently strike the weld with a hammer to 20 remove the weld slag. 21 12. Pull on the wire to assure a secure connection. 22 13. If the weld is not secure or the wire breaks, repeat the procedure. 23 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or 24 approved equal. 25 E. Flush -to -Grade Anode Test Stations 26 1. Flush -to -grade anode test stations shall be installed as shown on the Drawings. 77 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 28 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 29 and to prevent damage to the leads during backfilling. 30 a. Additional slack shall be left to allow for withdrawal of the terminal board a 31 minimum of 12 inches above the top of the concrete pad for test purposes. 32 F. Post Installation Backfilling of Cables 33 1. General 34 a. During the backfilling operation, cables shall be protected to prevent damage to 35 the wire insulation and conductor integrity. 36 3.5 REPAIR 37 A. Cut wires shall be spliced by using a copper compression connector. 3g 1. The connection shall be completely sealed against moisture penetration by the use 39 of rubber tape, vinyl tape and Scotchkote electrical coating. 40 B. Damaged or missing test station components shall be replaced by equal components. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Field Tests and Inspections 4 1. All components of the Cathodic Protection System shall be visually inspected by 5 the City prior to commissioning of the system. 6 3.8 SYSTEM STARTUP 7 A. General 8 1. The Cathodic Protection System shall be inspected, energized and adjusted 9 (commissioned) as soon as possible after the Cathodic Protection equipment has 10 been installed. 11 B. Equipment 12 1. All Cathodic Protection testing instruments shall be in proper working order and 13 calibrated according to factory specifications. 14 C. Commissioning 15 1. The commissioning of the Cathodic Protection System shall be performed by, or 16 under the direct supervision of, the Corrosion Engineering Firm qualified to verify 17 compliance with this Specification and with the referenced corrosion control 18 standards set forth by NACE International. 19 D. Method 20 1. Measure native state structure -to -soil potentials along the water line using the 21 permanent reference electrodes at each anode test station and a portable reference 22 electrode at all other test stations and at above grade pipeline appurtenances. 23 2. Energize the Cathodic Protection System by connecting each Magnesium Anode 24 groundbed to the pipeline lead in the test station junction box by means of a 0.01 25 ohm shunt. 26 3. Record each anode groundbed current using the shunt. 27 4. Allow sufficient time for the pipeline to polarize. 28 5. Adjust, if necessary, the Cathodic Protection current output in each anode test 29 station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE 30 polarized potential criterion as established by NACE International standards. 31 6. Record all final current outputs measured at each test station. 32 7. Verify that all electrical isolation devices are operating properly including flange 33 isolators and casing spacers. 34 8. Verify that interference does not exist with foreign structures, 35 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any 36 interference detected. 37 10. If necessary, install resistance bonds to mitigate interference. 38 11. Interference testing coordination with the owners of foreign structures is the 39 responsibility of the Cathodic Protection tester. 40 E. Verification and Responsibilities 41 1. Contractor shall correct, at his expense, any deficiencies in materials or installation 42 procedures discovered during the post -installation inspection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 04 12 -10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE [Insert Project Name] [Insert Project Number] 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of7 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code (TAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 13. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1— General Requirements 19 3. Section 33 01 31— Closed Circuit Television (CCTV) inspection 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 27 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 28 complete in place, and no other compensation will be allowed. 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Water Works Association/American (AWWA): 35 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. 36 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. 37 c. C651, Disinfecting Water Mains. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 33 04 40 - 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals 4 For 24-inch and larger water mains, provide the following: 5 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan 6 detailing the methods and schedule, including: 7 a. A detailed description of cleaning procedures 8 b. Pigging entry and exit ports 9 c. Flushing procedures 10 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 11 e. Control of water 12 f. Disposal 13 2. Disinfection Plan — prior to the start of construction submit a disinfection plan 14 including: 15 a. The method mixing and introducing chlorine 16 b. Flushing 17 c. De -chlorination 18 d. Sampling 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 28 2.2 PRODUCT TYPES 29 A. Pigs 30 1. Open cell polyurethane foam body 31 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 32 3. May be wrapped with polyurethane spiral bands 33 4. Abrasives are not permitted, unless expressly approved by the City in writing for 34 the particular application. 35 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 36 nominal pipe diameter CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 7 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 HELD [oR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING NOT USED] 15 3.10 CLEANING 16 A. General 17 1. All water mains shall be cleaned prior to bacteriological testing. 18 a. Pig all 36-inch and smaller water mains. 19 b. Pig or manually sweep 42-inch and larger mains. 20 c. Flushing is only permitted when specially designated in the Drawings, or if 21 pigging is not practical and approved by the City. 22 B. Pigging Method 23 1. If the method of pigging is to be used, prepare the main for the installation and 24 removal of a pig, including: 25 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 26 remove cleaning wye covers, etc. 27 b. Where expulsion of the pig is required through a dead -ended conduit: 28 1) Prevent backflow of purged water into the main after passage of the pig. 29 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 30 smaller mains to prevent backwater re-entry into the main. 31 3) Additional excavation of the trench may be performed on mains over 12 32 inches, to prevent backwater re-entry into the main. 33 4) Flush any backflow water that inadvertently enters the main. 34 c. Flush short dead-end pipe sections not swabbed by a pig. 35 d. Once pigging is complete: 36 1) Pigging wyes shall remain in place unless otherwise specified in the 37 Contract Documents. 38 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 7 1 3) Plug and place blocking at other openings. 2 4) Backfill 3 5) Complete all appurtenant work necessary to secure the system and proceed 4 with disinfection. 5 C. Flushing Method 6 1. Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes 7 and numbers, and with adequate flushing to achieve a minimum velocity in the 8 main of 2.5 feet per second. 9 a. Minimum blow -off sizes for various main sizes are as follows: 10 1) 4-inch through 8-inch main — 3/4-inch blow -off 11 2) 10-inch through 12-inch main — 1-inch blow -off 12 3) 16-inch and greater main— 2-inch blow -off 13 b. Flushing shall be subject to the following limitations: 14 1) Limit the volume of water for flushing to 3 times the volume of the water 15 main. 16 2) Do not unlawfully discharge chlorinated water. 17 3) Do not damage private property. 18 4) Do not create a traffic hazard. 19 c. Once Flushing is complete: 20 1) Corporations stops used for flushing shall be plugged. 21 D. Daily main cleaning 22 1. Wipe joints and then inspect for proper installation. 23 2. Sweep each joint and keep clean during construction. 24 3. Install a temporary plug on all exposed mains at the end of each working day or an 25 extended period of work stoppage. 26 E. Hydrostatic Testing 27 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 28 the following criteria: 29 a. Furnish and install corporations for proper testing of the main. 30 1) Furnish adequate and satisfactory equipment and supplies necessary to 31 make such hydrostatic tests. 32 2) The section of line to be tested shall be gradually filled with water, 33 carefully expelling the air and the specified pressure applied. 34 b. The City will furnish water required for the testing at its nearest City line. 35 c. Expel air from the pipe before applying the required test pressure. 36 d. Test Pressure 37 1) Test pressures should meet the following criteria: 38 a) Not less than 1.25 (187 psi minimum) times the stated working 39 pressure of the pipeline measured at the highest elevation along the test 40 section. 41 b) Not less that 1.5 (225 psi minimum) times the stated working pressure 42 at the lowest elevation of the test section. 43 e. Test Conditions 44 1) Must be at least 2 hour duration 45 2) Add water as necessary to sustain the required test pressure. 46 3) Test Fire hydrants to the fire hydrant valve. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 7 1 a) Leave the isolation valve on the fire hydrant lead line open during the 2 hydrostatic testing. 3 4) Close isolation valves for air release valves. 4 5) Makeup water must come from a container of fixed 55 gallon container that 5 does not have a water source. 6 f. Measure all water used in the pressure test through an approved meter, or 7 measure the difference in volume within a 55 gallon container. 8 1) Do not test against existing water distribution valves unless expressly 9 provided for in the Drawings, or approved by the City. 10 2) If the City denies approval to test against existing water distribution system 11 valve, then make arrangements to plug and test the pipe at no additional 12 cost. 13 2. Allowable Leakage 14 a. No pipe installation should be accepted if the amount of makeup water is 15 greater than that determined using the following formula: 16 In inch -pound units, 17 L - SD4P 18 148,000 19 20 Where: 21 L = testing allowance (make up water), gallons per hour 22 S = length of pipe tested, ft. 23 D = nominal diameter of pipe, in. 24 P = average test pressure during the hydrostatic test, psi 25 b. For any pipeline that fails to pass hydrostatic test: 26 1) Identify the cause 27 2) Repair the leak 28 3) Restore the trench and surface 29 4) Retest 30 c. All costs associated with repairing the pipeline to pass the hydrostatic test is the 31 sole responsibility of the Contractor and included in the price per linear foot of 32 pipe. 33 d. If the City determines that an existing system valve is responsible for the 34 hydrostatic test to fail, the Contractor shall make provisions to test the pipeline 35 without the use of the system valve. 36 e. There shall be no additional payment to the Contractor if the existing valve is 37 unable to sustain the hydrostatic test and shall be included in the price per linear 38 foot of pipe. 39 F. Disinfection 40 1. General 41 a. Disinfection of the main shall be accomplished by the "continuous feed" 47 method or the "slug" method as determined by the Contractor. 43 b. The free chlorine amounts shown are minimums. The Contractor may require 44 higher rates. 45 1) Calcium hypochlorite granules shall be used as the source of chlorine. 46 c. Continuous Feed Method 47 1) Apply water at a constant rate in the newly laid main. 48 a) Use the existing distribution system or other approved source of 49 supply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 7 1 2) At a point not more than 10 feet downstream from the beginning of the new 2 main, water entering the new main shall receive a dose of chlorine. 3 a) Free chlorine concentration: 50 mg/L minimum, or as required by 4 TCEQ, whichever is greater. 5 b) Chlorine applications shall not cease until the entire conduit is filled 6 with heavily chlorinated water. 7 3) Retain chlorinated water in the main for at least 24 hours. 8 a) Operate valves and hydrants in the section treated in order to disinfect 9 the appurtenances. 10 b) Prevent the flow of chlorinated water into mains in active service. 11 c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, 12 minimum, for the treated water in all portions of the main. 13 4) Flush the heavily chlorinated water from the main and dispose of in a 14 manner and at a location accepted by the City. 15 5) Test the chlorine residual prior to flushing operations. 16 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 17 new main until the chlorine residual is less the 4 mg/L. 18 b) The Contractor may choose to evacuate the water into water trucks, or 19 other approved storage facility, and treat the water with Sodium 20 Bisulfate, or another de -chlorination chemical, or method appropriate 21 for potable water and approved by the City until the chlorine residual is 22 reduced to 4 mg/L or less. 23 c) After the specified chlorine residual is obtained, the water may then be 24 discharged into the drainage system or utilized by the Contractor. 25 d. Slug Method 26 1) Water from the existing distribution system or other approved source of 27 supply shall be made to flow at a constant rate in the newly laid main. 28 2) At a point not more than 10 feet downstream from the beginning of the new 29 main, water entering the new main shall receive a dose of chlorine. 30 a) Free chlorine concentration: 100 mg/L minimum, or as required by 31 TCEQ, whichever is greater. 32 b) The chlorine shall be applied continuously and for a sufficient time to 33 develop a solid column or "slug" of chlorinated water that shall expose 34 all interior surfaces to the "slug" for at least 3 hours. 35 3) Operate the fittings and valves as the chlorinated water flows past to 36 disinfect the appurtenances. 37 4) Prevent the flow of chlorinated water into mains in active service. 38 5) Flush the heavily chlorinated water from the main and dispose of in a 39 manner and at a location accepted by the City. 40 6) Upon completion, test the chlorine residual remaining in the main. 41 a) Chlorine levels of 4 mg/1 or less should be maintained. 42 2. Contractor Requirements 43 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 44 the disinfection method approved by the City with adequate provisions for 45 sampling. 46 b. Make all necessary taps into the main to accomplish chlorination of a new line, 47 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 7 1 c. After satisfactory completion of the disinfection operation, as determined by 2 the City, remove surplus pipe at the chlorination and sampling points, plug the 3 remaining pipe, backfill and complete all appurtenant work necessary to secure 4 the main. 5 G. Bacteriological Testing (Water Sampling) 6 1. General 7 a. Notify the City when the main is suitable for sampling. 8 b. The City shall then take water samples from a suitable tap for analysis by the 9 City's laboratory, unless otherwise specified in the Contract Documents. 10 1) No hose or fire hydrant shall be used in the collection of samples. 11 2. Water Sampling 12 a. Complete microbiological sampling prior to connecting the new main into the 13 existing distribution system in accordance with AWWA C651. 14 b. Collect samples for bacteriological analysis in sterile bottles treated with 15 sodium thiosulfate. 16 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 17 from the new main. 18 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 19 (or at the next available sampling point beyond 1,000 linear feet as designated 20 by the City), plus 1 set from the end of the line and at least 1 set from each 21 branch. 22 e. If trench water has entered the new main during construction or, if in the 23 opinion of the City, excessive quantities of dirt or debris have entered the new 24 main, obtain bacteriological samples at intervals of approximately 200 linear 25 feet. 26 f. Obtain samples from water that has stood in the new main for at least 16 hours 27 after formal flushing. 28 3. Repetition of Sampling 29 a. Unsatisfactory test results require a repeat of the disinfection process and re- 30 sampling as required above until a satisfactory sample is obtained. 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 37 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 18 1 SECTION 33 0510 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Backfill 22 g. Coi spaction 23 B. Deviations from this City of Fort Worth Standard Specification 24 1. None. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1— General Requirements 29 3. Section 02 41 13 — Selective Site Demolition 30 4. Section 02 41 15 — Paving Removal 31 5. Section 02 41 14 —Utility Removal/Abandonment 32 6. Section 03 34 13 — Controlled Low Strength Material (CLSM) 33 7. Section 31 10 00 — Site Clearing 34 S. Section 31 25 00 — Erosion and Sediment Control 35 9. Section 33 05 26 —Utility Markers/Locators 36 10. Section 34 71 13 — Traffic Control 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Measurement and Payment 39 1. Trench Excavation, Embedment and Backfill associated with the installation of an 40 underground utility or excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I , 2011 [Insert ProjectName] [Insert Project Number] 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 18 1 a. Measurement 2 1) This Item is considered subsidiary to the installation of the utility pipe line 3 as designated in the Drawings. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with this 6 Item are considered subsidiary to the installation of the utility pipe for the 7 type of embedment and backfill as indicated on the plans. No other 8 compensation will be allowed. 9 2. Imported Embedment or Back: ill 10 a. Measurement 11 1) Measured by the cubic yard as delivered to the site and recorded by truck 12 ticket provided to the City 13 b. Payment 14 1) Imported fill shall only be paid when using materials for embedment and 15 backfill other than those identified in the Drawings. The work performed 16 and materials furnished in accordance with pre -bid item and measured as 17 provided under "Measurement" will be paid for at the unit price bid per 18 cubic yard of "Imported Embedment/Backfill" delivered to the Site for: 19 a) Various embedment/backfill materials 20 c. The price bid shall include: 21 1) Furnishing backfill or embedment as specified by this Specification 22 2) Hauling to the site 23 3) Placement and compaction of backfill or embedment 24 3. Ground Water Control 25 a. Measurement 26 1) Measurement shall be lump sum when a ground water control plan is 27 specifically required by the Contract Documents. 28 b. Payment 79 1) Payment shall be per the lump sum price bid for "Ground Water Control" 30 including: 31 a) Submittals 32 b) Additional Testing 33 c) Ground water control system installation 34 d) Ground water control system operations and maintenance 35 e) Disposal of water 36 f) Removal of ground water control system 37 4. Trench Safety 38 a. Measurement 39 1) Measured per linear foot of excavation for all trenches that require trench 40 safety in accordance with OSHA excavation safety standards (29 CFR Part 41 1926 Subpart P Safety and Health regulations for Construction) 42 b. Payment 43 1) The work performed and materials furnished in accordance with this Item 44 and measured as provided under "Measurement" will be paid for at the unit 45 price bid per linear foot of excavation to comply with OSHA excavation 46 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 47 limited to, all submittals, labor and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insect Project Number] 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 18 1 1.3 REFERENCES 2 A. Definitions 3 1. General = Definitions used in this section are in accordance with Terminologies 4 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 5 noted. 6 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 7 haunching bedding, springline, pipe zone and foundation are defined as shown in 8 the following schematic: EMBEDMENT (NI DIAL BACKFILL SPR NGLINE HAUNCHING BEDDING -- FOUNDATION AVLD AREAS UNPAVED AREAS EXCAVATED TRENCH WIDTH FINAL BACKFILL OD CLEARANCE 9 10 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 11 material 12 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 13 or the trench foundation 14 5. Final Backfill Depth 15 a. Unpaved Areas — The depth of the final backfill measured from the top of the 16 initial backfill to the surface 17 b. Paved Areas — The depth of the final backfill measured from the top of the 18 initial backfill to bottom of permanent or temporary pavement repair 19 B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 33 05 10-4 UTILITY TRENCH EXCAVATION, EMBEDMENT. AND BACKFILL Page 4 of 18 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards: 5 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 6 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 7 Magnesium Sulfate 8 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 9 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 10 Bridge Construction. 11 c. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 12 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 13 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 11 Cement Mixture 15 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 16 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 17 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 18 Place by Sand Cone Method. 19 i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes 20 (Unified Soil Classification System) 21 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 22 and Other Gravity -Flow Applications 23 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 24 Aggregate in Place by Nuclear Methods (Shallow Depth) 25 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 26 place by Nuclear Methods (Shallow Depth) 27 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 28 Weight of Soils and Calculations of Relative Density 29 3. OSHA 30 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 31 Regulations for Construction, Subpart P - Excavations 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Coordination 34 1. Utility Company Notification 35 a. Notify area utility companies at least 48 hours in advance, excluding weekends 36 and holidays, before starting excavation. 37 b. Request the location of buried lines and cables in the vicinity of the proposed 38 work. 39 13. Sequencing 40 1. Sequence work for each section of the pipe installed to complete the embedment 41 and backfill placement on the day the pipe foundation is complete. 42 2. Sequence work such that proctors are complete in accordance with ASTM D698 43 prior to commencement of construction activities. 44 1.5 SUBNIITTALS 45 A. Submittals shall be in accordance with Section 01 33 00. 46 13. All submittals shall be approved by the Engineer or the City prior to construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330510-5 UTILITY TRENCH EXCAVATION, E1vM$EDMENT, AND BACKFILL Page 5 of 18 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Shop Drawings 3 4 5 6 7 1. Provide detailed drawings and explanation for ground water and surface water control, if required. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 8 3. Stockpiled excavation and/or backfill material 9 a , Provide a description of the storage of the excavated material only if the 10 Contract Documents do not allow storage of materials in the right-of-way of the 11 easement. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMTTTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage 17 1. Within Existing Rights -of -Way (ROW) 18 a. Spoil, imported embedment and backfill materials may be stored within 19 existing ROW, easements or temporary construction easements, unless 20 specifically disallowed in the Contract Documents. 21 b. Do not block drainage ways, inlets or driveways. 22 c. Provide erosion control in accordance with Section 3125 00. 23 d. Store materials only in areas barricaded as provided in the traffic control plans. 24 e. In non -paved areas, do not store material on the root zone of any trees or in 25 landscaped areas. 26 27 28 29 30 31 32 33 34 35 Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 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. 36 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 37 1.11 FIELD [SITE] CONDITIONS 38 A. Existing Conditions 39 1. Any data which has been or may be provided on subsurface conditions is not 40 intended as a representation or warranty of accuracy or continuity between soils. It 41 is expressly understood that neither the City nor the Engineer will be responsible 42 for interpretations or conclusions drawn there from by the Contractor. 43 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 05 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 18 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A. Materials 6 1. Utility Sand 7 a. Granular and free flowing 8 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 9 fine aggregate according to ASTM C 33 10 c. Reasonably free of organic material 11 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 12 2. Crushed Rock 13 a. Durable crushed rock or recycled concrete 14 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 15 c. May be unwashed 16 d. Free from significant silt clay or unsuitable materials 17 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 18 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 19 sodium sulfate soundness per ASTM C88 20 3. Fine Crushed Rock 21 a. Durable crushed rock 22 b. Meets the gradation of ASTM D448 size numbers 8 or 89 23 c. May be unwashed 24 d. Free from significant silt clay or unsuitable materials. 25 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 26 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 27 sodium sulfate soundness per ASTM C88 28 4. Ballast Stone 29 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 30 b. Maybe unwashed 31 c. Free from significant silt clay or unsuitable materials 32 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 33 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 34 sodium sulfate soundness per ASTM C88 35 5. Acceptable Backfill Material 36 a. In -situ. or imported soils classified as CL, CH, SC or GC in accordance with 37 ASTM D2487 38 b. Free from deleterious materials, boulders over 6 inches in size and organics 39 c. Can be placed free from voids CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 33 05 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 18 1 d. Must have 20 percent passing the number 200 sieve 2 6. Blended Backfill Material 3 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 4 b. Blended with in -situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials, boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 7. Unacceptable Backfill Material 9 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 10 D2487 11 8. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 9. Cement Stabilized Sand (CSS) 16 a. Sand or silty sand 17 b. Free of clay or plastic material 18 c. Minimum of 4 percent cement content of Type MI portland cement 19 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 20 D1633, Method A 21 c. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 22 D1633, Method A 23 f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 24 10. Controlled Low Strength Material (CLSM) 25 a. Conform to Section 03 34 13 26 11. Trench Geotextile Fabric 27 a. Soils other than ML or OH in accordance with ASTM D2487 28 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 29 2) Fibers shall retain their relative position 30 3) Inert to biological degradation 31 4) Resist naturally occurring chemicals 32 5) UV Resistant 33 6) Mirafi 140N by Tencate, or approved equal 34 b. Soils Classified as ML or OH in accordance with ASTM D2487 35 1) High -tenacity monofilament polypropylene woven yarn 36 2) Percent open area of 8 percent tol0 percent 37 3) Fibers shall retain their relative position 38 4) Inert to biological degradation 39 5) Resist naturally occurring chemicals 40 6) UV Resistant 41 7) Mirafi FW402 by Tencate, or approved equal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 18 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Review all known, identified or marked utilities, whether public or private, prior to 8 excavation. 9 2. Locate and protect all known, identified and marked utilities or underground 10 facilities as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances 15 observed within the project limits. 16 5. Coordinate with the Owner(s) of underground facilities. 17 6. Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities. 19 7. Repair any damages resulting from the construction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In Place Conditions 24 1. Pavement 25 a. Conduct activities in such a way that does not damage existing pavement that is 26 designated to remain. 27 b. Repair or replace any pavement damaged due to the negligence of the 28 contractor outside the limits designated for pavement removal at no additional 29 cost to the City. 30 2. Trees 31 a. When operating outside of existing ROW, stake permanent and temporary 32 construction easements. 33 b. Restrict all construction activities to the designated easements and ROW. 34 c. Flag and protect all trees designated to remain in accordance with Section 31 10 35 00. 36 d. Conduct excavation, embedment and backfill in a manner such that there is no 37 damage to the tree canopy. 38 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 39 specifically allowed by the City. 40 1) Pruning or trimming may only be accomplished with equipments 41 specifically designed for tree pruning or trimming. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 18 f. Remove trees specifically designated to be removed in the Drawings in 2 accordance with Section 31 10 00. 3 3. Above ground Structures 4 a. Protect all above ground structures adjacent to the construction. 5 b. Remove above ground structures designated for removal in the Drawings in 6 accordance with Section 02 41 13 7 4. Traffic 8 a. Maintain existing traffic, except as modified by the traffic control plan, and in 9 accordance with Section 34 71 13. 10 b. Do not block access to driveways or alleys for extended periods of time unless: 11 1) Alternative access has been provided 12 2) Proper notification has been provided to the property owner or resident 13 3) It is specifically allowed in the traffic control plan 14 c. Use traffic rated plates to maintain access until access is restored. 15 5. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 16 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 17 excavation that could impact the operations of an existing traffic signal. 18 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 19 and detector loops. 20 c. Immediately notify the City's Traffic Services Division if any damage occurs to 21 any component of the traffic signal due to the contractors activities. 22 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 23 cabinets, conduit and detector loops as a result of the construction activities. 24 6. Fences 25 a. Protect all fences designated to remain. 26 b. Leave fence in the equal or better condition as prior to construction. 27 3.4 INSTALLATION 28 A. Excavation 29 1. Excavate to a depth indicated on the Drawings. 30 2. Trench excavations are defined as unclassified. No additional payment shall be 31 granted for rock or other in -situ materials encountered in the trench. 32 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 33 and bracing in accordance with the Excavation Safety Plan. 34 4. The bottom of the excavation shall be firm and free from standing water. 35 a. Notify the City immediately if the water and/or the in -situ soils do not provide 36 for a firm trench bottom. 37 b. The City will determine if any changes are required in the pipe foundation or 38 bedding. 39 5. Unless otherwise permitted by the Drawings or by thetity, the limits of the 40 excavation shall not advance beyond the pipe placement so that the trench may be 41 backfilled in the same day. h2 6. Over Excavation 43 a. Fill over excavated areas with the specified bedding material as specified for 44 the specific pipe to be installed. 45 b. No additional payment will be made for over excavation or additional bedding 46 material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330510-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 18 1 7. Unacceptable Backfill Materials 2 a, In -situ soils classified as unacceptable backfill material shall be separated from 3 acceptable backfill materials. 4 b. If the unacceptable backfill material is to be blended in accordance with this 5 Specification, then store material in a suitable location until the material is 6 blended. 7 c. Remove all unacceptable material from the project site that is not intended to be 8 blended or modified. 9 8. Rock — No additional compensation will be paid for rock excavation or other 10 changed field conditions. 1 l B. Shoring, Sheeting and Bracing 12 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 13 specific excavation safety system in accordance with Federal and State 14 requirements. 15 2. Excavation protection systems shall be designed according to the space limitations 16 as indicated in the Drawings. 17 3. Furnish, put in place and maintain a trench safety system in accordance with the 18 Excavation Safety Plan and required by Federal, State or local safety requirements. 19 4. If soil or water conditions are encountered that are not addressed by the current 20 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 21 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 22 City. 23 5. Do not allow soil, or water containing soil, to migrate through the Excavation 24 Safety System in sufficient quantities to adversely affect the suitability of the 25 Excavation Protection System. Movable bracing, shoring plates or trench boxes 26 used to support the sides of the trench excavation shall not: 27 a. Disturb the embedment located in the pipe zone or lower 28 b. Alter the pipe's line and grade after the Excavation Protection System is 29 removed 30 c. Compromise the compaction of the embedment located below the spring line of 31 the pipe and in the haunching 32 C. Water Control 33 1. Surface Water 34 a. Furnish all materials and equipment and perform all incidental work required to 35 direct surface water away from the excavation. 36 2. Ground Water 37 a. Furnish all materials and equipment to dewater ground water by a method 38 which preserves the undisturbed state of the subgrade soils. 39 b. Do not allow the pipe to be submerged within 24 hours after placement. 40 c. Do not allow water to flow over concrete until it has sufficiently cured. 41 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 42 Control Plan if any of the following conditions are encountered: 43 1) A Ground Water Control Plan is specifically required by the Contract 44 Documents 45 2) If in the sole judgment of the City, ground water is so severe that an 46 Engineered Ground Water Control Plan is required to protect the trench or 47 the installation of the pipe which may include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 18 1 a) Ground water levels in the trench are unable to be maintained below 2 the top of the bedding 3 b) A firm trench bottom cannot be maintained due to ground water 4 c) Ground water entering the excavation undermines the stability of the 5 excavation. 6 d) Ground water entering the excavation is transporting unacceptable 7 quantities of soils through the Excavation Safety System. 8 e. In the event that there is no bid item for a Ground Water Control and the City 9 requires an Engineered Ground Water Control Plan due to conditions 10 discovered at the site, the contractor will be eligible to submit a change order. 11 f. Control of ground water shall be considered subsidiary to the excavation when: 12 1) No Ground Water Control Plan is specifically identified and required in the 13 Contract Documents 14 g. Ground Water Control Plan installation, operation and maintenance 15 1) Furnish all materials and equipment necessary to implement, operate and 16 maintain the Ground Water Control Plan. 17 2) Once the excavation is complete, remove all ground water control 18 equipment not called to be incorporated into the work. 19 h. Water Disposal 20 1) Dispose of ground water in accordance with City policy or Ordinance. 21 2) Do not discharge ground water onto or across private property without 22 written permission. 23 3) Permission from the City is required prior to disposal into the Sanitary 24 Sewer. 25 4) Disposal shall not violate any Federal, State or local regulations. 26 D. Embedment and Pipe Placement 27 1. Water Lines less than, or equal to, 12 inches in diameter: 28 a. The entire embedment zone shall be of uniform material. 29 b. Utility sand shall be generally used for embedment. 30 c. If ground water is in sufficient quantity to cause sand to pump, then use 31 crushed rock as embedment. 32 1) If crushed rock is not specifically identified in the Contract Documents, 33 then crushed rock shall be paid by the pre -bid unit price. 34 d. Place evenly spread bedding material on a firm trench bottom. 35 e. Provide firm, uniform bedding. 36 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 37 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 38 proposed grade, unless specifically called for in the Drawings. 39 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 40 more than 12 inches, above the pipe. 41 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 42 the elevation of the valve nut. 43 j. Form all blocking against undisturbed trench wall to the dimensions in the 44 Drawings. 45 k. Compact embedment and initial backfill. 46 1. Place marker tape on top of the initial trench backfill in accordance with 47 Section 33 05 26. 48 2. Water Lines 16-24 inches in Diameter 49 a. The entire embedment zone shall be of uniform material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 05 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of i 8 1 b. Utility sand may be used for embedment when the excavated trench depth is 2 less than 15 feet deep. 3 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 4 trench depths greater than 15 feet deep. 5 d. Crushed rock shall be used for embedment for steel pipe. 6 e. Provide trench geotextile fabric at any location where crushed rock or fine 7 crushed rock come into contact with utility sand 8 I. Place evenly spread bedding material on a firm trench bottom. 9 g. Provide firm, uniform bedding. 10 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required not specifically identified in the 13 Contract Documents, then crushed rock shall be paid by the pre -bid unit 14 price. 15 h. Place pipe on the bedding according to the alignment shown on the Drawings. 16 i. The pipe line shall be within: 17 1) 13 inches of the elevation on the Drawings for 16-inch and 24-inch water 18 lines 19 j. Place and compact embedment material to adequately support haunches in 20 accordance with the pipe manufacturer's recommendations. 21 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 22 but not more than 12 inches, above the pipe. 23 1. Where gate valves are present, the initial backfill shall extend to up to the valve 24 nut. 25 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 26 ASTM D 698. 27 n. Density test may be performed by City to verify that the compaction of 28 embedment meets requirements. 29 0. Place trench geotextile fabric on top of the initial backfill. 30 p. Place marker tape on top of the trench geotextile fabric in accordance with 31 Section 33 05 26. 32 3. Water Lines Greater than 24 Inches in Diameter 33 a. The entire embedment zone shall be of uniform material. 34 b. Crushed rock shall be used for embedment. 35 c. Provide trench geotextile fabric at any location where crushed rock or fine 36 crushed rock come into contact with utility sand. 37 d. Place evenly spread bedding material on a firm trench bottom. 38 e. Provide firm, uniform bedding. 39 1) Additional bedding may be required if ground water is present in the 40 trench. 41 2) If additional crushed rock is required which is not specifically identified in 42 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 43 price. 44 f. Place pipe on the bedding according to the alignment shown on the Drawings. 45 g. The pipe line shall be within: 46 1) d 1 inch of the elevation on the Drawings for 30-inch and larger water lines q7 h. Place and compact embedment material to adequately support haunches in 48 accordance with the pipe manufacturer's recommendations. 49 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 50 not exceed the spring line prior to compaction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330510-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND HACKFILL Page 13 of 18 1 j. Place remaining embedment, including initial backfill, to a minimum of 6 2 inches, but not more than 12 inches, above the pipe. 3 k. Where gate valves are present, the initial backfill shall extend to up to the valve 4 nut. 5 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 6 ASTM D 698. 7 m. Density test may be performed by City to verify that the compaction of 8 embedment meets requirements. 9 n. Place trench geotextile fabric on top of the initial backfill. 10 0. Place marker tape on top of the trench geotextile fabric in accordance with 11 Section 33 05 26. 12 4. Sanitary Sewer Lines and Storm Sewer Lines (HOPE) 13 a. The entire embedment zone shall be of uniform material. 14 b. Crushed rock shall be used for embedment. 15 c. Place evenly spread bedding material on a firm trench bottom. 16 d. Spread bedding so that lines and grades are maintained and that there are no 17 sags in the sanitary sewer pipe line. 18 e. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required which is not specifically identified in 22 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 23 price. 24 f. Place pipe on the bedding according to the alignment shown in the Drawings. 25 g. The pipe line shall be within ±0.1 inches of the elevation on the Drawings. 26 h. Place and compact embedment material to adequately support haunches in 27 accordance with the pipe manufacturer's recommendations. 28 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 29 exceed the spring line prior to compaction. 30 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 31 but not more than 12 inches, above the pipe. 32 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 33 ASTM D 698. 34 1. Density test may be performed by City to verify that the compaction of 35 embedment meets requirements. 36 m. Place trench geotextile fabric on top of the initial backfill. 37 n. Place marker tape on top of the trench geotextile fabric in accordance with 38 Section 33 05 26. 39 5. Storm Sewer (RCP) 40 a. The bedding and the pipe zone up to the spring line shall be of uniform 41 material. 42 b. Crushed rock shall be used for embedment up to the spring line. 43 c. The specified backfill material may be used above the spring line. 44 d. Place evenly spread bedding material on a firm trench bottom. 45 e. Spread bedding so that lines and grades are maintained and that there are no 46 sags in the storm sewer pipe line. 47 f. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 330510-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 18 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 g. Place pipe on the bedding according to the alignment of the Drawings. 5 h. The pipe line shall be within ±0.1 inches of the elevation on the Drawings. 6 i. Place embedment material up to the spring line. 7 1) Place embedment to ensure that adequate support is obtained in the haunch. 8 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 9 ASTM D 698. 10 k. Density test may be performed by City to verify that the compaction of 1 embedment meets requirements. 12 1. Place trench geotextile fabric on top of pipe and crushed rock. 13 6. Storm Sewer Reinforced Concrete Box 14 a. Crushed rock shall be used for bedding. 15 b. The pipe zone and the initial backfill shall be: 16 1) Crushed rock, or 17 2) Acceptable backfill material compacted to 95 percent Standard Proctor 18 density 19 c. Place evenly spread compacted bedding material on a firm trench bottom. 20 d. Spread bedding so that lines and grades are maintained and that there are no 21 sags in the storm sewer pipe line. 22 e. Provide firm, uniform bedding. 23 1) Additional bedding may be required if ground water is present in the 24 trench. 25 2) If additional crushed rock is required which is not specifically identified in 26 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 27 price. Z8 f. Fill the annular space between multiple boxes with crushed rock, CLSM 29 according to 03 34 13 or cement stabilized sand (CSS). 30 g. Place pipe on the bedding according to the alignment of the Drawings. 31 h. The pipe shall be within 10.1 inches of the elevation on the Drawings. 32 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 33 D698. 34 7. Water Services (Less than 2 Inches in Diameter) 35 a. The entire embedment zone shall be of uniform material. 36 b. Utility sand shall be generally used for embedment. 37 c. Place evenly spread bedding material on a firm trench bottom. 38 d. Provide firm, uniform bedding. 39 e. Place pipe on the bedding according to the alignment of the Plans. 40 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 41 8. Sanitary Sewer Services 42 a. The entire embedment zone shall be of uniform material. 43 b. Crushed rock shall be used for embedment. 44 c. Place evenly spread bedding material on a firm trench bottom. 45 d. Spread bedding so that lines and grades are maintained and that there are no 46 sags in the sanitary sewer pipe line. 47 e. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 330510-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 18 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment of the Drawings. 5 g. Place remaining embedment, including initial backfill, to a minimum of 6 6 inches, but not more than 12 inches, above the pipe. 7 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8 i. Density test may be required to verify that the compaction meets the density 9 requirements. 10 E. Trench Backfill 11 1. At a minimum, place backfill in such a manner that the required in -place density 12 and moisture content is obtained, and so that there will be no damage to the surface, 13 pavement or structures due to any trench settlement or trench movement. 14 a. Meeting the requirement herein does not relieve the responsibility to damages 15 associated with the Work. 16 2. Backfill Material 17 a. Final backfill depth less than 15 feet 18 1) Backfill with: 19 a) Acceptable backfill material 20 b) Blended backfill material, or 21 c) Select backfill material, CSS, or CLSM when specifically required 22 b. Final backfill depth greater than 15 feet and under pavement or future pavement 23 1) Backfill depth from 0-15 feet deep 24 a) Backfill with: 25 (1) Acceptable backfill material 26 (2) Blended backfill material, or 27 (3) Select baekfill material, CSS, or CLSM when specifically required 28 2) Backfill depth greater thanl5 feet deep 29 a) Backfill with: 30 (1) Select Fill 31 (2) CSS, or 32 (3) CLSM when specifically required 33 c. Final backfill depth greater than 15 feet and not under pavement or future 34 pavement 35 1) Backfill with: • 36 a) Acceptable backfill material, or 37 b) Blended backfill material 38 3. Required Compaction and Density 39 a. Final backfill depths less than 15 feet 40 1) Compact acceptable backfill material, blended backfill material or select 41 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 42 moisture content within -2 to +5 percent of the optimum moisture. 43 2) CSS or CLSM requires no compaction. 44 b. Final backfill depths greater than 15 feet and under existing or future pavement 45 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 46 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 47 moisture. 48 2) CSS or CLSM requires no compaction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330510-16 UTILITY TRENCH EXCAVATION. EMBEDMENT. AND BACKFILL Page 16 of 18 c. Final backfill depths greater than 15 feet and not under existing or future 2 pavement 3 1) Compact acceptable backfill material blended backfill material, or select 4 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 5 moisture content within -2 to +5 percent of the optimum moisture. 6 4. Saturated Soils 7 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 8 optimum moisture content, the soils are considered saturated. 9 b. If saturated soils are identified in the Drawings or Geotechnical Report in the 10 Appendix, Contractor shall proceed with Work following all backfill 11 procedures outlined in the Drawings for areas of soil saturation greater than 5 12 percent. 13 c. If saturated soils are encountered during Work but not identified in Drawings or 14 Geotechnical Report in the Appendix: 15 1) The Contractor shall: 16 a) Immediately notify the City. 17 b) Submit a Contract Claim for Extra Work associated with direction from 18 City. 19 2) The City shall: 20 a) Investigate soils and determine if Work can proceed in the identified 21 location. 22 b) Direct the Contractor of changed backfill procedures associated with 23 the saturated soils Shat may include: 24 (1) Imported backfill 25 (2) A site specific backfill design 26 5. Placement of Backfill 27 a. Use only compaction equipment specifically designed for compaction of a 28 particular soil type and within the space and depth limitation experienced in the 29 trench. 30 b. Place in loose lifts not to exceed 12 inches, 31 c. Compact to specified densities. 32 d. Compact only on top of initial backfill, undisturbed trench or previously 33 compacted backfill. 34 e. Remove any loose materials due to the movement of any trench box or shoring 35 or due to sloughing of the trench wall. 36 f. Install appropriate tracking balls for water and sanitary sewer trenches in 37 accordance with Section 33 05 26. 38 6. Backfill Means and Methods Demonstration 39 a. Notify the City in writing with sufficient time for the City to obtain samples 40 and perform standard proctor test in accordance with ASTM D698. 41 b. The results of the standard proctor test must be received prior to beginning 42 excavation. 43 c. Upon commencing of backfill placement for the project the Contractor shall 44 demonstrate means and methods to obtain the required densities. 45 d. Demonstrate Means and Methods for compaction including: 46 1) Depth of lifts for backfill which shall not exceed 12 inches 47 2) Method of moisture control for excessively dry or wet backfill 48 3) Placement and moving trench box, if used 49 4) Compaction techniques in an open trench CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 330510-17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page ]7of18 5) Compaction techniques around structure 2 e. Provide a testing trench box to provide access to the recently backfilled 3 material. 4 f. The City will provide a qualified testing lab full time during this period to 5 randomly test density and moisture continent. 6 1) The testing lab will provide results as available on the job site. 7 7, Varying Ground Conditions 8 a. Notify the City of varying ground conditions and the need for additional 9 proctors. 10 b. Request additional proctors when soil conditions change. 11 c. The City may acquire additional proctors at its discretion. 12 d. Significant changes in soil conditions will require an additional Means and 13 Methods demonstration. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 HELD QUALITY CONTROL 17 A. Field Tests and Inspections 18 1. Proctors 19 a. The City will perform Proctors in accordance with ASTM D698. 20 b. Test results will generally be available to within 4 calendar days and distributed 21 to: 22 1) Contractor 23 2) City Project Manager 24 3) City inspector 25 4) Engineer 26 c. Notify the City if the characteristic of the soil changes. 27 d. City will perform new proctors for varying soils: 28 1) When indicated in the geotechnical investigation in the Appendix 29 2) If notified by the Contractor 30 3) At the convenience of the City 31 e. Trenches where different soil types are present at different depths, the proctors 32 shall be based on the mixture of those soils. 33 2. Density Testing of Backfill 34 a. Density Test Shall be in conformance with ASTM D2922. 35 b. Provide a testing trench protection for trenches deeper than 5 feet. 36 c. Place, move and remove testing trench protection as necessary to facilitate all 37 test conducted by the City. 38 d. For final backfill depths less than 15 feet and trenches of any depth not under 39 existing or future pavement: 40 1) The City will perform density testing twice per working day when 41 backfilling operations are being conducted. 42 2) The testing lab shall take a minimum of 3 density tests of the current lift in 43 the available trench. 44 e. For final backfill depths greater than 15 feet deep: 45 1) The City will perform density testing twice per working day when 46 backfilling operations are being conducted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330510-18 UTILITY TRENCH EXCAVATION, EM$EDMENT, AND BACKFILL Page18of18 ] 2) The testing lab shall take a minimum of 3 density tests of the current lift in 2 the available trench. 3 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 4 f. Make the excavation available for testing. 5 g. The City will determine the location of the test. 6 h. The City testing lab will provide results to Contractor and the City's Inspector 7 upon completion of the testing. 8 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 9 j. Test reports shall include: 10 1) Location of test by station number 11 2) Time and date of test 12 3) Depth of testing 13 4) Field moisture 14 5) Dry density 15 6) Proctor identifier 16 7) Percent Proctor Density 17 3, Density of Embedment 18 a. Storm sewer boxes that are embedded with acceptable backfill material, 19 blended backfill material, cement modified backfill material or select material 20 will follow the same testing procedure as backfill. 21 b. The City may test fine crushed rock or crushed rock embedment in accordance 22 with ASTM D2922 or ASTM 1556. 23 B. Non -Conforming Work 24 1. All non -conforming work shall be removed and replaced. 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 33 34 END OF SECTION DATE NAME Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE [Insert Project Name] [Insert Project Number] 2 3 PART 1- GENERAL 4 1.1 SUMMARY 330513-1 FRAME, COVER, AND GRADE RINGS Page 1 of 5 SECTION 33 0513 FRAME, COVER, AND GRADE RINGS 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM) 29 a. ASTM A48 — Standard Specification for Gray Iron Castings 30 b. ASTM A536 - Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials (AASHTO) 33 a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [bisert Project Number] 330513-2 FRAME. COVER. AND GRADE RINGS Page 2 of 5 ] B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1, All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1, Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1,12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B, Castings 34 I. Use castings for frames that conform to ASTM A48, Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. 38 4. Covers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 330513-3 FRAME. COVER, AND GRADE RINGS Page3 of5 1 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 2 frame and cover 3 h. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in frame and cover. 5 d. Standard Dimensions 6 1) Sanitary Sewer 7 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) Provide a clear opening of 19 3/4 inches for all storm drain frames, inlets 11 and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 24 inches for all storm sewer 14 manholes and junction structures. 15 C. Standard Labels 16 1) Water 17 a) Cast lid with the word "WATER" in 2-inch letters across the lid. 18 2) Sanitary Sewer 19 a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the 23 lid. 24 f. Hinge Covers 25 1) Provide water tight gasket on all hinged covers. 26 2) Water 27 a) Provide hinged covers for all water structures. 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic loading areas. 35 3. In non -traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 05 13 - 4 FRAME, COVER, AND GRADE RINGS Page 4 of S 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame, cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame, cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide binge cover on elevated manholes, junction boxes, in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing 27 1. Seal frame, grade rings and structure with specified sealant. 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number) 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Nutnber] 330520-1 AUGER BORING Page 1 of 7 1 SECTION 33 05 20 2 AUGER BORING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with 7 lengths less than 350 feet at the locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 15 4. Section 33 05 22 — Steel Casing Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to steel casing pipe construction. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item are 22 subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be 23 complete in place, and no other compensation will be allowed. 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Occupational Safety and Health Administration (OSHA) 30 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 31 1926, Subpart S, Underground Construction and Subpart P, Excavation. 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Pre -installation 34 1. Provide written notice to the City at least 3 workings days in advance of the 35 planned launch of auger boring operations. 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330520-2 AUGER BORING Page 2 of 7 1 B. All submittals shall be approved by the Engineer or the City prior to delivery. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Qualifications 7 1. Contractor 8 a. All boring work shall be performed by an experienced subcontractor or 9 Contractor who has at least 5 years of experience in performing tunneling work 10 and has completed at least 5 boring projects of similar diameter and ground 11 conditions. 12 1) At least 1 of the projects shall have an individual boring length equal to or 13 greater in length than the longest tunnel on this project. 14 2) Submit details of referenced projects including owner's name and contact 15 information, project superintendent and machine operators. 16 b. The project superintendent shall have at least 5 years of experience supervising 17 boring construction. 18 1) The Contractor may be required to submit details of referenced project 19 including owner's name, contact information and project superintendent. 20 c. The site safety representative and personnel responsible for air quality 21 monitoring shall be experienced in tunnel construction and shall have current 22 certification by OSHA. 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 MATERIALS 29 A. Description 30 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 31 2. Tunnel Liner Plate is not permitted for use with Auger Boring. 32 B. Design Criteria 33 1. Design excavation methods and spoil conveyance system for the full range of 34 ground conditions described in the Geotechnical Reports anticipated 35 2. Tolerance 36 a. Pressurized Carrier pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330520-3 AUGER BORING Page 3 of 7 1 1) Lateral or vertical variation in the final position of the pipe casing from the 2 line and grade established by the Drawings shall be permitted only to the 3 extent of 1 inch in 10 feet provided that such variation shall be regular and 4 only in the direction that will not detrimentally affect the function of the 5 carrier pipe and clearances from other underground utilities or structures. 6 b. Gravity Carrier Pipe 7 1) Lateral variation in the final position of the pipe casing from the line and 8 grade established by the Drawings shall be permitted only to the extent of 9 1 inch in 10 feet provided that such variation shall be regular and only in the 10 direction that will not detrimentally affect the function of the carrier pipe 11 and clearances from other underground utilities or structures. 12 2) Grades shown on Drawings must be maintained vertically. 13 3. Use methods and equipment that control surface settlement and heave above the 14 pipeline to prevent damage to existing utilities, facilities and improvements. 15 a. Limit any ground movements (settlement/heave) to values that shall not cause 16 damage to adjacent utilities or surface features (i.e. pavement, structures, 17 railroad tracks, etc.) 18 b. Repair any damage caused by ground movements at no cost to the City. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Boring shall not begin until the following have been completed: 26 1. Review of available utility drawings and location of conduits and underground 27 utilities in all areas where excavation is to be performed. 28 a. Notify the applicable one -call system prior to any excavation to avoid 29 interference with the existing conduits and utilities in accordance with Division 30 1. 31 1) Repair damage to existing utilities resulting from excavation at no 32 additional cost to the City. 33 b. Follow notification requirements of permit provider where applicable. 34 2. Complete pit excavations and support systems for each drive in accordance with the 35 requirements of the Specifications. 36 3.4 INSTALLATION 37 A. General 38 1. Immediately notify the City if any problems are encountered with equipment or 39 materials or if the Contractor believes the conditions encountered are materially and 40 significantly different than those represented within the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330520-4 AUGER BORING Page 4 of 7 1 2. Where pipe is required to be installed under railroad embankments or under 2 highways, streets or other facilities, construction shall be performed in such a 3 manner so as to not interfere with the operation of the railroad, street, highway or 4 other facility, and so as not to weaken or damage any embankment or structure. 5 3. During construction operations, furnish and maintain barricades and lights to 6 safeguard traffic and pedestrians until such time as the backfill has been completed 7 and then remove from the site. 8 4. Properly manage and dispose of groundwater inflows to the shafts in accordance 9 with requirements of specifications and all permit conditions. 10 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 11 proper approval and permits. 12 5. Furnish all necessary equipment, power, water and utilities for tunneling, spoil 13 removal and disposal, grouting and other associated work required for the methods 14 of construction. 15 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 16 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped 17 areas or existing utilities. 18 a. Any damage shall be immediately repaired to original or better condition and to 19 the satisfaction of the Engineer or permit grantor at no additional cost to the 20 City. 21 8. Whenever there is a condition that is likely to endanger the stability of the 22 excavation or adjacent structures, operate with a full crew 24 hours a day, including 23 weekends and holidays, without interruption, until those conditions no longer 24 jeopardize the stability of the Work. 25 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by 26 utility owners / operators that subscribe to One Ca11, and shall individually notify 27 all other known or suspected utilities to request marking of these utilities. 28 a. Confirm that all requested locates are made prior to commencing boring 29 operations. 30 b. Visually confirm and stake necessary existing lines, cables, or other 31 underground facilities including exposing necessary crossing utilities and 32 utilities within 10 feet laterally of the designed tunnel. 33 c. Control drilling and grouting practices to prevent damage to existing utilities. 34 B. Boring Methods 35 1. Tunnel liner plate shall not be used for auger boring. 36 2. The Contractor shall be fully responsible for insuring the methods used are 37 adequate for the protection of workers, pipe, property and the public and to provide 38 a finished product as required. 39 3. Blasting is not allowed. 40 C. Pits and Trenches 41 1. If the grade of the pipe at the end is below the ground surface, suitable pits or 42 trenches shall be excavated for the purpose of conducting the jacking operations 43 and for placing end joints of the pipe. 44 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such 45 work shall be sheeted securely and braced in a manner to prevent earth from caving 46 in. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330520-5 AUGER BORING Page 5 of 7 1 3. The location of the pit shall meet the approval of the City. 2 4. The pits of trenches excavated to facilitate these operations shall be backfilled in 3 accordance with Section 33 05 10 immediately after the casing and carrier pipe 4 installation has been completed. 5 D. Boring 6 1. Install steel casing pipe by boring hole with the earth auger and simultaneously 7 jacking pipe into place. 8 2. The boring shall proceed from a pit provided for the boring equipment and 9 workmen. 10 3. Pilot Hole, required for 24-inch and larger casings 11 a. By this method an approximate 2-inch hole shall be bored the entire length of 12 the crossing and shall be checked for line and grade on the opposite end of the 13 bore from the work pit. 14 b. This pilot hole shall serve as the centerline of the larger diameter hole to be 15 bored. 16 c. Other methods of maintaining line and grade on the casing may be approved if 17 acceptable to the Engineer. 18 d. Placed excavated material near the top of the working pit and disposed of as 19 required. 20 1) If no room is available, immediate haul off is required. 21 4. The use of water or other fluids in connection with the boring operation will be 22 permitted only to the extent required to lubricate cuttings. 23 a. Jetting or sluicing will not be permitted. 24 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting 25 of at least 10 percent of high grade carefully processed bentonite may be used to: 26 a. Consolidate cuttings of the bit 27 b. Seal the walls of the hole 28 c. Furnish lubrication for subsequent removal of cuttings and installation of the 29 pipe immediately thereafter 30 6. Allowable variation from the line and grade shall be as specified in this 31 Specification. 32 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure 33 grouted. 34 E. Contact Grouting 35 1. Contact grout any voids caused by or encountered during the boring. 36 a. Modify equipment and procedures as required to avoid recurrence of excessive 37 settlements or damage. 38 F. Control of Line and Grade 39 1. Monitor line and grade continuously during boring operations. 40 a. Record deviation with respect to design line and grade once at each casing 41 joint. 42 2. If the pipe installation does not meet the specified tolerances, correct the 43 installation, including any necessary redesign of the pipeline or structures and 44 acquisition of necessary easements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insei1 Project Name] [insert Project Number] 330520-6 AUGER BORING Page 6 of 7 1 3.5 CLEANUP AND RESTORATION 2 A. After completion of the boring, all construction debris, spoils, oil, grease and other 3 materials shall be removed from the pipe, pits and all work areas. 4 B. Restoration shall follow construction as the Work progresses and shall be completed as 5 soon as reasonably possible. 6 1. Restore and repair any damage resulting from surface settlement caused by shaft 7 excavation or boring. 8 2. Any property damaged or destroyed shall be restored to a condition equal to or 9 better than existing prior to construction. 10 3. Restoration shall be completed no later than 30 days after boring is complete, or 11 earlier if required as part of a permit or easement agreement. 12 4. This provision for restoration shall include all property affected by the construction 13 operations. 14 3.6 RE -INSTALLATION [NOT USED) 15 3.7 SITE QUALITY CONTROL 16 A. Field Tests and Inspections 17 1. Allow access to the City and furnish necessary assistance and cooperation to aid in 18 the observations, measurements, data and sample collection, including, but not 19 limited to the following: 20 a. The City shall have access to the boring system prior to, during and following 21 all boring operations. 22 b. The City shall have access to the tunneling shafts prior to, during and following 23 all boring operations. 24 1) This shall include, but not be limited to, visual inspection of installed pipe 25 and verification of line and grade. 26 2) The Contractor shall provide safe access in accordance with all safety 27 regulations. 28 c. The City shall have access to spoils removed from the boring excavation prior 29 to, during and following all boring operations. 30 1) The City shall be allowed to collect soil samples from the muck buckets or 31 spoil piles a minimum of once every 10 feet and at any time when changes 32 in soil conditions or obstructions are apparent or suspected. 33 B. Safety 34 1. The Contractor is responsible for safety on the job site. 35 a. Perform all Work in accordance with the current applicable regulations of the 36 Federal, State and local agencies. 37 b. In the event of conflict, comply with the more restrictive applicable 38 requirement. 39 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. 40 a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject 41 to applicable local, State and Federal regulations. 42 3. Furnish and operate a temporary ventilation system in accordance with applicable 43 safety requirements when personnel are underground. 44 a. Perform all required air and gas monitoring. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 330520-7 AUGER BORING Page 7 of 7 1 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 2 atmosphere free of toxic or flammable gasses in all underground work areas. 3 4. Perform all work in accordance with all current applicable regulations and safety 4 requirements of the Federal, State and Local agencies. 5 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 6 Underground Construction and Subpart P, Excavations. 7 a. In the event of conflict, comply with the more stringent requirements. 8 6. If personnel will enter the pipe during construction, the Contractor shall develop an 9 emergency response plan for rescuing personnel trapped underground in a shaft 10 excavation or pipe. 11 a. Keep on -site all equipment required for emergency response in accordance with 12 the agency having jurisdiction. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 SECTION 33 05 22 2 3 PART 1- GENERAL 4 1.1 SUMMARY STEEL CASING PIPE 330522-1 STEEL CASING PIPE Page 1 of 6 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1— General Requirements 15 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 16 4. Section 33 05 20 — Auger Boring 17 5. Section 33 05 23 — Hand Tunneling 18 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 Open Cut a. b. c. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 40 2. By Other than Open Cut 41 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330522-2 STEEL CASING PIPE Page 2 of 6 1 1) Measured horizontally along the surface for length of Steel Casing Pipe 2 installed 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" will be paid for at the unit 6 price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open 7 Cut" installed for: 8 a) Various Sizes 9 2) The work performed and materials furnished in accordance with this Item 10 and measured as provided under "Measurement" will be paid for at the unit 11 price bid per linear foot of "Casing, By Other than Open Cut" installed for: 12 a) Various Sizes 13 c. The price bid shall include: 14 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 15 2) Mobilization 16 3) Launching shaft 17 4) Receiving shaft 18 5) Pavement removal 19 6) Excavation 20 7) Hauling 21 8) Disposal of excess material 22 9) Furnishing, placement, and compaction of backfill 23 10) Clean-up 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. ASTM International (ASTM): 30 a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe 31 (NPS Sizes 4 and Over). 32 3. American Water Works Association (AWWA): 33 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 34 Enamel and Tape - Hot Applied. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] • 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 B. All submittals shall be approved by the Engineer or the City prior to delivery. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Product Data 41 1. Exterior Coating 42 a. Material data 43 b. Field touch-up procedures 44 2. Interior Coating CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 05 22 - 3 STEEL CASING PIPE Page 3 of 6 a. Material data 2 b. Field touch-up procedures 3 B. Shop Drawings 4 1. No shop drawings required for Auger Boring 5 2. For Tunneling, provide the following: 6 a. Furnish details for Steel Casing Pipe outlining the following: 7 1) Grout/lubrication ports 8 2) Joint details 9 3) Other miscellaneous items for furnishing and fabricating pipe 10 b. Submit calculations in a neat, legible format that is sealed by a Licensed 11 Professional Engineer in Texas, consistent with the information provided in the 12 geotechnical report, and includes: 13 1) Calculations confirming that pipe jacking capacity is adequate to resist the 14 anticipated jacking loads for each crossing with a minimum factor of safety 15 of 2 16 2) Calculations confirming that pipe capacity is adequate to safely support all 17 other anticipated loads, including earth and groundwater pressures, 18 surcharge loads, and handling loads 19 3) Calculations confirming that jointing method will support all loading 20 conditions 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Delivery, Handling, and Storage 26 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 27 as recommended by the manufacturer, for protection during shipping and storage. 28 2. Deliver, handle and store pipe in accordance with the Manufacturer's 29 recommendations to protect coating systems. 30 1.11 HELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [oR] OWNER SUPPLIEDPRODUCTS [NOT USED] 34 2.2 MATERIALS 35 A, Design Criteria 36 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 37 exceeds the design requirements of this Specification and that is specifically 38 designed for installation by the intended trenchless method. 39 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 2 3 4 5 6 7 8 9 10 11 12 13 14 1.5 330522-4 STEEL CASING PIPE Page 4 of a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. d. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter (inches) 14— 18 20-24 26 — 32 34-42 44-48 Greater than 48 Minimum Wall Thickness (inches) .3125 (5/16) .375 (3/8) .5 (112) .625 (5/8) .6875 (11/16) Project specific design 16 3. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 17 install the required carrier pipe with casing spacers as required in Section 33 05 24. 18 a. Allowable casing diameters are shown on the Drawings for each crossing. 19 4. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable 70 work areas. 21 5. Random segments of pipe will not be permitted for straight runs of casing. 22 a. Closing piece segments, however, shall be acceptable. 23 6. When required by installation method, provide grout/lubricant ports along the pipe 24 at intervals of 10 feet or less. 25 a. Ports and fittings shall be attached to the pipe in a manner that will not 26 materially affect the strength of the pipe nor interfere with installation of carrier 27 pipe. 28 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 29 capable of withstanding all external and internal pressures and loads without 30 leaking. 31 B. Materials 32 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 33 2. Dimensional Tolerances 34 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 35 compatible with performance requirements and proposed installation methods 36 that meet or exceed the specific requirements below: 37 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 38 nominal wall thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 2 3 4 5 6 7 8 9 330522-5 STEEL CASING PIPE Page 5 of 6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch. whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 10 3. All steel pipe shall have square ends. 1 I a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 12 a true plane perpendicular to the axis of the pipe and passing through the center 13 of the pipe at the end. 14 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 15 the outside to an angle of 35 degrees with a tolerance of± 2Y2 degrees and with 16 a width of root face 1/16 inchE 1/32 inch. 17 18 19 C. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. Finishes 20 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in 21 accordance with the requirements of AWWA C203. 22 a. Touch up after field welds shall provide coating equal to those specified above. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 31 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with 32 Section 33 05 10. 33 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 34 welding or an integral machine press -fit connection (Permalok or equal) prior to 35 installation of the pipe, depending on the type of carrier pipe. 36 2. Allowable joint types for each crossing are shown on the Drawings. 37 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 38 steel pipe is acceptable. 39 4. Integral machined press -fit connections shall be installed in accordance with the 40 manufacturer's installation procedures and recommendations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330522-6 STEEL CASING PIPE Page 6 of 6 1 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 2 Section 33 05 24. 3 C. Contact grouting of the annulus outside the casing pipe shall be performed in 4 accordance with Section 33 05 23 or Section 33 05 20. 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION ]NOT USED] 7 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 17 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 33 05 23 - 1 HAND TUNNELING Page 1 of 10 SECTION 33 05 23 2 HAND TUNNELING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe 7 at the locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 05 21 — Tunnel Liner Plate 15 4. Section 33 05 22 — Steel Casing Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe 20 installation. 21 2. Payment 22 a. The work performed and materials furnished in accordance with this Item are 23 considered subsidiary the unit price bid per linear foot of By Other than Open 24 Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, 25 and no other compensation will be allowed. 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. American Association of State Highway and Transportation Officials (AASHTO): 32 a. HB-17, Standard Specifications for Highway Bridges. 33 3. Occupational Safety and Health Administration (OSHA) 34 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 35 1926, Subpart S, Underground Construction and Subpart P, Excavation. 36 1.4 ADMINISTRATIVE REQUIREMENTS 37 A. Pre -installation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330523-2 HAND TUNNELING Page 2 of 10 1 1. The Contractor shall provide written notice to the City at least 72 hours in advance 2 of the planned launch of tunneling operations. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the Engineer or the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Shop Drawings 8 1. Submit the following, when required by the Contract Documents: 9 a. Detailed description of the methods and equipment to be used in completing 10 each reach of tunnel 11 b. Description of the survey methods that will be used to ensure that the tunnel is 12 advanced as shown on the Drawings and within the line and grade tolerances 13 specified 14 c. Shaft layout drawings 15 1) Detailing dimensions and locations of all equipment, including overall 16 work area boundaries, crane, front-end loader, forklift, spoil stockpiles, 17 spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or 18 containers, fences, and staging area 19 2) Shaft layout drawings will be required for all shaft locations and shall be to 20 scale, or show correct dimensions. 21 3) Layout such that all equipment and operations shall be completely 22 contained within the allowable construction areas shown on the Drawings 23 d. Schedule in accordance with Division 1 to include the following activities as 24 independent items: 25 1) Mobilization 26 2) Shaft excavation and support 27 3) Water control at shafts 28 4) Working slab construction 29 5) Thrust wall construction 30 6) Tunneling 31 7) Shaft backfill 32 8) Site restoration 33 9) Cleanup 34 10) Demobilization 35 2. For all projects, provide the following for Contact Grouting: 36 a. Contact Grouting (outside of casing) Work Plan and Methods including: 37 1) Grouting methods 38 2) Details of equipment 39 3) Grouting procedures and sequences including: 40 a) Injection methods 41 b) Injection pressures 42 c) Monitoring and recording equipment 43 d) Pressure gauge calibration data 44 e) Materials 45 4) Grout mix details including: 46 a) Proportions 47 b) Admixtures including: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 330523-3 HAND TUNNELING Page 3 of 10 1 (1) Manufacturer's literature 2 (2) Laboratory test data verifying the strength of the proposed grout 3 mix 4 (3) Proposed grout densities 5 (4) Viscosity 6 (5) Initial set time of grout 7 (a) Data for these requirements shall be derived from trial batches 8 from an approved testing laboratory. 9 5) Submit a minimum of 3 other similar projects where the proposed grout 10 mix design was used. 11 6) Submit anticipated volumes of grout to be pumped for each application and 12 reach grouted. 13 B. Daily Records 14 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to 15 beginning Hand Tunneling. 16 2. Submit daily records to the City's Inspector by noon on the day following the shift 17 for which the data or records were taken. 18 3. Daily records shall include: 19 a. Date 20 b. Time 21 c. Name of operator 22 d. Tunnel drive identification 23 e. Installed liner ring and corresponding tunnel length 24 f. Time required to tunnel each ring 25 g. Time required to set subsequent ring 26 h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each 27 muck cart) 28 i. Grout volumes and pressures 29 j. Soil conditions, including occurrences of unstable soils and estimated 30 groundwater inflow rates, if any 31 k. Line and grade offsets 32 1. Any movement of the guidance system 33 m. Problems encountered during tunneling 34 n. Durations and reasons for delays 35 o. Manually recorded observations made: 36 1) At intervals of not less than 2 every 5 feet 37 2) As conditions change 38 3) As directed by the City and/or Engineer 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE 42 A. Qualifications 43 1. Failure to meet the qualification requirements is failure to fulfill the Contract and 44 the Contractor will be required to obtain a subcontractor that meets the qualification 45 requirements. 46 2. Contractor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 05 23 - 4 HAND TUNNELING Page 4 of 10 1 a. All tunneling work shall be performed by an experienced subcontractor or 2 Contractor who has at least 5 years of experience in performing tunneling work 3 and has completed at least 5 projects of similar diameter in similar ground 4 conditions. 5 3. All Work by the Contractor shall be done in the presence of the City unless the City 6 grants prior written approval to perform such work in City's absence. 7 4. The Contractor shall allow access to the City and/or Engineer and shall furnish 8 necessary assistance and cooperation to aid in the observations, measurements, data 9 and sample collection including, but not limited to, the following: 10 a. The City and/or Engineer shall have access to the tunneling system prior to, 11 during and following all tunneling operations. 12 b. The City and/or Engineer shall have access to the tunneling shafts prior to, 13 during and following all tunneling operations. 14 1) This shall include, but not be limited to, visual inspection of installed pipe 15 and verification of line and grade. 16 2) The Contractor shall provide safe access in accordance with all safety 17 regulations. 18 c. The City and/or Engineer shall have access to spoils removed from the tunnel 19 excavation prior to, during and following all tunneling operations. 20 1) The City shall be allowed to collect soil samples from the muck buckets or 21 spoil piles a minimum of once every 10 feet and at any time when changes 22 in soil conditions or obstructions are apparent or suspected. 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED Lou] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 MATERIALS 29 A. Description 30 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21. 31 2. Casing Pipe shall be in accordance with Section 33 05 22. 32 B. Design Criteria 33 1. Design excavation methods and spoil conveyance system for the full range of 34 ground conditions described in the Geotechnical Reports 35 2. Tolerance 36 a. Accurately maintain the face of the excavation inside the tunnel so as to allow 37 the absolute minimum of void space outside the casing/liner plate. 38 b. Maintain a maximum of inch tolerance between the outside of the 39 casing/liner plate and the excavation wherever possible. 40 c. The tunnel diameter shall not be greater than 2 inches larger than the 41 casing/liner outer diameter (O.D.). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330523-5 HAND TUNNELING Page 5 of 10 1 3. Use methods and equipment that control surface settlement and heave above the 2 pipeline to prevent damage to existing utilities, facilities and improvements. 3 a. Limit any ground movements (settlement/heave) to values that shall not cause 4 damage to adjacent utilities and facilities. 5 b. Repair any damage caused by ground movements at no cost to the City. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Tunneling shall not begin until the following have been completed: 13 1. All required submittals have been made and the City and/or Engineer has reviewed 14 and accepted all submittals. 15 2. Review of available utility drawings and location of conduits and underground 16 utilities in all areas where excavation is to be performed. 17 a. Notify the applicable one -call system prior to any excavation to avoid 18 interference with the existing conduits and utilities. 19 1) Repair damage to existing utilities resulting from excavation at no 20 additional cost to the City. 21 3. Shaft excavations and support systems for each drive completed in accordance with 22 the requirements of the Specifications. 23 4. Site safety representative has prepared a code of safe practices in accordance with 24 OSHA requirements. 25 a. Provide the Engineer and Owner with a copy of each prior to starting shaft 26 construction or tunneling. 27 b. Hold safety meetings and provide safety instruction for new employees as 28 required by OSHA. 29 5. All specified settlement monitoring points have been installed, approved and 30 baselined in accordance with the Contract Documents. 31 B. Verification of Stability 32 1. Confinn that the ground will remain stable without movement of soil or water while 33 the entry/exit location shoring is removed and while the tunnel is launched or 34 received into a shaft. 35 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: 36 a. Prevent the inflow of weak, running or flowing soils. 37 b. Prevent the inflow of loose rock. 38 c. Prevent and control groundwater inflows. 39 3.4 INSTALLATION 40 A. Tunnel Methods CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330523-6 HAND TUNNELING Page 6 of 10 1 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where 2 not allowed on the Drawings or permits. 3 2. The Contractor shall be fully responsible to: 4 a. Ensure the methods used are adequate for the protection of workers, pipe, 5 property and the public 6 b. Provide a finished product as required. 7 B. General 8 1. The Contractor shall immediately notify the City, in writing, if and when any 9 problems are encountered with equipment or materials, or if the Contractor believes 10 the conditions encountered are materially and significantly different than those 11 represented within the Contract Documents. 12 2. Properly manage and dispose of groundwater inflows to the shafts in accordance 13 with requirements of Specifications and all permit conditions. 14 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 15 proper approval and permits. 16 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil 17 removal and disposal, grouting and other associated work required for the methods 18 of construction. 19 4. Promptly clean up. Remove and dispose of any spoil or slurry spillage. 20 5. Whenever there is a condition that is likely to endanger the stability of the 21 excavation or adjacent structures, operate with a full crew 24 hours a day, including 22 weekends and holidays, without interruption, until those conditions no longer 23 jeopardize the stability of the Work. 24 C. Installation with Steel Casing Pipe 25 1. Jack the pipe from the low or downstream end, unless specified otherwise. 26 a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 27 1) When operating jacks, apply pressure evenly. 28 b. Provide a suitable jacking head and bracing between jacks so that pressure will 29 be applied to the pipe unifoiinly around the ring of the pipe. 30 c. Provide a suitable jacking frame or back stop. 31 d. Set the pipe to be jacked on guides, properly braced together, to support the 32 section of the pipe and to direct it in the proper line and grade. 33 e. Place the whole jacking assembly so as to line up with the direction and grade 34 of the pipe. 35 f. In general, excavate embankment material just ahead of the pipe and remove 36 material through the pipe. 37 g. Force the pipe through the embankment with jacks into the space excavated. 38 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of 39 the pipe, shall conform to the contour and grade of the pipe. 40 a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 41 1) This clearance shall be tapered off to 0 at the point where the excavation 42 conforms to the contour of the pipe. 43 b. Extend the distance of the excavation beyond the end of the pipe depending on 44 the character of the material, but do not exceed 2 feet in any case. 45 1) Decrease the distance if the character of the material being excavated 46 makes it desirable to keep the advance excavation closer to the end of the 47 pipe. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330523-7 HAND TUNNELING Page 7 of 10 1 3. If desired, use a cutting edge of steel plate around the head end of the pipe 2 extending a short distance beyond the end of the pipe with inside angles or lugs to 3 keep the cutting edge from slipping back onto pipe. 4 4. When jacking of pipe has begun, carry on the operation without interruption to 5 prevent the pipe from becoming firmly set in the embankment. 6 a. Remove and replace any pipe damaged in the jacking operations. 7 b. The Contractor shall absorb the entire expense. 8 D. Installation with Tunnel Liner Plate 9 1. Install the tunnel liner plates to the limits indicated on the Drawings and as 10 specified in AASHTO HB-17, Section II-26, Construction of Tunnels Using Steel 11 Tunnel Liner Plates. 12 a. Assemble liner plates into circumferential rings. 13 b. Liner plates shall be of the type to permit segments to be installed completely 14 from inside the tunnel. 15 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the 16 absolute minimum of void space outside the casing/liner plate. 17 a. Maintain a maximum of inch tolerance between the outside of the 18 casing/liner plate and the excavation wherever possible. 19 b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 20 3. Liner plate installation shall proceed as closely as possible behind the excavation. 21 a. Excavation shall at no time be more than 6 inches ahead of the required space 22 to install an individual tunnel liner plate. 23 b. Use breast plates, poling boards or other suitable devices to maintain accurate 24 excavation with the minimum of unsupported excavation at any time. 25 c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during 26 installation. 27 4. Tunneling operations shall control surface settlement and heave above the pipeline 28 to prevent damage to existing utilities, facilities and improvements. 29 a. In no case shall ground movements cause damage to adjacent structures, 30 roadways, or utilities. 31 b. The Contractor shall repair any damage resulting from construction activities, 32 at no additional cost to the City and without extensions of schedule for 33 completion. 34 E. Contact Grouting 35 1. Pressure grout any voids caused by or encountered during the tunneling. 36 a. Modify equipment and procedures as required to avoid recurrence of excessive 37 settlements or damage. 38 2. Install contact grout in the void space between the outside of the casing/tunnel liner 39 and the excavation. 40 a. For tunnel liner plate, install pressure grout mix at the end of each work day or 41 more often, as conditions warrant. 42 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48- 43 inches in diameter or larger. 44 a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing 45 of 6 feet. 46 b. Remove and plug grout fittings after pressure grouting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330523-8 HAND TUNNELING Page 8 of 10 1 4. Install pressure grout from the low end for all crossings where grout fittings are not 2 used. 3 a. Seal the low end and pressure grout until grout is extruded from the opposite 4 end. 5 F. Control of Line and Grade 6 1. Confirm that all established benchmarks and control points provided for the 7 Contractor's use are accurate. 8 a. Use these benchmarks to furnish and maintain all reference lines and grades for 9 tunneling. 10 b. Use lines and grades to establish the location of the pipe using a laser or 11 theodolite guidance system. 12 c. Submit to the City copies of field notes used to establish all lines and grades 13 and allow the Engineer to check guidance system setup prior to beginning each 14 tunneling drive. 15 d. Provide access for the City to perform survey checks of the guidance system 16 and the line and grade of the carrier pipe on a daily basis during tunneling 17 operations. 18 e. The Contractor remains fully responsible for the accuracy of the work and the 19 correction of it, as required. 20 2. The casing/tunnel liner shall be installed in accordance with the following 21 tolerances: 22 a. Variations from design line or grade: ± 2 inches maximum 23 1) If the installation is off line or grade, make the necessary corrections and 24 return to the design alignment and grade at a rate of not more than 1 inch 25 per 25 feet. 26 3. Monitor line and grade continuously during tunneling operations. 27 a. Record deviation with respect to design line and grade once at each pipe joint 28 and submit records to Engineer daily. 29 4. If the pipe installation does not meet the specified tolerances, correct the 30 installation, including any necessary redesign of the pipeline or structures and 31 acquisition of necessary easements. 32 G. Obstructions 33 .1. If the tunneling operations should encounter an object or condition that impedes the 34 forward progress of the shield, notify the City immediately. 35 2. Correct the condition and remove, clear or otherwise make it possible for the shield 36 to advance past any objects or obstructions that impede forward progress. 37 3. Proceed with removal of the object or obstruction by methods submitted by the 38 Contractor and accepted by the City and/or Engineer. 39 4. Compensation 40 a. The Contractor will receive compensation by change order for removal of 41 obstructions, as defined as metallic debris, reinforced concrete, rocks, whole 42 trees and other hard objects with a maximum dimension larger than 50 percent 43 of the outer diameter of the shield which: 44 1) Cannot be broken up by the cutting tools with diligent effort, and 45 2) Are located partially or wholly within the cross -sectional area of the bore 46 3) Contain utilities or ditch lines located longitudinally within the tunnel 47 horizon CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330523-9 HAND TUNNELING Page 9 of 10 1 b. Payment will be negotiated with the Contractor on a case -by -case basis. 2 c, The City and/or Engineer shall be provided an opportunity to view obstruction 3 prior to removal. 4 1) Any removal process that does not allow direct inspection of the nature 5 and position of the obstruction will not be considered for payment. 6 d. No additional compensation will be allowed for removing, clearing or 7 otherwise making it possible for the shield to advance past objects consisting of 8 cobbles, boulders, wood, reinforced concrete, and other objects or debris with 9 maximum lateral dimensions less than 50 percent of the outer diameter of the 10 shield. 11 3.5 CLEANUP AND RESTORATION 12 A. After completion of the tunneling, all construction debris, spoils, oil, grease and other 13 materials shall be removed from the tunneling pipe, shafts and all work areas. 14 1. Cleaning shall be incidental to the construction. 15 B. Restoration shall follow construction as the Work progresses and shall be completed as 16 soon as reasonably possible. 17 1. Restore and repair any damage resulting from surface settlement caused by shaft 18 excavation or tunneling. 19 2. Any property damaged or destroyed, shall be restored to a condition equal to or 20 better than that to which it existed prior to construction. 21 3. Restoration shall be completed no later than 30 days after tunneling is complete, or 22 earlier if required as part of a permit or easement agreement. 23 4. This provision for restoration shall include all property affected by the construction 24 operations. 25 3.6 RE -INSTALLATION [NOT USED) 26 3.7 SITE QUALITY CONTROL 27 A. Safety 28 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. 29 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject 30 to applicable local, State, and Federal regulations. 31 2. Furnish and operate a temporary ventilation system in accordance with applicable 32 safety requirements when personnel are underground. 33 a. Perform all required air and gas monitoring. 34 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 35 atmosphere free of toxic or flammable gasses in all underground work areas. 36 3. Perform all Work in accordance with all current applicable regulations and safety 37 requirements of the Federal, State, and Local agencies. Comply with all applicable 38 provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and 39 Subpart P, Excavations. 40 a. In the event of conflict, comply with the more stringent requirements. 41 4. If personnel will enter the pipe during construction, the Contractor shall develop an 42 emergency response plan for rescuing personnel trapped underground in a shaft 43 excavation or pipe. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330523 -10 HAND TUNNELING Page 10 of 10 1 a. Keep on -site all equipment required for emergency response in accordance with 2 the agency having jurisdiction. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 330524-I INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C, Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. Section 33 01 30 — Sewer and Manhole Testing 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 18 a. Measurement 19 1) Measured horizontally along the surface from centerline to centerline of the 20 beginning of the casing/liner to the end of the casing/liner 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" shall be paid for at the 24 unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: 25 a) Various Sizes 26 c. The price bid,shall include: 27 " 1 f 'Fut'tu"sling (th1 installing Sanifary Sewer Main(Pipe) in Casing/Tunnel 28 Liner Plate as specified by the Drawings 29 2) Mobilization 30 3) Grout 31 4) Casing Spacers 32 5) End seals 33 6) Excavation 34 7) Hauling 35 8) Disposal of excess material 36 9) Clean-up 37 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 38 a. Measurement 39 1) Measured horizontally along the surface from centerline to centerline of the 40 beginning of the casing/liner to the end of the casing/liner Payment 41 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2of10 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot for "Water Carrier Pipe" complete in place for: 4 a) Various Sizes 5 c. The price bid shall include: 6 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 7 as specified by the Drawings 8 2) Mobilization 9 3) Grout 10 4) Joint restraint } } 5) Casing Spacers 12 6) End seals 13 7) Excavation 14 8) Hauling 15 9) Disposal of excess material 16 10) Clean-up 17 1.3 REFERENCES 18 A. Definitions 19 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 20 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 21 ground and provides a stable underground excavation for installation of the carrier 22 pipe 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Society of Testing and Materials (ASTM) 28 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 29 Specimens. 30 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 31 Mortars (Using 2-in or [50 mm] Cube Specimens). 32 c. D638, Standard Test Method for Tensile Properties of Plastics. 33 3. International Organization for Standardization (ISO): 34 a. 9001, Quality Management Systems - Requirements. 35 4. Occupational Safety and Health Administration (OSHA) 36 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 37 1926, Subpart S, Underground Construction and Subpart P, Excavation. 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the Engineer or the City prior to delivery. 42 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 43 A. Product Data CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name) [Insect Project Number) 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1. Casing Isolators/Spacers 2 a. Material Data 3 2. Grout Mix 4 a. Material Data 5 B. Shop Drawings 6 1. Required for 24-inch and larger pipe installations 7 8 2. Submit Work Plan describing the carrier pipe installation equipment, materials and construction methods to be employed 9 3. Casing Spacers/lsolators 10 a. Detail drawings and manufacturer's information for the casing isolators/spacers 11 that will be used. 12 1) Include dimension and component materials and documentation of 13 manufacturer's ISO 9001:2000 certification. 14 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 15 by -case basis. 16 c. For consideration of alternate method, submit a detailed description of method 17 including details. 18 4. End seal or bulkhead designs and locations for casing/liners. 19 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 20 Plan and Methods including: 21 a. Grouting methods 22 b. Details of equipment 23 c. Grouting procedures and sequences including: 24 1) Injection methods 25 2) Injection pressures 26 3) Monitoring and recording equipment 27 4) Pressure gauge calibration data 28 5) Materials 29 d. Grout mix details including: 30 1) Proportions 31 2) Admixtures including: 32 a) Manufacturer's literature 33 b) Laboratory test data verifying the strength of the proposed grout mix 34 c) Proposed grout densities 35 d) Viscosity 36 e) Initial set time of grout 37 (1) Data for these requirements shall be derived from trial batches from 38 an approved testing laboratory. 39 e. Submit a minimum of 3 other similar projects where the proposed grout mix 40 design was used. 41 f. Submit anticipated volumes of grout to be pumped for each application and 42 reach grouted. 43 g. For pipe installations greater than 36-inches, without hold down jacks or a 44 restrained spacer, provide buoyant force calculations during grouting and 45 measures to prevent flotation. 46 1) Calculations sealed by a licensed Engineer in the State of Texas. 47 h. Description of methods and devices to prevent buckling of carrier pipe during 48 grouting of annular space, if required CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Certifications 5 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 6 ISO9001:2000. 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] R 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNLSI'[ED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed on the City's Standard Products List will be 15 considered as shown in Section 01 60 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 01 25 00. 19 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 20 regularly engaged in the manufacturing of casing spacers/isolators. 21 B. Design Criteria and Materials 22 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 23 indicated in PART 3 of this Specification, incorporating all support/insulator 24 dimensions required. Diameter Specification (inches) Material Reference Water Line 8-12 DIP (Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and greater AWWA C301 (Restrained) 33 11 15 Waste Water DIP (with Ceramic Epoxy) 33 11 10 Line 8-15 PVC SDR 26 33 3120 DIP (with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 33 31 13 25 26 2, Grout of annular space 27 a. For gravity sewer carrier pipe installation: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page S of 10 1 1) Fill all voids between the carrier pipe and the casing or liner with grout. 2 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 3 shall be in contact with the grout. 4 b. For water line installation: 5 1) No annular space fill will be used. 6 3. Grout Mixes 7 a. Low Density Cellular Grout (LDCC) 8 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 9 LDCC. 10 2) The LDCC shall be portland cement based grout mix with the addition of a 11 foaming agent designed for this application. 12 3) Develop 1 or more grout mixes designed to completely fill the annular 13 space based on the following requirements: 14 a) Provide adequate retardation to completely fill the annular space in 1 15 monolithic pour. 16 b) Provide less than 1 percent shrinkage by volume. 17 c) Compressive Strength 18 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 19 d) Design grout mix with the proper density and use proper methods to 20 prevent floating of the carrier pipe. 21 e) Proportion grout to flow and to completely fill all voids between the 22 carrier pipe and the casing or liner. 23 4. End Seals 24 a. Provide end seals at each end of the casing or liner to contain the grout backfill 25 or to close the casing/liner ends to prevent the inflow of water or soil. 26 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 27 PL Link Seal as manufactured by the Thunderline Corporation or approved 28 equal. 29 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, 30 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 31 Insulator, Inc. or approved equal. 32 3) For sewer piping, no end seals are required since the annular space between 33 the carrier pipe and the casing will be grouted. 34 b. Design end seals to withstand the anticipated soil or grouting pressure and be 35 watertight to prevent groundwater from entering the casing. 36 5. Casing Spacers/insulators 37 a. Provide casing spacers/insulators to support the carrier pipe during installation 38 and grouting (where grout is used). 39 b. Casing Spacers/lsolators material and properties: 40 1) Shall be minimum 14 gage 41 2) For water pipe, utilize Stainless Steel. 42 3) For sewer pipe, utilize Coated Steel. 43 4) Suitable for supporting weight of carrier pipe without deformation or 44 collapse during installation 45 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 46 operations and prevent floating or movement. 47 d. Provide dielectric strength sufficient to electrically isolate each component 48 from one another and from the casing. 49 e. Design risers for appropriate loads, and, as a minimum: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 1 1) Provide 10 gage steel risers 2 a) Provide stainless steel bands and risers for water installations. 3 f. Band material and criteria 4 1) Provide polyvinyl chloride inner liner with: 5 a) Minimum thickness of 0.09 inches 6 b) Durometer "A" of 85-90 hardness 7 c) Minimum dielectric strength of 58,000 volts 8 g. Runner material and criteria 9 1) Provide pressure -molded glass reinforced polymer or UFEV1W with: 10 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 11 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 12 steel studs. 13 3) Runner studs and nuts shall be recessed well below the wearing surface of 14 the runner 15 a) File recess with a corrosion inhibiting filler. 16 h. Riser height 17 1) Provide sufficient height with attached runner allow a minimum clearance 18 of 2 inches between the outside of carrier pipe bells or couplings and the 19 inside of the casing liner surface. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION [NOT USED] 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. General 28 1. Carrier pipe installation shall not begin until the following tasks have been 29 completed: 30 a. All required submittals have been provided, reviewed and accepted. 31 b. All casing/liner joints are watertight and no water is entering casing or liner 32 from any sources. 33 c. All contact grouting is complete. 34 d. Casing/liner alignment record drawings have been submitted and accepted by 35 City to document deviations due to casing/liner installation. 36 c. Site safety representative has prepared a code of safe practices and an 37 emergency plan in accordance with applicable requirements. 38 2. The carrier pipe shall be installed within the casings or liners between the limits 39 indicated on the Drawings, to the specified lines and grades and utilizing methods 40 which include due regard for safety of workers, adjacent structures and 41 improvements, utilities and the public. 42 B. Control of Line and Grade CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 1 1. Install Carrier pipe inside the steel casing within the following tolerances: 2 a. Horizontal 3 1) ± 2 inches from design line 4 b. Vertical 5 1) ±1 inch from design grade 6 2. Check line and grade set up prior to beginning carrier pipe installation, 7 3. Perform survey checks of line -and -grade of carrier pipe during installation 8 operations. 9 4, The Contractor is fully responsible for the accuracy of the installation and the 10 correction of it, as required. 11 a. Where the carrier pipe installation does not satisfy the specified tolerances, 12 correct the installation, including if necessary, redesign of the pipe or structures 13 at no additional cost to City. 14 C. Installation of Carrier Pipe 15 1. Pipe Installation 16 a. Remove all loose soil from casing or liner. 17 b. Grind smooth all rough welds at casing joints. 18 2. Installation of Casing Spacers 19 a. Provide casing spacers, insulators or other approved devices to prevent 20 flotation, movement or damage to the pipe during installation and grout backfill 21 placement. 22 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 23 casings or tunnels. 24 c, Correctly assemble, evenly tighten and prevent damage during tightening of the 25 insulators and pipe insertion. 26 d. Install spacers in accordance with manufacturer's recommendations. 27 c. Install carrier pipe so that there is no metallic contact between the carrier pipe 28 and the casing. 29 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 30 the casing/liner in a manner that could damage the pipe or coatings. 31 1) If guide rails are allowed, place cement mortar on both sides of the rails. 32 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 33 lubricant to minimize friction when installing the carrier pipe. 34 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 35 casing. 36 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 37 firm, uniform and continuous support for the pipe. If the trench requires some 38 backfill to establish the final trench bottom grade, place the backfill material in 39 6-inch lifts and compact each layer. 40 j. After the casing or tunnel liner has been placed, pump dry and maintain dry 41 until the casing spacers and end seals are installed, 42 3. insulator Spacing 43 a. Maximum distance between spacers is to be 6 feet. 44 b. For ductile -iron pipe, flanged pipe or bell and spigot pipe, install spacers within 45 1 foot on each side of the bell or flange and 1 in the center of the joint where 18 46 foot or 20 foot long joints are used. 47 c. If the casing or pipe is angled or bent, reduce the spacing, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 2 of size of casing and pipe or type of spacer used. 3 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 4 spigot into the bell. 5 4. After installation of the carrier pipe: 6 a. Mortar inside and outside of the joints, as applicable 7 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 8 1) If continuity exists, remedy the short, by all means necessary including 9 removing and reinstalling the carrier pipe, prior to applying cellular grout. 10 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 11 casing. 12 d. If steel pipe is used and not welded prior to installation in easing/liner, welding 13 of pipe will only be allowed after grouting of annular space is complete. 14 D. installation of End Seals 15 1. For Water Pipes 16 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 17 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 18 casing. Securely fasten with stainless steel bands. 19 2. For Sewer Pipes 20 a. Grout annular space between carrier pipe and casing as indicated in this 21 Specification. 22 E. Annular Space Grouting (For Sewer Only) 23 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 24 operation as necessary. 25 2. Mixing of Grout 26 a. Mix material in equipment of sufficient size to provide the desired amount of 27 grout material for each stage in a single operation. 28 1) The equipment shall be capable of mixing the grout at the required densities 29 for the approved procedure and shall be capable of changing the densities 30 as required by field conditions. 31 3. Backfill Annular Space with Grout 32 a. Prior to filling of the annular space, test the carrier pipe in accordance with 33 Section 33 01 30. 34 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 35 do not exceed this pressure. 36 c. After the installation of the carrier pipe, the remaining space (all voids) between 37 the casing/liner and the carrier shall be filled with LDCC grout. 38 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 39 be in contact with the grout. 40 2) Grout shall be pumped through a pipe or hose. 41 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 42 pipe during grouting. 43 4. Injection of LDCC Grout 44 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 45 approved recommendations or 5 psi (whichever is lower). 46 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 47 velocity and pressure compatible with the size/volume of the annular space. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 1 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 2 grouting procedures require multiple stages. 3 d. Grout placements shall not be terminated until the estimated annular volume of 4 grout has been injected. 5 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6 6. Protect and preserve the interior surfaces of the casing from damage. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL 10 A. Reports and Records required for pipe installations greater than 48-inches and longer 11 than 350 feet 12 1. Maintain and submit daily logs of grouting operations. 13 a. Include: 14 1) Grouting locations 15 2) Pressures 16 3) Volumes 17 4) Grout mix pumped 18 5) Time of pumping 19 2. Note any problems or unusual observations on logs. 20 B. Grout Strength Tests 21 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 22 cylinder molds or grout cubes obtained during grouting operations. 23 2. City will perform field sampling during annular space grouting. 24 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 25 cubic yards of grout injected but not less than 1 set for each grouting shift. 26 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 27 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 28 c. Remaining samples shall be tested as directed by City. 29 C. Safety 30 1. The Contractor is responsible for safety on the job site. 31 a. Perform all Work in accordance with the current applicable regulations of the 32 Federal, State and local agencies. 33 b. In the event of conflict, comply with the more restrictive applicable 34 requirement. 35 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 36 shafts/pits. 37 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 38 applicable local, State and Federal regulations. 39 3. Methods of construction shall be such as to ensure the safety of the Work, 40 Contractor's and other employees on site and the public. 41 4. Furnish and operate a temporary ventilation system in accordance with applicable 42 safety requirements when personnel are underground. 43 a. Perform all required air and gas monitoring. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330524-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 3 5. Perform all Work in accordance with all current applicable regulations and safety 4 requirements of the federal, state and local agencies. 5 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 6 Underground Construction and Subpart P, Excavations. 7 b. In the event of conflict, comply with the more stringent requirements. 8 6. If personnel will enter the pipe during construction, the Contractor shall develop an 9 emergency response plan for rescuing personnel trapped underground in a shaft 10 excavation or pipe. 11 a. Keep on -site all equipment required for emergency response in accordance with 12 the agency having jurisdiction 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 21 22 END OF SECTION Revision Log DA 1'h NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE [Insert Project Name] [Insert Project Number] 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 6 I SECTION 33 05 26 2 UTILITY MARKERS/LOCATORS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1, Buried and surface utility markers for utility construction 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a, Measurement for this Item will be by lump sum. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item will 19 be paid for at the lump sum price bid for "Utility Markers". 20 3. The price bid shall include: 21 a. Furnishing and installing Utility Markers as specified by the Drawings 22 b. Mobilization 23 c. Pavement removal 24 d. Excavation 25 e. Hauling 26 f. Disposal of excess material 27 g. Furnishing, placement and compaction of backfill 28 h. Clean-up 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Public Works Association (AWPA): 35 a. Uniform Color Code. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 05 26 - 2 UTILITY MARKERS/LOCATORS Page 2 of 6 1 B. All submittals shall be approved by the Engineer or the City prior to delivery. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Buried Marker 5 2. Surface Marker 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 WIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISIWD foul OWNER SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed on the City's Standard Products List will be 17 considered as shown in Section 01 60 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 01 25 00. 21 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 22 manufacturing of Utility Markers/Locators. 23 B. Materials 24 1. Buried Markers 25 a. Detectable warning tape shall be as follows: 26 1) 5.0 mil overall thickness 27 2) Width — 3 inch minimum 28 3) Weight — 27.5 pounds per inch per 1,000 square feet 29 4) Triple Layer with: 30 a) Minimum thickness 0.35 mils solid aluminum foil encased in a 31 protective inert plastic jacket 32 (1) 100 percent virgin low density polyethylene 33 (2) Impervious to all known alkalis, acids, chemical reagents and 34 solvents within soil 35 (3) Aluminum foil visible to both sides 36 5) Locatable by conductive and inductive methods 37 6) Printing encased to avoid ink rub -off 38 7) Color and Legends 39 a) Potable water lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 6 ] (1) Color — Blue (in accordance with APWA Uniform Color Code) 2 (2) Legend — Caution Potable Water Line Below (repeated every 24 3 inches) 4 b) Reclaimed water lines 5 (1) Color — Purple (in accordance with APWA Uniform Color Code) 6 (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 7 inches) 8 c) Sewer Line 9 (1) Color — Green (in accordance with APWA Uniform Color Code) 10 (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 11 b. Electronic utility marker balls shall be as follows: 12 1) Sealed shell containing a passive antenna — low -frequency resonance circuit 13 tuned to specific frequency 14 2) Size — 4.5-inch diameter 15 3) Range — 5 feet minimum 16 4) Field Type/Shape — Spherical 17 5) Material — high -density polyethylene 18 6) Color and Frequency 19 a) Water Lines 20 (1) Color — Blue (in accordance with APWA Uniform Color Code) 21 (2) Frequency —145.7 kHz 22 b) Sewer Line Markers 23 (1) Color — Green (in accordance with APWA Uniform Color Code) 24 (2) Frequency — 121.6 kHz 25 2. Surface Markers 26 a. Provide as follows: 27 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 28 2) White posts with colored, ultraviolet resistant domes as follows: 29 a) Water Lines 30 (1) Color — Blue (in accordance with APWA Uniform Color Code) 31 (2) Legend — Caution Potable Water Line Below 32 b) Reclaimed water lines 33 (1) Color — Purple (in accordance with APWA Uniform Color Code) 34 (2) Legend — Caution Reclaimed Water Line Below 35 c) Sewer lines 36 (1) Color — Green (in accordance with APWA Uniform Color Code) 37 (2) Legend — Caution Sewer Line Below CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Buried Markers 9 1. Detectable Warning Tape 10 a. Install in accordance with manufacturer's recommendations below natural 11 ground surface and directly above the utility for which it is marking. 12 1) Allow 18 inches minimum between utility and marker. 13 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum 14 protection and detectability. 15 2. Electronic Marker Balls 16 a. Install in accordance with manufacturer's recommendations below natural 17 ground surface and directly above the utility for which it is marking. 18 1) Allow 4 inches minimum between utility and marker. 19 2) Bury to a depth of 5 feet maximum, or as close to the grade as is practical 20 for optimum protection and detectability. 21 3) Allow at least 6 feet between each marker. 22 b. Use tie -downs for placement of markers if deemed necessary by the City, or 23 Engineer. 24 C. Upon completion of installation, the City will inspect that electronic marker 25 balls are installed in place, prior to paving over any of the required locations. 26 d. See table below for other details related to marker ball installation: 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 1 2 3 4 5 6 330526-5 UTILITY MARKERS/LOCATORS Page 5 of 6 Marker Ball Clearance, Spacing, Bury and Placement 16-inch and Larger 12-inch and Smaller Water Lines Water Lines Clearance between Utility and Marker Maximum Bury Depth Minimum Spacing Placement 4 inches ( minimum) 5 feet 6 feet -Horizontal Bends -Vertical Bends -Horizontal Pts of curvature, tangency, reverse curvature -Horizontal Tees (excluding fire hydrants) -Casings -Cleaning wyes -Plugs -Other Locations shown on Drawings 4 inches ( minimum) 5 feet 6 feet - Horizontal Bends -Vertical Bends -Horizontal Pts of curvature, tangency, reverse curvature -Casings -Dead-ends -Stub-outs Sanitary Sewer 4 inches ( minimum) 5 feet 6 feet -ROW/Casings (Highways) -ROW/Casings (Railroads) -Other Locations shown on. Drawings 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. 7 4. Place Surface Markers at the following locations: 8 a. Buried Features 9 1) Place directly above a buried feature. 10 b. Above -Ground Features 11 1) Place a maximum of 2 feet away from an above -ground feature. 12 C. Water lines 16-inches and larger 13 1) Each right-of-way line (or end of casing pipe) for: 14 a) Highway crossings 15 b) Railroad crossings 16 2) Utility crossings such as: 17 a) High pressure or large diameter gas lines 18 b) Fiber optic lines 19 c) Underground electric transmission lines Z0 d) Or other locations shown on the Drawings, or directed by the City 21 d. Surface markers not required for 12-inch and smaller water lines 22 e. For sanitary sewer lines: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 [Insert Project Name] [Insert Project Number] 330526-6 UTILITY MARKERS/LOCATORS Page 6 of 1 1) In undeveloped areas, place marker maximum of 2 feet away from an 2 above -ground feature such as a manhole or combination air valve vault. 3 2) Place at 500-foot intervals along the pipeline. 4 3.5 REPAIR / RESTORATION [NOT USED] 5 3.6 RE -INSTALLATION [NOT USED] 6 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 05 30 - 1 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 1 of 4 1 SECTION 33 05 30 2 EXPLORATORY EXCAVATION FOR EXISTING UTILITIES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be per each excavation performed as identified 19 in the Drawings, or as directed. 20 2. Payment: 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per each "Exploratory Excavation of Existing Utilities" of the type 24 specified. 25 3. The price bid shall include: 26 a. Grade survey 27 b. Pavement removal 28 c. Excavation 29 d. Hauling 30 e. Disposal of excess material 31 f. Furnishing, placing and compaction of embedment 32 g. Furnishing, placing and compaction of backfill 33 h. Clean-up 34 i. Surface restoration 35 1.3 REFERENCES 36 A. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Specification, unless a date is specifically cited. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330530-2 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 4 Exploratory Excavation of Existing Utilities. 5 2. Coordinate location of all other existing utilities within vicinity of excavation prior 6 to commencing Exploratory Excavation. 7 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 8 commencement. 9 B. Sequencing 10 1. Exploratory Excavations shall be conducted prior to the construction of the entire 11 project. 12 C. Scheduling 13 1. For critical utility locations, the City may choose to be present during excavation. 14 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 15 City personnel. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS 19 A. Report of Utility Location 20 1. Horizontal location of utility as surveyed 21 2. Vertical elevation of utility as surveyed 22 a. Top of utility 23 b. Spring line of utility 24 c. Existing ground 25 3. Material type, diameter and description of the condition of existing utility 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 330530-3 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 3 of 4 1 PART3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION 4 A. Verification of Conditions 5 1. Verify location of existing utilities in accordance with the General Requirements, 6 the General Notes and the Drawings. 7 3.3 PREPARATION 8 A. Coordinate with City Survey, if applicable. 9 3.4 INSTALLATION 10 A. Verify location of existing utility at location denoted on the Drawings, or as directed by I 1 the City or Engineer. 12 1. Expose utility to spring line, as necessary. 13 2. Excavate and Backfill Trench for the Exploratory Excavation in accordance with 14 Section 33 05 10. 15 B. Upon completion of the utility exploration, submit a report of the findings. 16 C. If location of utility is in conflict with the Drawings, notify the City Project Manager 17 for appropriate design modifications. 18 D. Place embedment and backfill in accordance with Section 33 05 10. 19 E. Once necessary data is obtained, immediately restore surface to existing conditions to: 20 1. Obtain a safe and proper driving surface, if applicable 21 2. Ensure the safety of the general public 22 3. The satisfaction of the City 23 3.5 REPAIR / RESTORATION [NOT USED] 24 3.6 RE -INSTALLATION [NOT USED] 25 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 33 05 30 - 4 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 331110 DUCTILE IRON PIPE 331110-1 DUCTILE IRON PIPE Page 1 of 14 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. 33 01 31 — Closed Circuit Television (CCTV) Inspection 15 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. 33 05 24 — Installation of Carrier Pipe in Casing 18 7. 33 11 11— Ductile Iron Fittings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Ductile Iron Pipe 22 a. Measurement 23 1) Measured horizontally along the surface from center line to center line of 24 the fitting, manhole, or appurtenance 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" will be paid for at the unit 28 price bid per linear foot for "DIP" installed for: 29 a) Various sizes 30 b) Various types of backfill 31 c) Various linings 32 d) Various gaskets 33 e) Various Depths, for miscellaneous projects only 34 f) Various restraints 35 g) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization 40 3) Polyethylene encasement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 11 10 -2 DUCTILE IRON PIPE Page 2 of 14 1 4) Lining 2 5) Pavement removal 3 6) Excavation 4 7) Hauling 5 8) Disposal of excess material 6 9) Furnishing, placement and compaction of embedment 7 10) Furnishing, placement and compaction of backfill 8 11) Thrust restraint, if required in Contract Documents 9 12) Bolts and nuts 10 13) Gaskets 11 14) Clean-up 12 15) Cleaning 13 16) Disinfection 14 17) Testing 15 2. Hydrocarbon Resistant Gaskets 16 a. Measurement 17 1) Measurement for this Item shall be by lump sum. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item shall be paid for at the lump sum price bid for "Hydrocarbon Resistant 21 Gaskets". 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Association of State Highway and Transportation Officials (AASHTO), 28 3. American Society of Mechanical Engineers (ASME): 29 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 30 4. ASTM International (ASTM): 31 a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 32 b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 33 Tensile Strength. 34 c. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 35 Water or Other Liquids. 36 d. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 37 e. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 38 Steel. 39 5. American Water Works Association (AWWA): 40 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 41 Enamel and Tape - Hot Applied. 42 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 43 c. M41, Ductile -Iron Pipe and Fittings. 44 6. American Water Works Association/American National Standards Institute 45 (AWWA/ANSI): 46 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331110-3 DUCTILE IRON PIPE Page 3 of 14 1 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 2 c. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 3 d. CI 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 4 Threaded Flanges. 5 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 6 f. C 151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 7 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 8 7. NSF International (NSF): 9 a. 61, Drinking Water System Components - Health Effects, 10 8. Society for Protective Coatings (SSPC): 11 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS 14 A. Submittals shall be in accordance with Section 01 33 00. 15 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 16 fabrication for specials. 17 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 18 A. Product Data 19 1. Interior lining 20 a, If it is other than cement mortar lining in accordance with AWWA/ANSI 21 C104/A21.4, including: 22 1) Material 23 2) Application recommendations 24 3) Field touch-up procedures 25 2. Thrust Restraint 26 a. Retainer glands, thrust harnesses or any other means 27 3. Gaskets 2R a. If hydrocarbon or other special gaskets are required 29 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 30 for a wastewater force main for 24-inch and greater diameters, including: 31 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 32 Texas including: 33 a. Working pressure 34 b. Surge pressure 35 c. Deflection 36 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 37 Professional Engineer in Texas, to verify the restraint lengths shown in the 38 Drawings. 39 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 40 Professional Engineer in Texas including: 41 a. Pipe class 42 b. Joints type 43 c. Fittings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 1 d. Stationing 2 e. Transitions 3 f. Joint deflection 4 C. Certificates 5 I. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 6 Section, each run of pipe furnished has met Specifications, all inspections have 7 been made, and that all tests have been performed in accordance with 8 AWWA/ANSI C151/A21.51. 9 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. Qualifications 14 1. Manufacturers 15 a. Finished pipe shall be the product of 1 manufacturer. 16 1) Change orders, specials, and field changes may be provided by a different 17 manufacturer upon City approval. 18 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 19 under the control of the manufacturer. 20 c. Ductile Iron Pipe 21 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 22 a) Perform quality control tests and maintain results as outlined within 23 standard to assure compliance. 24 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 25 of at least 10 seconds. 26 B. Preconstruction Testing 27 1. The City may, at its own cost, subject random lengths of pipe for testing by an 28 independent laboratory for compliance with this Specification. 29 a. The compliance test shall be performed in the United States. 30 b. Any visible defects or failure to meet the quality standards herein will be 31 grounds for rejecting the entire order. 32 1.10 DELIVERY, STORAGE, AND HANDLING 33 A. Storage and Handling Requirements 34 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 35 stated in AWWA M41. 36 2. Secure and maintain a location to store the material in accordance with Section 01 37 66 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 11 10-5 DUCTILE IRON PIPE Page 5 of 14 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER -FURNISHED ion] OWNER -SUPPLIED PRODUCTS [NOT USEDI 5 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed in the City's Standard Products List will be 8 considered as shown in Section 01 60 00. 9 a. The manufacturer must comply with this Specification and related Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section 01 25 00. 12 B. Pipe 13 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 14 C150/A21.15, and AWWA/ANSI C151/A21.51. 15 2. All pipe shall meet the requirements of NSF 61. 16 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 17 closure pieces and necessary to comply with the Drawings. 18 4. As a minimum the following pressures classes apply. The Drawings may specify a 19 higher pressure class or the pressure and deflection design criteria may also require 20 a higher pressure class, but in no case should they be less than the following: 21 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 22 23 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 24 C151/A21.51. Minimum pipe markings shall be as follows: 25 a. "DI" or "Ductile" shall be clearly labeled on each pipe 26 b. Weight, pressure class and nominal thickness of each pipe 27 c. Year and country pipe was cast 28 d. Manufacturer's mark 29 6. Pressure and Deflection Design 30 a. Pipe design shall be based on trench conditions and design pressure class 31 specified in the Drawings. 32 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 33 C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 34 construction, using the following parameters: 35 1) Unit Weight of Fill (w) = 130 pcf CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331110-6 DUCTILE IRON PIPE Page 6 of 14 2) Live Load = AASHTO HS 20 2 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 3 4) Bedding Conditions = Type 4 4 5) Working Pressure (PW) = 150 psi 5 6) Surge Allowance (Ps) = 100 psi 6 7) Design Internal Pressure (Pi) = PW + Ps or 2:1 safety factor of the actual 7 working pressure plus the actual surge pressure, whichever is greater. 8 a) Test Pressure = 9 (1) No less than 1.25 minimum times the stated working pressure (187 10 psi minimum) of the pipeline measured at the highest elevation 11 along the test section. 12 (2) No less than 1.5 times the stated working pressure (225 psi 13 minimum) at the lowest elevation of the test section. 14 8) Maximum Calculated Deflection (DX) = 3 percent 15 9) Restrained Joint Safety Factor (Sf) = 15 percent 16 c. Trench depths shall be verified after existing utilities are located. 17 1) Vertical alignment changes required because of existing utility or other 18 conflicts shall be accommodated by an appropriate change in pipe design 19 depth. 20 2) In no case shall pipe be installed deeper than its design allows. 21 7. Provisions for Thrust 22 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 23 joints when required by the Drawings. 24 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 75 through casing and for a sufficient distance each side of casing. 26 c. No thrust restraint contribution shall be allowed for the restrained length of 27 pipe within the casing. 28 d. Restrained joints, when required, shall be used for a sufficient distance from 29 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 30 be developed at the design pressure of the pipe. For the purpose of thrust, the 31 following shall apply: 32 1) Valves shall be calculated as dead ends. 33 2) Design pressure shall be greater than the working pressure of the pipe or 34 the internal pressure (Pi) whichever is greater. 35 3) Restrained joints shall consist of approved mechanical restrained or push- 36 on restrained joints as listed in the City's Standard Products List as shown 37 in Section 01 60 00. 38 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 39 resist thrust in accordance with the Drawings, AWWA M41, and the following: 40 1) The weight of earth (We) shall be calculated as the weight of the projected 41 soil prism above the pipe, for unsaturated soil conditions. 42 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 43 conditions 44 3) If indicated on the Drawings and the Geotechnical Borings that ground 45 water is expected, account for reduced soil density. 46 8. Joints 47 a. General — Comply with AWWAJANSI C111/A21.11. 48 b. Push -On Joints CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 11 10 - 7 DUCTILE IRON PIPE Page 7 of 14 1 c. Mechanical Joints 2 d. Push -On Restrained Joints 3 1) Restraining Push -on joints by means of a special gasket 4 a) Only those products that are listed in Section 01 60 00 5 b) The working pressure rating of the restrained gasket must exceed the 6 test pressure of the pipe line to be installed. 7 c) Approved for use of restraining Ductile Iron Pipe in casing with a 8 carrier pipe of 4-inches to 12-inches 9 d) Otherwise only approved if specially listed on the Drawings 10 2) Push -on Restrained Joint bell and spigot 11 a) Only those products list in the standard products list will be allowed for 12 the size listed in the standard products list per Section 01 60 00. 13 b) Pressure rating shall exceed the working and test pressure of the pipe 14 line. 15 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 16 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 17 g. Field fabricated flanges are prohibited. 18 9. Gaskets 19 a. All rubber joint gaskets utilized on Ductile Iron Pipe shall be in conformance 20 with AWWA/ANSI C111/A21.11. 21 b. Flanged Gaskets 22 1) Full face 23 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock 24 of a thickness not less than 1/8 inch 25 3) Virgin stock 26 4) Conforming to the physical and test requirements specified in 27 AWWA/ANSI C111/A21.11. 28 5) Finished gaskets shall have holes punched by the manufacturer and shall 29 match the flange pattern in every respect. 30 6) Frayed cut edges resulting from job site gasket fabrication are not 31 acceptable. 32 7) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, when 33 required. 34 c. Isolation Flanges 35 1) Flanges required by the drawings to be Isolation Flanges shall conform to 36 Section 3 04 10. 37 10. Bolts and Nuts 38 a. Mechanical Joints 39 1) High strength corrosion restraint low -carbon weathering steel in 40 accordance with AWWA/ANSI C111/A21.11 and ASTM A242. 41 2) Cor-Blue coated with FluoroKote #1, or equal 42 a) Coating shall conform to the performance requirements of ASTM B117 43 for up to 4000 hours and shall include, if required, a certificate of 44 conformance. 45 b. Flanged Ends 46 1) Meet requirements of AWWA C115. 47 a) For buried and non -buried applications, provide ASTM A193 grade B7 48 bolts and ASTM 194 grade 2H Nuts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 1 11. Flange Coatings 2 a. Connections to Steel Flanges 3 1) Coatings for buried flanges shall be Densyl Tape system manufactured by 4 Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or 5 approved equal. 6 12. Ductile Iron Pipe Exterior Coatings 7 a, All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 8 pipe exterior, unless otherwise specified in the Contract Documents. 9 13. Polyethylene Encasement 10 a. All buried Ductile Iron Pipe shall be polyethylene encased. 11 b. Only manufacturers listed in the City's Standard Products List as shown in 12 Section 01 60 00 will be considered acceptable. 13 c. Use only virgin polyethylene material. 14 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 15 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 16 cross -laminated (HDCL) polyethylene encasement conforming to 17 AWWA/ANSI C105/A21.5 and ASTM A674. 18 e. Marking: At a minimum of every 2 feet along its length, the mark the 19 polyethylene film with the following information: 20 1) Manufacturer's name or trademark 21 2) Year of manufacturer 22 3) AWWA/ANSI C105/A21.5 23 4) Minimum film thickness and material type 24 5) Applicable range of nominal diameter sizes 25 6) Warning — Corrosion Protection — Repair Any Damage 26 f. Special Markings/Colors 27 1) Reclaimed Water, perform one of the following: 28 a) Label polyethylene encasement with "RECLAIMED WATER", 29 b) Provide purple polyethylene in accordance with the American Public 30 Works Association Uniform Color Code; or 31. c) Attach purple reclaimed water marker tape to the polyethylene wrap. 32 2) Wastewater, perform one of the following: 33 a) Label polyethylene encasement with "WASTEWATER"; 34 b) Provide green polyethylene in accordance with the American Public 35 Works Association Uniform Color Code; or 36 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 37 g. Minimum widths 38 39 Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 4 6 8 10 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 14 14 16 20 24 27 28 28 32 40 48 54 [Insert Project Name] [Insert Project Number] 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 14 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 1 2 14. Ductile Iron Pipe Interior Lining 3 a. Cement Mortar Lining 4 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 5 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 6 to NSF 61. 7 b. Ceramic Epoxy or Epoxy Linings 8 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 9 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 10 Products List as shown in Section 01 60 00. 11 2) Apply lining at a minimum of 40 mils DFT. 12 3) Due to the tolerances involved, the gasket area and spigot end up to 6 13 inches back from the end of the spigot end mustbe coated•with 6- mils 14 nominal, 10 mils maximum using a Joint Compound as supplied by the 15 manufacturer. 16 a) Apply the joint compound by brush to ensure coverage. 17 b) Care should be taken that the joint compound is smooth without excess 18 buildup in the gasket seat or on the spigot ends. 19 c) Coat the gasket seat and spigot ends after the application of the lining. 20 4) Surface preparation shall be in accordance with the manufacturer's 21 recommendations. 22 5) Check thickness using a magnetic film thickness gauge in accordance with 23 the method outlined in SSPC PA 2. 24 6) Test the interior lining of all pipe barrels for pinholes with a non- 25 destructive 2,500 volt test. 26 a) Repair any defects prior to shipment. 27 7) Mark each fitting with the date of application of the lining system along 28 with its numerical sequence of application on that date and records 29 maintained by the applicator of his work. 30 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 31 cut, coat the exposed surface with the touch-up material as recommended 32 by the manufacturer. 33 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331110-10 DUCTILE IRON PIPE Page 10 of 14 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION, 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1, Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a, Install Push -on joints as defined in AWWA/ANSI C111/A21,11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331110-11 DUCTILE IRON PIPE Page llof14 1 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 4 conform to AWWA C600. 5 3, Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 37 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. q0 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e, After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 1 i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points;.secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 33 11 10 -13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A, Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3,7 FIELD [oR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1, Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 331110-14 DUCTILE IRON PIPE Page 14 of 14 [Insert Project Name] [Insert Project Number] 1 2 SECTION 33 11 11 DUCTILE IRON F1'11'INGS 331111-1 DUCTILE IRON FITTINGS Page I of 13 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3, 03 34 16 — Concrete Base Material for Trench Repair 15 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 5, 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Ductile Iron Water Fittings 20 a. Measurement 21 1) Shall be per ton of fittings supplied 22 2) Fittings weights are the sum of the various types of fittings multiplied by 23 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 24 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 25 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 26 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 27 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 28 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 29 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 30 measured in accordance with AWWA/ANSI C153/A21.53. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per ton of "Ductile Iron Water Fittings". 35 c. The price bid shall include: 36 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 37 Drawings 38 2) Polyethylene encasement 39 3) Lining 40 4) Pavement removal 41 5) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331111-2 DUCTILE IRON FITTINGS Page 2 of 13 1 6) Hauling 2 7) Disposal of excess material 3 8) Furnishing and installing bolts, nuts, and restraint (if required) 4 9) Furnishing, placement and compaction of embedment 5 10) Furnishing, placement and compaction of backfill 6 11) Clean-up 7 12) Cleaning 8 13) Disinfection 9 14) Testing 10 2, Ductile Iron Sewer Fittings 11 a. Measurement 12 1) Shall be per ton of fittings supplied 13 2) Fittings weights are the sum of the various types of fittings multiplied by 14 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 15 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 16 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 17 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 18 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 19 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 20 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 21 measured in accordance with AWWA/ANSI C153/A21.53. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per ton of "Ductile Iron Sewer Fittings". 26 c. The price bid shall include: 27 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 28 Drawings 29 2) Epoxy Coating 30 3) Polyethylene encasement 31 4) Lining 32 5) Pavement removal 33 6) Excavation 34 7) Hauling 35 8) Disposal of excess material 36 9) Furnishing and installing bolts, nuts, and restraint (if required) 37 10) Furnishing, placement and compaction of embedment 38 11) Furnishing, placement and compaction of backfill 39 12) Clean-up 40 13) Cleaning 41 14) Disinfection 42 15) Testing 43 3. Hydrocarbon Resistant Gaskets 44 a. Measurement 45 1) Measurement for this Item shall be by lump sum. 46 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the lump sum price bid for "Hydrocarbon Resistant 3 Gaskets". 4 1.3 REFERENCES 5 A. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Society of Mechanical Engineers (ASME): 10 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 11 3. ASTM International (ASTM): 12 a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 13 b. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 14 Water or Other Liquids. 15 c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 16 4. American Water Works Association (AWWA): 17 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 18 Enamel and Tape - Hot Applied. 19 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 20 c. M41, Ductile -Iron Pipe and Fittings. 21 5. American Water Works Association/American National Standards Institute 22 (AWWA/ANSI): 23 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 24 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 25 C. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. 26 d. C 111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 27 e. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 28 Threaded Flanges. 29 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 30 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 31 6. NSF International (NSF): 32 a. 61, Drinking Water System Components - Health Effects. 33 7. Society for Protective Coatings (SSPC): 34 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 39 fabrication for specials. 40 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Ductile Iron Fittings 43 a. Pressure class CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 b. Interior lining 2 c. Joint types 3 2. Polyethylene encasement and tape 4 a. Planned method of installation 5 b. Whether the film is linear low density or high density cross linked polyethylene 6 c. The thickness of the film provided 7 3. The interior lining, if it is other than cement mortar lining in accordance with 8 AWWA/ANSI C104/A21.4 9 a. Material 10 b. Application recommendations 11 c. Field touch-up procedures 12 4. Thrust Restraint 13 a. Retainer glands 14 b. Thrust hamesses 15 c. Any other means 16 5. Bolts and nuts for mechanical and or flange joints 17 6. Gaskets 18 B. Certificates 19 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 20 meet the provisions of this Section and meet the requirements of AWWA/ANSI 21 C110/A21.10 or AWWA/ANSI C153/A21.53. 22 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 25 1.9 QUALITY ASSURANCE 26 A. Qualifications 27 1. Manufacturers 28 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 29 performed under the control of the manufacturer. 30 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 31 C110/A21.10 or AWWA/ANSI C153/A21.53. 32 1) Perform quality control tests and maintain the results as outlined in these 33 standards to assure compliance. 34 B. Preconstruction Testing 35 1. The City may, at its own cost, subject random fittings for destructive testing by an 36 independent laboratory for compliance with this Specification. 37 a. The compliance test shall be performed in the United States. 38 b. Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejecting the entire order. 40 1.10 DELIVERY, STORAGE, AND HANDLING 41 A. Storage and Handling Requirements 42 1. Store and handle in accordance with the guidelines as stated in AWWA M41. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331111-5 DUCTILE IRON FITTINGS Page 5 of 13 1 2. Secure and maintain a location to store the material in accordance with Section 01 2 66 00. 3 1.11 HELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED} 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED lox] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed on the City's Standard Products List will be 10 considered as shown in Section 01 60 00. 1 a. The manufacturer must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 01 25 00. 14 13. Ductile Iron Fittings 15 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 16 AWWA/ANSI C153/A21.53. 17 2. All fittings for potable water service shall meet the requirements of NSF 61. 18 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 19 the pipe which the fitting is connected, unless specifically indicated in the 20 Drawings. 21 4. Fittings Markings 22 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 23 b. Minimum markings shall include: 24 1) "DI" or "Ductile" cast or metal stamped on each fitting 25 2) Applicable AWWA/ANSI standard for that the fitting 26 3) Pressure rating 27 4) Number of degrees for all bends 28 5) Nominal diameter of the openings 29 6) Year and country fitting was cast 30 7) Manufacturer's mark 31 5. Joints 32 a. Push -On Joints 33 1) Comply with AWWA/ANSI C111/A21.11. 34 b. Mechanical Joints 35 1) Comply with AWWA/ANSI C111/A21.11. 36 c. Mechanical Joints with mechanical restraint 37 1) Restraint devices shall consist of multiple gripping wedges. irporat63t4"., 38 into a follower gland meeting the applicable requirements of ANSI/AWWA 39 C110/A21.10. 40 2) The devices shall have the following working pressure ratings based on size 41 and type of pipe: 42 a) Ductile Iron Pipe 43 (1) 3-inch-16-inch, 350 psi CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 331111-6 DUCTILE IRON FITTINGS Page 6 of 13 1 (2) 18-inch — 48-inch, 250 psi 2 b) PVC C900 and C905 3 (1) 3-inch— 12-inch, 305psi 4 (2) 14-inch —16-inch, 235psi 5 (3) 18-inch — 20-inch, 200psi 6 (4) 24-inch — 30 —inch 165psi 7 c) Ratings are for water pressure and must include a minimum safety 8 factor of 2 to 1 in all sizes 9 3) Restraint devices shall have specific desi . ns for Ductile Iron and PVC and 10 should be easily differentiate between the two. 11 4) Gland body, wedges and wedge actuating components shall be cast from 12 grade 65-45-12 ductile iron material in accordance with ASTM A536 13 5) Mechanical joint restraint shall require conventional tools and installation 14 procedures per AWWA C600, while retaining full mechanical joint " 15 deflection during assembly as well as allowing joint deflection after 16 assembly. 17 6) Proper actuation of the gripping wedges shall be ensured with torque 18 limiting twist off nuts. 19 d. Push -On - Restrained Joints 20 1) Restraining Push -on joints by means of a special gasket 21 a) Only those products that are listed in 0160 00 22 b) The working pressure rating of the restrained gasket must exceed the 23 test pressure of the pipe line to be installed. 24 c) Approved for use of restraining Ductile Iron Pipe in casing with a 25 carrier pipe of 4-inches to 12-inches 26 d) Otherwise only approved if specially listed on the drawings 27 2) Push -on Restrained Joint bell and spigot 28 a) Only those products list in the standard products list will be allowed for 29 the size listed in the standard products list per Section 01 60 00 30 b) Pressure rating shall exceed the working and test pressure of the pipe 31 line 32 e. Flanged Joints 33 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 34 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 35 125. 36 3) Field fabricated flanges are prohibited. 37 6. Gaskets 38 a. All rubber joint gaskets utilized on Ductile Iron Fittings shall be in 39 conformance with AWWA/ANSI C111/A21.11. 40 b. Flanged Gaskets -" ,. 4' 41 1) F�ilLface ' &...._, . ; -- ..- ',,. " ,, . 42 -2). iiifiiatuiet iru to shaper from minimum 80 durometer SBR rubber stock 43 of a thiiekuess, nat.lesg "than 1/8 inch ' 44 3) Virgin -stock—: . :. ... . 45 4) Conforming to the physical and test requirements specified in 46 AWWA/ANSI C111/A21.11 47 5) Finished gaskets shall have holes punched by the manufacturer and shall 48 match the flange pattern in every respect. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 331111-7 DUCTILE IRON FITTINGS Page 7 of 13 1 6) Frayed cut edges resulting from job site gasket fabrication are not 2 acceptable. 3 7) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, when 4 required. 5 c. Isolation Flanges 6 1) Flanges required by the drawings to be Isolation Flanges shall conform to 7 Section 3 04 10. 8 7. Bolts and Nuts 9 a. Mechanical Joints 10 1) High strength corrosion restraint low -carbon weathering steel in 11 accordance with AWWA/ANSI C111/A21.11, and ASTM A242, 12 2) Cor-Blue coated with FluoroKote #1, or equal 13 a) Coating shall conform to the performance requirements of ASTM B117 14 for up to 4000 hours and shall include, if required, a certificate of 15 conformance. 16 b. Flanged Ends 17 1) Meet requirements of AWWA C115. 18 a) For buried and non -buried applications, provide ASTM A193 grade B7 t 9 bolts and ASTM 194 grade 2H Nuts. 20 8. Flange Coatings 21 a. Connections to Steel Flanges 22 1) Coatings for buried flanges shall be Densyl Tape system manufactured by 23 Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or 24 approved equal. 25 9. Ductile Iron Fitting Exterior Coatings 26 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 27 thick, on the exterior, unless otherwise specified in the Contract Documents. 28 10. Polyethylene Encasement 29 a. All buried Ductile Iron Fittings shall be polyethylene encased. 30 b. Only manufacturers listed in the City's Standard Products List as shown in 31 Section 01 60 00 will be considered acceptable. 32 c. Use only virgin polyethylene material. 33 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 34 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 35 cross -laminated (HDCL) polyethylene encasement conforming to conforming 36 to AWWA/ANSI C105/A21.5 and ASTM A674. 37 e. Marking: At a minimum of every 2 feet along its length, the mark the 38 polyethylene film with the following information: 39 1) Manufacturer's name or trademark 40 2) Year of manufacturer 41 3) AWWA/ANSI C105/A21.5 42 4) Minimum film thickness and material type 43 5) Applicable range of nominal diameter sizes 44 6) Warning — Corrosion Protection — Repair Any Damage 45 f. Special Markings/Colors 46 1) Reclaimed Water, perform one of the following: 47 a) Label polyethylene encasement with "RECLAIMED WATER", CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 331111-8 DUCTILE IRON FITTINGS Page 8 of 13 1 b) Provide purple polyethylene in accordance with the American Public 2 Works Association Uniform Color Code; or 3 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 4 2) Wastewater, perform one of the following: 5 a) Label polyethylene encasement with "WASTEWATER"; 6 b) Provide green polyethylene in accordance with the American Public 7 Works Association Uniform Color Code; or 8 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 9 g. Minimum widths 10 Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 11 11. Ductile Iron Fittings Interior Lining 12 a. Cement Mortar Lining 13 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 14 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 15 NSF 61. 16 b. Ceramic Epoxy or Epoxy Linings 17 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 18 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 19 List as shown in Section 01 60 00. 20 2) Apply lining at a minimum of 40 mils DFT 21 3) Due to the tolerances involved, the gasket area and spigot end up to 6 22 inches back from the end of the spigot end must be coated with 6 mils 23 nominal, 10 mils maximum using a Joint Compound as supplied by the 24 manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331111-9 DUCTILE IRON FITTINGS Page 9 of 13 1 a) Apply the joint compound by brush to ensure coverage. 2 b) Care should be taken that the joint compound is smooth without excess 3 buildup in the gasket seat or on the spigot ends. 4 c) Coat the gasket seat and spigot ends after the application of the lining. 5 4) Surface preparation shall be in accordance with the manufacturer's 6 recommendations. 7 5) Check thickness using a magnetic film thickness gauge in accordance with 8 the method outlined in SSPC PA 2. 9 6) Test the interior lining of all fittings for pinholes with a non-destructive 10 2,500 volt test. 11 a) Repair any defects prior to shipment. 12 7) Mark each fitting with the date of application of the lining system along 13 with its numerical sequence of application on that date and records 14 maintained by the applicator of his work. 15 8) For all Ductile Iron Fittings in wastewater service where the fitting has 16 been cut, coat the exposed surface with the touch-up material as 17 recommended by the manufacturer. 18 a) The touch-up material and the lining shall be of the same manufacturer. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. General 27 1, install fittings, specials and appurtenances as specified herein, as specified in 28 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's Z9 recommendations. 30 2. Lay fittings to the lines and grades as indicated in the Drawings. 31 3. Excavate and backfill trenches in accordance with 33 05 10. 32 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 33 B. Joint Making 34 1. Mechanical Joints 35 a. Bolt the follower ring into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWWA C600. 37 b. Overstressing of bolts to compensate for poor installation practice will not be 38 permitted. 39 2. Push -on Joints 40 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 41 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 42 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 33 11 11 -10 DUCTILE IRON FITTINGS Page 10of13 1 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 c. When using a field cut plain end piece of pipe, refinished the field cut and scarf 4 to conform to AWWA M-41. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in 1 direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 C. Polyethylene Encasement Installation: 20 21 22 23 24 25 26 27 28 29 30 31 32 33 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between fittings and polyethylene. b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 1) Provide sutpcient slack in contouring lx prevent stretching polyethylene . where it bridges irregular surfaces such as bell -spigot interfaces, bolted. joints or fittings, and"to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 36 section. 37 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 38 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 39 ends. 40 c. Lower fittings into trench with preceding section of pipe. 41 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 42 C. After assembling fittings make overlap of polyethylene tube, pull bunched 43 polyethylene from preceding length of pipe, slip it over end of the fitting and 44 wrap until it overlaps joint at end of preceding length of pipe. 45 f. Secure overlap in place. 46 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 47 barrel of fitting, securing fold at quarter points. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331111 -11 DUCTILE IRON FITTINGS Page I 1 of 13 1 h. Repair cuts, tears, punctures or other damage to polyethylene. 2 i. Proceed with installation of next fitting in same manner. 3 3. Tubular Type (Method B) 4 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 5 section. 6 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 7 end. 8 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 9 barrel of fitting, securing fold at quarter points; secure ends. 10 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 11 proceeding pipe section, bunching it accordion -fashion lengthwise. 12 e. After completing joint, pull 3-foot length of polyethylene over joint, 13 overlapping polyethylene previously installed on each adjacent section of pipe 14 by at least 1 foot; make each end snug and secure. 15 4. Sheet Type 16 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 17 section. 18 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 19 clears the fitting ends. 20 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 21 quadrant of fitting. 22 d, Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 23 e. Lower wrapped fitting into french with preceding section of pipe. 24 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 25 g. After completing joint, make overlap and secure ends. 26 h. Repair cuts, tears, punctures or other damage to polyethylene. 27 i. Proceed with installation of fittings in same manner. 28 5. Pipe -Shaped Appurtenances 29 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 30 polyethylene in same manner as pipe and fittings. 31 6. Odd -Shaped Appurtenances 32 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 33 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 34 sheet under appurtenances and bringing it up around body, 35 b. Make seams by bringing edges together, folding over twice and taping down. 36 c. Tape polyethylene securely in place at the valve stem and at any other 37 penetrations. 38 7. Repairs 39 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 40 or with short length of polyethylene sheet or cut open tube, wrapped around 41 fitting to cover damaged area, and secure in place. 42 8. Openings in Encasement 43 a. Provide openings for branches, service taps, blow -offs, air valves and similar 44 appurtenances by making an X-shaped cut in polyethylene and temporarily 45 folding back film. 46 b. After appurtenance is installed, tape slack securely to appurtenance and repair 47 cut, as well as other damaged area in polyethylene with tape. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331111-12 DUCTILE IRON FITTINGS Page 12 of 13 c. Service taps may also be made directly through polyethylene, with any 2 resulting damaged areas being repaired as described above. 3 9. Junctions between Wrapped and Unwrapped Fittings 4 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 5 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 6 b. Secure end with circumferential turns of tape. 7 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 8 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 9 Fittings. 10 D. Blocking 11 1. Install concrete blocking in accordance with Section 03 34 16 for all bends, tees, 12 crosses and plugs in the pipe lines as indicated in the Drawings. 13 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 14 normal to the thrust. 15 3. The supporting area for each block shall be at least as great as that indicated on the 16 Drawings and shall be sufficient to withstand the thrust, including water hammer, 17 which may develop. 18 4. Each block shall rest on a firm, undisturbed foundation or trench bottom, 19 5. If the Contractor encounters soil that appears to be different than that which was 20 used to calculate the blocking according to the Drawings, the Contractor shall 21 notify the Engineer prior to the installation of the blocking. 22 3.5 REPAIRIRESTORATION 23 A. Patching 24 1. Excessive field -patching is not permitted of lining or coating. 25 2. Patching of lining or coating will be allowed where area to be repaired does not 26 exceed 100 square inches and has no dimensions greater than 12 inches. 27 3. In general, there shall not be more than 1 patch on either the lining or the coating of 28 any fitting. 29 4. Wherever necessary to patch the fitting: 30 a. Make patch with cement mortar as previously specified for interior joints. 31 b. Do not install patched fitting until the patch has been properly and adequately 32 cured and approved for laying by the City. 33 c. Promptly remove rejected fittings from the site. 34 3.6 RE -INSTALLATION [NOT USED) 35 3.7 FIELD Foal SITE QUALITY CONTROL 36 A. Potable Water Mains 37 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 38 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 39 main as specified in Section 33 04 40. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTPVIIIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 DATE NAME END OF SECTION Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 331111 -13 DUCTILE IRON FITTINGS Page 13 of 13 SUMMARY OF CHANGE [Insert Project Name] [Insert Project Number] 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of8 1 SECTION 3312 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. 33 11 10 — Ductile Iron Pipe 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be per each. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 shall be paid for at the unit price bid per each "Gate Valve" installed for: 22 1) Various sizes 23 3. The price bid shall include: 24 a. Furnishing and installing Gate Valves with connections as specified in the 25 Drawings 26 b. Valve box 27 c. Extension 28 d. Valve vault and appurtenances (for 16-inch and larger gate valves) 29 e. Polyethylene encasement 30 f. Pavement removal 31 g. Excavation 32 h. Hauling 33 i. Disposal of excess material 34 j. Furnishing, placement and compaction of embedment 35 k. Furnishing, placement and compaction of backfill 36 1. Clean-up 37 m. Cleaning 38 n. Disinfection 39 o. Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page2 of 8 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. NRS — Non Rising Stem 4 2. OS&Y — Outside Screw and Yoke 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Association of State Highway and Transportation Officials (AASHTO). 10 3. American Society of Mechanical Engineers (ASME): 11 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 12 4. ASTM International (ASTM): 13 a. A48, Standard Specification for Gray Iron Castings. 14 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 15 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 16 Tensile Strength. 17 d. A536, Standard Specification for Ductile Iron Castings. 18 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 19 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 20 Steel. 21 5. American Water Works Association (AWWA): 22 a. C509, Resilient -Seated Gate Valves for Water Supply Service. 23 b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. 24 c. C550, Protective Interior Coatings for Valves and Hydrants. 25 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 26 through 12 IN, for Water Transmission and Distribution. 27 6. American Water Works Association/American National Standards Institute 28 (AWWA/ANSI): 29 a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 30 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 31 Fittings. 32 c. C115/A21.15, Flanged Ductile -iron Pipe with Ductile -Iron or Gray -Iron 33 Threaded Flanges. 34 7. NSF International (NSF): 35 a. 61, Drinking Water System Components - Health Effects. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. 39 B. All submittals shall be approved by the Engineer or the City prior to delivery. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Product Data CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [insert Project Name] [Insert Project Number] 33 12 20 - 3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 8 1 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 2 supplied, including: 3 a. Dimensions, weights, material list, and detailed drawings 4 b. Joint type 5 c. Maximum torque recommended by the manufacturer for the valve size 6 2. Polyethylene encasement and tape 7 a. Whether the film is linear low density or high density cross linked polyethylene 8 b. The thiclmess of the film provided 9 3. Thrust Restraint, if required by contract Documents 10 a. Retainer glands 11 b. Thrust harnesses 12 c. Any other means 13 4. Bolts and nuts for mechanical and flange joints 14 5. Instructions for field repair of fusion bonded epoxy coating 15 6. Gaskets 16 B. Certificates 17 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 18 the provisions of this Section, each valve meets Specifications, all inspections have 19 been made and that all tests have been performed in accordance with AWWA C509 20 or AWWA C515. 21 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. Resilient Seated Gate Valves shall be new and the product of a manufacturer 37 regularly engaged in the manufacturing of Resilient Seated Gate Valves having 38 similar service and size. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 8 t 1. Protect all parts so that no damage or deterioration will occur during a prolonged 2 delay from the time of shipment until installation is completed and the units and 3 equipment are ready for operation. 4 2. Protect all equipment and parts against any damage during a prolonged period at the 5 site. 6 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 7 strongly built and securely bolted thereto. 8 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 9 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 10 extremes in temperature. 11 6. Secure and maintain a location to store the material in accordance with Section 01 12 66 00. 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY 15 A. Manufacturer Warranty 16 1. Manufacturer's Warranty shall be in accordance with Division 1. 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oa] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 20 A. Manufacturers 21 1. Only the manufacturers as listed on the City's Standard Products List will be 22 considered as shown in Section 01 60 00. 23 a. The manufacturer must comply with this Specification and related Sections. 24 2. Any product that is not listed on the Standard Products List is considered a 25 substitution and shall be submitted in accordance with Section 01 25 00. 26 B. Description 27 1. Regulatory Requirements 28 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 29 shall meet or exceed the requirements of this Specification. 30 b. All valve components in contact with potable water shall conform to the 31 requirements of NSF 61. 32 C. Materials 33 1. Valve Body 34 a. Valve body: ductile iron per ASTM A536 35 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 36 c. Mechanical Joints: Furnish with outlets which conform to AWWAIANSI 37 C111/A21.11. 38 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 39 mils, meeting AWWA C550 requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 8 1 e. Buried valves: Provide with polyethylene encasement in accordance with 2 AWWA/ANSI C105/A21.5. 3 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 4 2. Wedge (Gate) 5 a. Resilient wedge: rated at 250 psig cold water working pressure 6 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 7 permanently bonded EPDM rubber. 8 3. Gate Valve Bolts and Nuts 9 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 10 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 11 through 12-inch valves) 12 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 13 sizes) and for valves 16-inch through 36-inch (non -buried service) 14 4. Bolts and Nuts 15 a. Mechanical Joints 16 1) High strength corrosion restraint low -carbon weathering steel in 17 accordance with AWWA/ANSI C111/A21.11, and ASTM A242. 18 2) Cor-Blue coated with FluoroKote #1, or equal 19 a) Coating shall conform to the performance requirements of ASTM B117 20 for up to 4000 hours and shall include, if required, a certificate of 21 conformance. 22 b. Flanged Ends 23 1) Meet requirements of AWWA C509 and C515. 24 2) For buried and non -buried applications, provide AISI 304 Stainless Steel 25 bolts and AISI 316 Stainless Steel nuts. 26 3) Spray bolts and nuts with anti -seize compound. 27 5. Joints 28 a. Valves: flanged, or mechanical joint or any combination of these as specified 29 on the Drawings or in the project Specifications 30 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 31 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, 32 Class 125. 33 b) Field fabricated flanges are prohibited. 34 2) Steel or concrete cylinder pipe 35 a) Use flange -joints unless otherwise specified in the Contract 36 Documents. 37 3) Ductile Iron or PVC pressure pipe 38 a) Use mechanical joints unless otherwise specified in the Contract 39 Documents. 40 6. Operating Nuts 41 a. Supply for buried service valves 42 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 43 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 44 operating nut base. 45 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 46 direction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 8 1 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 2 from transferring torque to that shaft or the gear box that exceeds the 3 manufacturer's recommended torque. 4 f. Furnish handwheel operators for non -buried service. 5 7. Gearing 6 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 7 b. Bevel gears for horizontally mounted valves are not allowed. 8 c. The spur gear shall be designed and supplied by the manufacturer of the valve 9 as an integral part of the gate valve. 10 8, Gaskets 11 a. All rubber joint gaskets utilized on valves shall be in conformance with 12 AWWA/ANSI C111/A21.11. 13 b. Flanged Gaskets 14 1) Full face 15 2) Manufactured true to shape from approved synthetic rubber stock of a 16 thickness not less than 1/16 inch 17 3) Virgin stock and conforming to the physical and test requirements specified 18 in AWWA/ANSI C111/A21.11 19 4) Finished gaskets shall have holes punched by the manufacturer and shall 20 match the flange pattern in every respect. 21 5) Frayed cut edges resulting from job site gasket fabrication are not 22 acceptable. 23 6) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, where 24 required. 25 2.3 ACCESSORIES 26 A. All gate valves shall have the following accessories provided as part of the gate valve 27 installation: 28 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 29 within 1 foot of the surface of the ground, when the operating nut on the gate valve 30 is 3 feet or more beneath the surface of the ground. Extension Stems are: 31 a. Not required on City stock orders 32 b. Not to be bolted or attached to the valve -operating nut 33 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 34 loosely enough to allow deflection 35 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 36 sufficient quantity for assembly of each joint. 37 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 38 boxes and covers 39 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 40 shafts, screw type, consisting of a top section and a bottom section. 41 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 42 in attached in Section 01 60 00. 43 c. Valve box covers shall be so designed that they can be easily removed to 44 provide access to valve operating nut. 45 d. Valve box covers must be designed to stay in position and resist damage under 46 AASHTO HS 20 traffic loads. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 12 20 - 7 RESILIENT SEATED (WEDGE) GATE VALVE Page7of8 1 e. Each cover shall be casted with the word "WA 1'hR" in raised Letters on the 2 upper surface. 3 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 40. 4 g. Box extension material shall be AWWA C900 PVC or ductile iron. 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. All valves shall be installed in vertical position when utilized in normal pipeline 13 installation. 14 2. Valves shall be placed at line and grade as indicated on the Drawings. 15 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 HELD [oR] SITE QUALITY CONTROL 19 A. Field Inspections 20 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 21 the opportunity to operate the valve. 22 2. The Operator will be assessing the ease of access to the operating nut within the 23 valve box and ease of operating the valve from a fully closed to fully opened 24 position. 25 3. If access and operation of the valve meet the City's criteria, then the valve will be 26 accepted as installed. 27 B. Non -Conforming Work 28 1. If access and operation of the valve does not meet the City's criteria, remedy the 29 situation until the valve meets the City's criteria. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) [Insert Project Number] 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 12 25 -1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 1 SECTION 33 12 25 2 CONNECTION TO EXISTING WATER MAINS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Performing in -line connections 10 d. Installing a tapping sleeve and valve 11 B. Deviations from this City of Fort Worth Standard Specification 12 1 None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1— General Requirements 17 3. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 18 4. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 19 5. 33 11 10 — Ductile Iron Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Connection to an existing unpressurized Fort Worth Water Distribution System 23 Main that does not require the City to take part of the water system out of service 24 a. Measurement 25 1) This Item is considered subsidiary to the water pipe being installed. 26 b. Payment 27 1) The work performed and the materials furnished in accordance with this 28 Item are subsidiary to the unit price bid per linear foot of water pipe 29 complete in place, and no other compensation will be allowed. 30 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 31 that requires a shutdown of some part of the water system 32 a. Measurement 33 1) Measurement for this Item shall be per each connection completed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Connection to Existing 37 Water Main" installed for: 38 a) Various sizes of existing water distribution main 39 c. The price bid shall include all aspects of making the connection including, but 40 not limited to: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 [225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 1 1) Preparing submittals 2 2) Dewatering 3 3) Exploratory excavation (as needed) 4 4) Coordination and notification 5 5) Remobilization 6 6) Temporary lighting 7 7) Polyethylene encasement 8 8) Make-up pieces 9 9) Linings 10 10) Pavement removal 11 11) Excavation 12 12) Hauling 13 13) Disposal of excess material 14 14) Clean-up 15 15) Cleaning 16 16) Disinfection 17 17) Testing 18 3, Connection to an existing pressurized Fort Worth Water Distribution System Main 19 by Tapping Sleeve and Valve: 20 a. Measurement 21 1) Measurement for this Item shall be per each connection completed. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Tapping Sleeve and 25 Valve" installed for: 26 a) Various sizes of connecting main 27 b) Various sizes of existing water distribution main 28 c. The price bid shall include all aspects of making the connection including, but 29 not limited to: 30 1) Preparing submittals 31 2) Dewatering 32 3) Exploratory excavation (as needed) 33 4) Coordination and notification 34 5) Tapping Sleeve and Tapping Valve 35 6) Remobilization 36 7) Temporary lighting 37 8) Polyethylene encasement 38 9) Make-up pieces 39 10) Linings 40 11) Pavement removal 41 12) Excavation 42 13) Hauling 43 14) Disposal of excess material 44 15) Clean-up 45 16) Cleaning 46 17) Disinfection 47 18) Testing CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 I 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Society of Mechanical Engineers (ASME): 7 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 8 3. ASTM International (ASTM): 9 a. A36, Standard Specification for Carbon Structural Steel. 10 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 11 c. A283, Standard Specification for Low and Intermediate Tensile Strength 12 Carbon Steel Plates. 13 d, A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 14 and Intermediate -Tensile Strength. 15 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 16 f. D2000, Standard Classification System for Rubber Products in Automotive 17 Applications. 18 4. American Water Works Association (AWWA): 19 a. C200, Steel Water Pipe - 6 IN and Larger. 20 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. 21 c, C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel 22 Water Pipelines. 23 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 24 5. American Water Works Association/American National Standards Institute 25 (AWWA/ANSI): 26 a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 27 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 28 Fittings. 29 6. NSF International (NSF): 30 a. 61, Drinking Water System Components — Health Effects. 31 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 32 (MSS): 33 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 34 1.4 ADNIINISTRATIVE REQUIREMENTS 35 A. Pre -installation Meetings 36 1. Required for any connections to an existing, pressurized 16-inch or larger City 37 water distribution system main that requires a shutdown of some part of the water 38 system 39 2. May also be required for connections that involve shutting water service off to 40 certain critical businesses 41 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time 42 for the work to occur. 43 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 331225-4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 5. Review work procedures as submitted and any adjustments made for current field 2 conditions, 3 6. Verify that all valves and plugs to be used have adequate thrust restraint or 4 blocking. 5 7. Schedule a test shutdown with the City. 6 8. Schedule the date for the connection to the existing system. 7 B. Scheduling 8 1. Schedule work to make all connections to existing 16-inch and larger mains: 9 a. During the period from November through April, unless otherwise approved by 10 the City 11 b. During normal business hours from Monday through Friday, unless otherwise 12 approved by the City 13 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 14 planned disruption to the existing water system, 15 a. In the event that other water system activities do not allow the existing main to 16 be dewatered at the requested time, schedule work to allow the connection at an 17 alternate time acceptable to the City. 18 1) If water main cannot be taken out of service at the originally requested 19 time, coordination will be required with the City to discuss rescheduling 20 and compensation for mobilization. 21 2) No additional payment will be provided if the schedule was altered at the 22 Contractor's request. 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 26 fabrication for specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data, if applicable 29 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 30 a. Dimensions, weights, material list, and detailed drawings 31 b. Maximum torque recommended by the manufacturer for the valve by size 32 B. Submittals 33 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 34 by City that includes: 35 a. Results of exploratory excavation 36 b. Dewatering 37 c. Procedure for connecting to the existing water main 38 d. Time period for completing work from when the water is shut down to when 39 the main is back in service 40 e. Testing and repressurization procedures 41 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 42 must be certified and provide Welding Certificates, upon request, in accordance 43 with AWWA C200. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number) 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 7 from the time of shipment until installation is completed. 8 2. Protect all equipment and parts against any damage during a prolonged period at the 9 site. 10 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 11 built and securely bolted thereto. 12 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 13 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 14 extremes in temperature. 15 6. Secure and maintain a location to store the material in accordance with Section 01 16 6600. 17 1.11 141LLD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 A. Manufacturer Warranty 20 1. Manufacturer's warranty shall be in accordance with Division 1. 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED lox] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 24 A. Manufacturers 25 1. Only the manufacturers as listed by the City's Standard Products List will be 26 considered as shown in Section 01 60 00. 27 a. The manufacturer must comply with this Specification and related Sections. 28 2. Any product that is not listed on the Standard Products List is considered a 29 substitution and shall be submitted in accordance with Section 01 25 00. 30 13. Description 31 1. Regulatory Requirements 32 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 33 this Specification. 34 b. All valve components in contact with potable water shall conform to the 35 requirements of NSF 61. 36 C. Tapping Sleeve Materials 37 1. Body CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [insert Project Number] 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 2 A36 Steel or equal 3 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 4 applied per AWWA C213. 5 c. All buried tapping sleeves shall be provided with polyethylene encasement in 6 accordance with AWWA/ANSI C105/A21.5. 7 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 8 2. Flange 9 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 10 B16.1 Class 125. 11 b. Recessed for tapping valve per MSS SP-60 12 3. Bolts and Nuts 13 a. Flanged Ends 14 1) Meet requirements of AWWA C207. 15 2) Provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. 16 a) Spray bolts and nuts with anti -seize compound. 17 4. Gaskets 18 a. Nitrile Butadiene Rubber (NBR, Bona-N) per ASTM D2000 19 b. Bonded into cavity for internal and external retention 20 c. Temperature range: -20 degrees F to +180 degrees F 21 d. Suitable for water, oil, mild acids, bases, and most (aliphatic) hydrocarbon 22 fluids 23 5. Test Plug 24 a. %-inch NPT carbon steel with square head and fusion bonded epoxy coating 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION 30 A. Verification of Conditions 31 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 32 in the Drawings and that the location is suitable for a connection to the existing 33 water main. 34 a. Excavate and backfill trench for the exploratory excavation in accordance with 35 33 05 10. 36 2. Verify that all equipment and materials are available on —site prior to the shutdown 37 of the existing main.. 38 3. Pipe lines shall be completed, tested and authorized for connection to the existing 39 system in accordance with Section 33 04 40. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in service. 6 B. Procedure 7 1. Expose the proposed connection point in accordance with Section 33 05 10. 8 2. Dewater the existing water line so the chlorinated water is not unlawfully 9 discharged. 10 3. Maintain the water that may bleed by existing valves or plugs during installation 11 within the work area to a reasonable level. 12 a. Control the water in such a way that it does not interfere with the proper 13 installation of the connection or create a discharge of chlorinated water. 14 4. If a fish kill occurs associated with the construction activities: 15 a. Immediately alter activities to prevent further fish kills. 16 b. Immediately notify Water Department. 17 c. Collect and classify fish in accordance with TCEQ requirements. 18 d. Coordinate with City to properly notify TCEQ. 19 e. Be responsible for fines assessed. 20 5. Cut and remove existing water main in order to make the connection. 21 6. Verify that the existing pipe line is suitable for the proposed connection. 22 7. Place trench foundation and bedding in accordance with 33 05 10. 23 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 24 water main shall be submitted to the City. 25 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 26 10. Establish thrust restraint as provided for in the Drawings. 27 11. Clean and disinfect the pipeline associated with the connection in accordance with 28 Section 33 04 40. 29 12. Place embedment to the top of the pipe zone. 30 13. Request that the City Valve Crew re -pressurize the pipeline. 31 14. Directionally flush the connection in accordance with Section 33 04 40. 32 15. Request that City Valve Crew open all remaining valves. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 1 3.5 REPAIRIRESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 1+IELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] DIVISION 34 TRANSPORTATION 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 34 71 13 TRAFFIC CONTROL 347113-1 TRAFFIC CONTROL Page 1 of 5 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid for "Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2)—Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item shall be per week for the duration of use. 33 b. Payment 34 1) The work performed and materials furnished in accordance to this Item and 35 measured as provided under "Measurement" shall be paid for at the unit 36 price bid per week for "Portable Message Sign" rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post -construction 42 3. Preparation of Traffic Control Plan Details CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 347113-2 TRAFFIC CONTROL Page 2 of 5 1 a. Measurement 2 1) Measurement for this Item be per each Traffic Control Detail prepared. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 shall be paid for at the unit price bid per each "Traffic Control Detail" 6 prepared. 7 c. The price bid shall include: g 1) Preparing the Traffic Control Plan Details 9 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 10 (TMUTCD) 11 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 12 4) Incorporation of City comments 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 19 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 20 Transportation, Standard Specifications for Construction and Maintenance of 21 Highways, Streets, and Bridges. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 25 implementing Traffic Control within 500 feet of a traffic signal. 26 13. Sequencing 27 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 28 approved by the City and design Engineer before implementation. 29 1.5 SUBMITTALS 30 A. Provide the City with a current list of qualified flaggers before beginning flagging 31 activities. Use only flaggers on the qualified list. 32 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 33 Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the 34 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 35 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 36 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 37 Engineer. 38 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 39 Specifications. The Contractor will be responsible for having a licensed Texas 40 Professional Engineer sign and seal the Traffic Control Plan sheets. 41 E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 42 changes to the Traffic Control Plan(s) developed by the Design Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviser] July 1, 2011 [Insert Project Name] [Insert Project Number] 34 71 13 -3 TRAFFIC CONTROL Page3 of 5 1 F. Design Engineer will furnish standard details for Traffic Control. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS 10 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 11 2.2 ASSEMBLIES AND MATERIALS 12 A. Description 13 1. Regulatory Requirements 14 a. Provide Traffic Control Devices that conform to details shown on the 15 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 16 Device List (CWZTCDL). 17 2. Materials 18 a. Traffic Control Devices must meet all reflectivity requirements included in the 19 TMUTCD and TxDOT Specifications — Item 502 at all times during 20 construction. 21 b. Electronic message boards shall be provided in accordance with the TMUTCD. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 EXAMINATION [NOT USED] 26 3.2 PREPARATION 27 A. Protection of In -Place Conditions 28 1. Protect existing traffic signal equipment. 29 3.3 INSTALLATION 30 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 31 the Drawings and as directed. 32 13, Install Traffic Control Devices straight and plumb. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20I 1 [Insert Project Name] [Insert Project Number] 347113-4 TRAFFIC CONTROL Page 4 of 5 1 C. Do not make changes to the location of any device or implement any other changes to 2 the Traffic Control Plan without the approval of the Engineer. 3 1. Minor adjustments to meet field constructability and visibility are allowed. 4 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 5 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 6 covering, or removing Devices. 7 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 8 and that retroreflective characteristics meet requirements during darkness and rain. 9 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 10 and state laws (by failing to furnish the necessary flagmen, wanting devices, barricades, 11 lights, signs, or other precautionary measures for the protection of persons or property), the 12 Inspector may order such additional precautionary measures be taken to protect persons 13 and property. 14 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 15 or in conflict with the proposed method of handling traffic or utility adjustments, can be 16 constructed during any phase. 17 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 18 distance of drivers entering the highway from driveways or side streets. 19 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 20 be erected and mounted on portable supports. 21 1. The support design is subject to the approval of the Engineer. 22 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 23 J . If at any time the existing traffic signals become inoperable as a result of construction 24 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 25 approved by the Engineer, to be used for Traffic Control. 26 K. Flaggers 27 1. Provide a Contractor representative .who has been certified as a flagging instructor 28 through courses offered by the Texas Engineering Extension Service, the American 29 Traffic Safety Services Association, the National Safety Council, or other approved 30 organizations. 31 a. Provide the certificate indicating course completion when requested. 32 b. This representative is responsible for training and assuring that all flaggers are 33 qualified to perform flagging duties. 34 2. A qualified flagger must be independently certified by 1 of the organizations listed 35 above or trained by the Contractor's certified flagging instructor. 36 3. Flaggers must be courteous and able to effectively communicate with the public. 37 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 38 and follow the flagging procedures set forth in the TMUTCD. 39 5. Provide and maintain flaggers at such points and for such periods of time as may be 40 required to provide for the safety and convenience of public travel and Contractor's 41 personnel, and as shown on the Drawings or as directed by the Engineer. 42 a. These flaggers shall be located at each end of the lane closure. 43 L. Removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 5 1 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 2 and other Traffic Control Devices used for work -zone traffic handling in a timely 3 manner, unless otherwise shown on the Drawings. 4 3.4 REPAIR / RESTORATION [NOT USED] 5 3.5 RE -INSTALLATION [NOT USED] 6 3.6 HELD lox] SITE QUALITY CONTROL [NOT USED] 7 3.7 SYSTEM STARTUP [NOT USED] 8 3.8 ADJUSTING [NOT USED] 9 3.9 CLEANING [NOT USED] 10 3.10 CLOSEOUT ACTIVITIES [NOT USED] 11 3.11 PROTECTION [NOT USED] 12 3.12 MAINTENANCE [NOT USED] 13 3.13 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] APPENDIX A AS -BUILT DRAWINGS & LAY SHEETS OF CONFLICT 89 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT F-201 WATI?R TRA\SiVIISSIO\ LINE E-15 CLIF OVERCASH; MAYOR R.N. LINE CITY MANAGER PROJECT NO 109-14000-5542 1975 FREESE and NICHOLS CONSULTING ENGINEERS J. L. ROBINSON DIRECTOR, WATER DEPT. J. R. HENDRICK ASS'T DIRECTOR, WATER DEPT. AP ROVE13 / / .��- A L. RCBENx ON -DI RECTOR, WATER DE'T. RETOM ICI EN DED_ J.RHENDRICK- APPROVED_ T DIR.ECTOR NATEH PEI'F. ¢✓I_ifr, /WR+.a� L)11LL Cq�f, JCR N. CR HHAM -DIRECTOR.PUBLIC NORRS F 2 6 / X-9201 APPROVED ��LC';�.S.�yg�yLy C r_ "111J .MT C.S.RTERRC-DiREGTOR,TRAfnC ERSIRCCR114 DEPT 0 m O. 2:ATsr/NO i a MI/N -'r-444 r H 4I� (» * I� GENERAL NOTES o, o O u M SURVEY SEARS,ROERUOC F CO. PROJECT (MAJOR PORTION) LIMIT \ STA. 1594 A3 FORT wTRTN _ r• morcosor L27+j•I T _FAsyrrN� '-� PROP 0 $ WATER RIALTO. CITY O N 4 .1 J.e. LorT ;IS X 1. PROVIDE HORIZONTAL SLOCKINO F00. ALL DEND5&OUTLETS A5 PER rIOURE 4 (PART E. APPENDIX EC) OP GENERAL SPECIFICAT10N5. 0. REPAIR ASPHALT PENETRATION PAVING SURFACC AS PER FIGURE 201 (PART E, APPEND•% 1L) OF OE7ERAL SPECIFICATIONS. 5. THE FIRST SECTION OP THE PROJECT TO De COMPLETED SHALL De THAT SECTION NORTH of THE t OP INTERSTATE HW V. LOOP 620 . 4. CONTRACTOR SMALL ADEQUATELY 5H0614. DRAGE TRENCH MAILS WITHIN 5 FEST OF PONDS POLES TO INSURE THAT ALL POLES • REMAIN UNDISTURBED. 5• ALL DIMENSION? TO CURDS ARE TO THE FACE OF THE CURD. SLOCE:53 NOTES: • L SEA2:`A AOGS SPONM ASE CASCO ON =500310 TEST ✓.ESSU:E AN5 3000 PS F SOIL OEA2u15 VALUE > 1.,. an SI•A GN • MAY VITT 1F VECESSAOY DE OEA1:.50 A:a10S- 1.YL,STU25E0 TOENCN MRS. SAM MSLEAN a D07 MALLICOTE 8. S T A. LEY SUR VEY LEGEND PR0P05E0 WATER MAIN PROPOSED 4ATE VALVO �F�• PROPOSED AI➢ RELEASE VALVC �uX EXIST:NO WATER MAINS--51�-- OTHER SURFACE FACILITIES (AS IDENTI f eO) OR0001 C0 RICO/ow !J d;Fhr ere T \ Entedmer!7 \`i4 GECT(_O&_ -_ (DETAILS OF uORIZONTAL 5LOCKING NO 'C•LE PROJECT SCALE FR NOTE IN 1001TOV TO •MASOS POA110N• OF030.3CT SLOPS MOTET... OW0:OE SEC^DNS (EACH 140 LF)SHALL EE COHSTO51 7 " AS SN.•FN ON 5I.E73 5 ARO LOCATION 0 Ci MAV r- 200' i 5 i 0 W. M. LOURCEYJEI Ca-i PS/acFlo9 r•23C r•ISO• • Too orRIR, EMIT 5� �'aJ/},LL/ P T .` '7L•eC xl J:10 6:PCFIr2 CST R.2 3T T•ISO' Y'cw. ih. IT 0„gRI OTE ROW., 4S'{cr.e.A Ilk /2efnd Ppeer. OOUM SUQVEY M0 TO CO LA 206060AT10N PROJECT (MAJOR PCRTION1 LIMIT STA. 20.400 12_I TORT wOPTN T6 • WE 0•E .------- FIRST NATIONAL SANE OF CALLASe TRUSTEE ii.7e. MP<E%n t-1.0 f•23)t' PETAII. OF SERVICE MAINS TO MOTOROLA CORP. SCALE 1'- 4'-d NALTON urr •�� R O B I N 5 0 IJ SURVEY C>.t ShxEiry f•L or- LIT Y. Z55' ICJ/RN d1 INDEX OF ORAWING5 ]>P•�PR.•OLItP SNECT 40. 0ESCRIOTI0N 6.O..e!.1 P;Ae �•-TT FIR 0164/ 4 0y COVER 3NCCT PROJECT LOCAT/031•OETAILs•.NDEx PUN - PROFILE STA. H5S7A3 TO :71400 "LAN- PROFILE STA. 171400 TO :53400 "LAN- PROFILE STA :63300 TO I55400 PLAN- PROFILE 570.193300 TO 205400 POC RILL A.A.20Sf0r TO 2151 DO P ▪ LAN PZCFILE STA.2:5 TOP TO 224700 14:1',04 ,1 .PPRI•Md!F IFTfOR CT, Fprg � Er.• Yc 3.6•?? G. ANT CITY OF FORT PORT H, TEXAS WATER DEPARTMENT WATER TRANSMISSION MAIN E-I5 PROJECT LOCATICN DETAILS -INDEX • FRE£5E AM NICHOLS CONSULTIVE ENG.NEEPS mein GMR i .5s .2RRkrArrs 1 109-I4000.5542 •:.• Proessoon Eedr xi-A:way" T COnc.BL6CA'AV E707 SW. C94Tr YA.VE fe_ ,, ?: e F - ---->„ /F0,5 J i N//B.ifSS !%SE �.. `' I S 41E654 49 : / \ STA 1417,5+c BLOW OAF 1667C LLNG2VETT SEE FIE Et OE 047, 544C0 • I I M',S' 9,7£AJ0VAil (E49C9•946- f•1 SO' of Se' rise ) STA. 159r 43.0 END PROJECT (MAJOR PORTIONJHERE NE/.OVZ OTISTWO B:CC/r/A0AVD rJ?N_O-Y._RD P'U0' /NSTALL Se7CLOSCASE TECr' ' Tr. Y-04.5- 6LOCK(N6' / •ASS • /MJT/L //fe'BENG P str6 ..3 c' TT/ /(40.40 se ELOCK/.VG '•3. 23' ;WI; STA /40•70 13 B:OC'KJA'G: A.3.93' r•a5a SrA /FY31s.o. ELoctus: A.V.I;t 0' / /nTTALL //*'acne - Y •tl __ ._ ..... .-.. lc CLASS ssq f_ STR£SSEO CONCRETE PIPE _el, 6•� fete te PP • • Older h Mower fa /'} L � —ii ..—_ -7_-'— '^ 1%E.—•—•.._•_ E —ram 0. 0 D U M SURVEY Abst 1184 A,Ck.a+K• DM, ESO S 7A6[ET rrrer jO or EAST yrA6V4I EC sr .6 IT.4,66•4E 77 f&ENTION FES T7 630 •O20 -: T- 159.00 • 4434CYrr /60a00 �t.11 { V 3 V— K Z t I61a0(1 Z It 1t2a0n N SCARS AOCIDCC ANO COF01A7 VOL.1266, 1.71E •1 roses O;ah01•Moad Slug $,*,.Main The WPer/y . wE The Cil✓w^F l6b-6. ' FORT WORTH T<soe.e,,, C erg l;en Ems,.-: Lane Fi.u.e Cure - ---. • F •u.e 0o.b /�p�ILs £AH e7 i EC• �f- --_ S TREE f T--•— Asphalt f'.wfrar;en So./•rY.c �• z * Z Erb wear hwee. — F*!uee• w ti SCALES NSA: /K • A7' VER7+ /w • I' MNS SAY MC LEAN (WO I/2) VOL.e071 PASS INN 001. MALLICOTE IONO I/) VOL 11,1141 PACE T21 G.B. STANLEY SURVEY Abst 1378 3 T 71 __". T 1 _.—_1 rrP£-a-80iif , 163 000O Ie4a00 165f00 166410 HAL TOM G/7Y tp - REV-7 S!-A aJEf . -I'l ` -.ii i- i'fi't-- -1 4 t1-1' ?— i" f_ I _:-__ 1 j : t •-, T 630 170+00 171 CITY OF FORT WORTH. TEXAS WATER DEPARTMENT WATER TRANSMISSION MAIN E-15 ▪ 6p PLAN —PROFILE 159+43 TO I7I+00 C20 7AEESE AN0 NICN0LS CONSULTING CSGi66L5S RAw[•eO �- 3IJdJAW`�V stamemta '- • NL. As's•ewn I �. I 109-14000-554? 11.21, e. 7 FORT WORTH O. 0 0 UM SURVEY Abs.1184 SUDS IICIODCV ADO DO AAAAA VOL 411$1,14/033 VI r • CA.' STA./77.4es CS &Welt Ire Send 640Ckinig: A • Iy34 re..4.69rpr0 C.B.41414,04a, &remain! 114.4.? •,RR els RP 14.714 ese•tyWrie ryper ic BEACH r75 97PEET frt aarb lents -7— HALTOM CITY - t 1- ft'- r_ . / /1,1-.4. B.41C,KFILL [.1 1 .:. I. r i t - 1 I.. - i— . - t-1 .4 --1,. , . IT i- r i 1 . .t'h--t soo -....t. 1.- 1 - - ' 77,7r t" , L3i. 1 _,, f.. • I., 3 .0. F. - . ' ‘---'---'41.----- _,. . , •• -t'' ox0 , ----774.7.iir?"1 r- ''"'---.--.:-. • • I " ' ' i ' ' ! 1 - T r'i i'• I --' .3_ I1". ! i ' '! :''!' r..' 1 1 T . --t--.L-1:I--.-_4-- -r,------r-Ir1..7 -14,,..r4444:-47,:'-t1.v --T,' - --,,,4i+-., 4. .1 7-A, -_4---.1 _-ti• '-=?'. i . r- tIr z) i, ;_ .- - 4- .7..., '1 '44 - 4 =., i f 7 1 t:::. 4 .t 7 I-1 :- .-E-,.. . ,. .... , .... , 7r4—r.-- I-Ic'. • - r • I. -. _„-.,_ . i iI • _. 7•_, -7I. - 1r 1•i • L4 ±I _. ,ii4:. _ I -,I . H4-_I. f- 1I a. f IT 17E400 4D3,T ektLE31 utkt/D) VOLDOTI,PADA t DOT VLUDOTD (uvtVD) VOL6141.VVTrea E - G.8. TANLEY SURVY Abst 378 7_- • !I ti1—.ii;t •I11iIfIiIii riIt !I1.._Itif1l•! H101 4i 1 tIII 1 [! ; I F I 1 f r r11-1-1 1 IL , . Lj4 1! f .4 2fA . AI L 1 36-a 4.53 150 PRESTRESSED CONCRETE P/P( 5CAL J.E.LOTT VOL. 5757 PG :47 50 3 01L). 4"44,...„. A V$e4t r itlr ifit3f.25—i-1 IZ . o PS Paw. Pla ef - • - re RP Rm 1. to So • fidure Curb 1.4 4., .41411414.1.4,b2 NOTL" ALL POIVER POLL ReLBCAT441,43 ro be ACCOMPLISHED BY On 4' LAS 7TF-.7 • J.8-77 .3-Ti.4 - „ I t '1" ftP 1 )1,4 •:t•I.,4 lki/tAIVicicl f - f Iff1L1 1 '' ! ' ! .:I t' 1.1 1 f f If 1.11r-iiM-1-11.HHII '11'.---Lf*" .. . 1 li 1 rill . [ ii. , i i- :11 Lii 1 • .i fit Lt•a_t ...„4., liih.T. : t!-.$-- 4.4•:1-. '.t.1: :f ..': II t f i (= -rr . 1 1 1 i 'I I I II i:: • r ir•1 .. --- .,_ is ' 1 -e .11 I 1 1--* 640 • .11:13.11 I. 4.i . fi''- 111 4,3-.7r•4- — ' i i. i t.,.,7i..V_T__,L-171-,_.: ..-- ...: ‘7... , I. .1111.L I I t t_41:-L" 1 T 78" fte44.00 - '--03i00 CITY CF FORT VICRTR, TEXAS WATER DEPARTMENT WATER TRANSMISSION MAIN E-15 PLAN -PROFILE [71+00 TO 183400 TAME AND 4410.04.3 CONSULT.ItO ENGIVELAS PICCC.1.60 1.7 • WARNING: HIGH PRESSURE OIL PIPELINES! CALL AP..CO PIPE LINE CO AT 267-3242. 48 HRS. PRIOR / • TO EXCAVATION IN NEAR PROXIMITY THERETO. D.ODUM SURVEY L1 r� Abst.1184 J.E. 'to/T 4 �(1/ 811/ STA STA/)-RK:-LE a) i, Trrooc Lr�,,ne k.-p lfl lv6. \i /\ zr iLPv.Es"Lr aMxY x I exF�C-Ali;r•f f; \�--{�i+ ____ _ M l•ZSJ• VA MG 7•7.a, f}/Tu7E [::Ae '� &pm AO r cA6o. R.LR.!. 1. Yil Atkesfo is 5: LA Erur. RARLI__ _ - —� W i; 7'-17 JLt r rur4PECExD * - raga trYnrr.NAryt,•ce,t)r_ ~! fo. aR>N PUrt:E CuZ-1". G / / I fe,brr A7 pyrhaCloi ;.'/1/.v ID'wr wL:asRYivO rEerP/GLr Grew ARCO PIPE L-NE CO P1E L.'.k'3 '. I.71 G.B. STANLEY SURVEY NST WIZ,* Abst. 1378 0l9elrm9' C•x_s• i.L50; NM SAM (CND Ell) VOL 2071..111•E II• DOT R4ttlt•TE (0ND.1/Si VOL.3441..Asl 1,24 hOTES: /. MOWER/Crr9rS Pat RELDCATiON TP De a, GTNE RS 2E C.K?ACrM TAAU rrT.off Y!OURINS COMTR:ACT/ON) 3OCAT av are t!l5T•seamy VE O4'ENS DERCN STGEE� r ,S PYTT,eLE ruAL/vE ' rwrT OCET NOT emtn'CQvr_^AcraO TJ:ALL YEA;PYA•Y0 eE OETPAANS,OLE PO.O ANY CAMAGE 10 SANE. - ' 550 • rH :83400 184400 185 T1 (WARNING: UNDERGROUND TELEPHONE CABLES! 1 i 1 " CALL ENTERPRIZE 9800 (THRU OPERATOR 48 HOURS PRIOR TO EXCAVATION IN NEAR PROXIMITY THERETO. k! 11")2+ee.5178 t. /1-4 `Mr.... LT { EQUATION STA. 1e6+.E09 BK• STA. '86.39.78 AA. P%uRE CEO Z____/ yNC. A#0 (NO::.TELfFl i;VE.C/Ej e • S 4' o Till-t t6 rel ~ j P .ar \OR•OGE CGfLLrANS a L A C N 36' CLASS 150 PRESTRESSED CONCRETE PIPE fr.,'R1,1%.y.o-_ 5.. it . vvr,SY. %Unoa-Th,- _. CL.2 RCP CAS,N4 -OPE 'CVY !CIS- -/ L rUN,I'EL •6CRE ONCER 1'- r py S 1( f 1( +� � (See Fi9:rR El G• CS�.i eoee r!'•a,S • < 1 �] [tzar ewe f SurTE0 j, • m.; / ""..+.R Se 710 7FI2_ 7-4 T.4.r=. 111' FOP T DAVID ODU� SURVEY • • Abst. 1184 \Y 0 R T -H i.R. LOLRCET, JR. MOTOROLA CORPORATION A0. 0004 0, 50E / ,a.. S1r5 14.301 60J-OinO RQ1K i • -4& SCALES FuroRE..+— W+P: r:n• SPA +K•. 9�.Of rr.9t r i f eigt".L(( ST.TOENO PZ i0- lP/N f l t.6r ehY-ie.•frp F•fr9 I•LfY r.'/.t7.OS C'9rvC •'ar?•PL 8•f� + /SS •�A ru,uRE EASE C, rAY _w<A lt OeiD R,»F STQEET }- T Z.- Cr i1,-A' POW. It R. GARS 1012 SLNNIT VaT v0R, TOM RTOL5•:4 14253 A J. M. 1 el:.:. _, : : : i - in`--'.-.InS_ _. i.�. _. i.=.T...+.{=.j:.-'= h r 't ;:"•-- Are Y__Ja''CI?-r, .e44. � ._ L . v. __ - - u�•rcr E, `1` ��- 9�: r—'Li .ic, Ge.:.y,:; • i_ T-.rG.S J: I. . _ .... ..:.. i Oli . __ - } o I•.# . T z ] : •]-. .. jT ;� T =. r•..C!✓,.4A'cl.'r A[w=eY .R'XV rs. ---i�i�- _ -- -:-4__ •`_i_ - Gu4T.AC,PP e5.A C 55444' MO 3C'C4 ,3 ' - _ 1 _ }: } T- - �- - ' 1 frE+CN BETS IEv: 4.' 4 r•/i :Lv; • _ �'-r i _ --}-1 -, i e',5 --'4' -'_ ;10:I` :_ f i-4,1 - Tr--:ee:Er: K.P 7Na-RrcLlwazAZAf_c 4-- -- _ :Z r t _ - i-; i. i- _�",# # - _ iB( �It17 >< • F" 188 WO 183ff� 00 190,b(1 191+00 f 19ZFa0 . 195 WI r O M C I TV ROBINSON SURVEY Abst 1346 r,PST RATIONAL NAA5 Or CALLAS, TRUSTEE :WI ELR STREET CALLAS, VOL. Sass VA. 4% Ai E. rss- • d-4,-77 9•NG YP�'CI 6R 8`I*40rJL -1-T=$-T-3 ! • . r• 7,1 50 - 640 WATER TRANSMISSION MAIN E-I5 PLAN -PROFILE 183+00 T0195,00 7REESE A`A •IC/IOLA CONSUI_T:M E4n0CE1,3 +. RLC AS V<•R I r.A..r. JMN stir°vr5 10, I4000-5542 4 u. 7 £X/ST/1/6 GO Pe H A L TOM DAVID ODUM SURVEY Abst. 1184 YDTOROLk CORROR•T*ON. 1171 ry 5,11 FORT WORTH CLASS I50 PRESTRESSED FONCRETE _PIPE — — •— — — a• 22 rt. f } -_EZ-£vruREEaseseRw.Ms_ (No MPS, -E 2-=e A fL/ kF C>49J L/A!/NE CITY RE ER 70 SN£ET / P,790ETA/L OF SE./ICE MANS 7V A*JTOROL A CORP iU %�A)i• T/0 2'VALVE L/N MKT AS AND ?' A.R.A- Y4LYE IN VAXT ASP P F/G /61r/ OF GNe4A: SP_rJ/'uT,CNS �, pE1 f / .�_/f0YNT / /PPA'E /9' �� • ()�16P c((rse 70/f SOS' -- 'MST N•Ti011•L 'WA OF 0•LLS1, TAOITLC 140, [LW STOCCT, 0•LL/1, r0L. 1411 90 4SS .. L> a Y'1R£ FCA'--F -... STREET J. M. ROBINSON SURVEY AGO. 1346 44 N'AF.9 Y.I 414.ViSS•pT Y G E 6v G%%% WarT. /NTTALL BY Ofm7R/CTOP S%P5I•J2O i --------- J ,jJ / LIRs •.• -ZE SCALES 10Y:• ICAO' /ERF. Y. 4' pre 0O1 f SG.22/MTALL 86/ F4:O' Sr4NLSI0O LL£4l.'/NB *✓e SEC Y/G Vb P� Era 3q$Cu PCMOVE POLY PIG N£OE ,d p 7O6/e7 STEGIN PROJECT /A/A✓OR P RT/ON)HERE x��'TALL 6KT O%SNEf/ B✓LK4'E.LO fEUG L'V?'YNg OLAFLEr e 2.95 G Y GOaG BLOCK/AT TACK L/G-LO PLUG B• J PLAGE7 2 J • BLOCY:Ni: E. %CO' YfX • Y.2O' � •2•d0' TNOTWO T 2'SATO V•LYES SNALL NAVE NEWYALYH' 60r£T CONS. AJCTeC SO TWAT TYF TOOS Of 77/_ SAID MON A0614.1?e3 Ya:VF COXES CAt' 554DJV67£D BETW££N A4072 ri'47 6ZSTA! S7A /ef l�l2 ell /2..CS, !i 92'07. OF 2• 4S0V.e AO'D 2' P£.0,1 ELEVAT/0K 619, D. FNT. 3-8.77 8.N$ -1 1 j'_`7 ;.• _-' 7_{'�'/'.�.II 7-1 ._.. .. __ `� : ,i.: _15 ` ' i Lill i. -:_a I 1 ,-rf 3-t4i i 8. 1--r =' i t i - __= a t.l ' i 3 il _ ; t : _ t_ _ I g i.1.1 >� I i_{ i= .f }..f ! F f l i . i - �:.i_.i,'=_? i .} ;_ - • T_ j T = t 1-i a ;__`a,1: . �T f 1 ? = i--={ '. '.:t_i 1 { f i A `�,-1:# -r 11: ' = �ti. _ - - --i-=' — __:. r :�.Li :..aa°c2�: fi# -: •. .d _ _1 J. ts,�� .: F-�' 11. s -L-3� _s 'ff ''., ` - :6,i4S. iw.rE f'P:'va%6• __:•r:�1,, , '_! 1 -r 'i � :{ ,- ? 1 �. f ? i ;.. P+6.•ELEF • - - ! .1- lrNri'6E -.: •OF53L ^� . _ ; r,.>G,. a . _1 "4 - -- 1 ' 1 • . `I d :9.8 _ _ ieLC si ea.gy :-= °�, 7 ' •! _- ---ler.. '-i i -t .+;" _ ".i_k.J ? s a -?-T'r 1 .�- WrR£7Zf'e fiT--ArXF:E— FAif _-_..� ..._ate J_`'c. •t : } ---i .�. -0. _ - A , t _ _! - '-ham -r ASELeL-'A �y _ i • 1RS+00 ?07 07 — T c,.: L{— - T iTi—TT_RIt } • _'t-:3 1'1IF , _7;. k E-i 1 11 1 --" a 41152400 20A'-00 -T 1.: -r ! -`�� I ><'OQ CITY OF FORT WORTH, TEXAS -14- -1-71: 1 WATER DEPARTMENT 'S'{ t1� WATER TRANSMISSION MAIN E-I5 j PLAN -PROFILE 195+00 TO 205+00 E 1 a - tit is 6.50 205.00 ftEESE A11O 10CH01.5 CONSULTMS ENCHLEEILS J..ewW...lyS.fse._- 1� • waC.A11 • .4. 0.1...1 n { SC, . 1.:. JoHi • RUC ,S 109-14000-5541 15 a' 7 0 o _— ,, r _- 4, _Y, --'- '. ) !l'CfoT✓4E sr ecr t ,t, Q DAVID ODUM SURVEY Abst. 1184. MOTOROLA ;ORP. OL.>llO > b> p• •442-24SU' - - r•PM. Fite ._ L •10. Tar FORT ES,88/Ao ih of —=u]2P=4_1, lK�,yT --- tulu4E )�l Iy1TEa ��'_` A•T[•7Y30• R./W.022' r.n s34' [ •I S4T4' HALTOM CITY TA36 NATIONAL 4K O< ELLL63, TRLET[C VOLNAt 0 J.M. RO8INSON SURVEY Abst. 1346 4 W ORT H -BEGIN 3CPRY PIPE SECTION _A -STA 2u194 485 - _ 48'/4M'O'.v t14. 20PASYX /S'4T •/. R{Sc4T4EET E STA 2.N3.3t3 c446 NTRE F _ :va�rr`[YOB 8E 4C4,- S7gEE r 1 T- A.!3•N'SO• F•Kt3022' -T •84/.300' - 2 �ao.aT3• JM ROBINSON SURVEY Abst 1345 5OTOROL5 CDR> VOL tm 8 N3 END DRY PIPE SECT/ON A STA. 2t31-54.485 - 4° 7"Y Y.•n�rEa —_----- 1� \•n Z RUNT INV CORP. VOL 5600 I0 Ott 214f,12FI •nitfil - T•MO4Sl'_ [ 374.S43' sCAI f! - N04 : IT • 40' FE4T, P • 4' y07 F:OE SEC nos Cu41,E PILL A • S•37' Or F • 00 ,SSE' 7 • 2800 t •ISO.oa a O.T•2/3fY lJS1Yf!SY J.N. KING SURVEY Abst 897 3-0-Tr a At, 620 s_ CIO CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WATER TRANSMISSION MAIN E-15 -. PLAN -PROFILE 205+00 TO 215+00 FRECSE ARO NIUSOLL CO•.SLATRI4 ENOIKECRS PJMe i K3 SNOT, .I4O" ., .-.,., ! N 109-14000-5542 ;R WIC ti C h N h Q O 4a r Ir' 'JAW1 LOVE.-... ` EA SEN.£NT F O WATEP CW FORT Flo • a ti's V N.M T. �w rI a CI)ST/NG RO PA FNTUUPf [P � V _fulu.�f EOGr C<PA'✓£N£M�' Z7tT -- C E)i K 210 rn FC FVTVOE 1 I [JATFO tiF RS iG F;?✓pEx'ATfR 1!� 7/7 uruPr sTOEF •r_.._ -----�� -ma --- }PA� c >0 Pr �A 'aPP l]S� - `� "-' "�"Q G6ARd WNiFIEAYF ! Zr---------_---- - _ -! - -_ ---J . - £OS7/NG C?Y_V/A L. CW3.......... - - �—__ .1 WORTM -i J.M. ROBINSON SURVEY 'Abst. 1345 NUNT NVE3TMENT 'k CORD VSCSI Pe 25[ NUNT INVESTMENT CORP. VOL SOSO Pe .se BEGIN 36' DRY PIPE SECT/ON B' •FUTMG£ S70EET tf 57A 11,4A0,5.1'1T CLOSE WIGF7 O'SNEO O:W FX1S7/NS 1201' H ALTOM J.N. KING SURVEY Abst. 868 CITY Ie ]I _i i • :74♦00 ENO 36'DRY PIPE SECTION B'; ISTX.[2$.C&fAJ "2-1100 TWEE r STA.4O+fO,Sf'L7 act!' E.6G.Z p'SN£O O(UG 3•e-77 OW, 21 - _ V t i -Fi-•c.c•___-_ �..{ TOp P•PE II).0)t .; 570 a zzc+ ii4 CITY OF FORT WORTK, TEXAS WATER DEPARTMENT WATER TRANSMISSION MAIN E-I5 PLAN -PROFILE 215 +00 TO 226+00 SAME AND %ROLS COKSULTICG ENGINEERS a6a1r�A/.e'�f >[a ausOI.N 5[n• Na I MLJ4-T .< ! 10G-14000-5542 I7r7 JLJL1 ILJL! JUL.JULJLILJ S I a OWNER: CITY OF FORT WORTH; TEXAS LOCATION: Fort Worth, Texas ENGINEER: Freese and Nichols 811 Lamar Fort Worth, Texas 76102 CONTRACTOR : Steed Construction Company P. 0. Box 6254 Fort Worth, Texas 76115 Attn: Nr. Richard Steed DESCRIPTION: Water Transmission Main E-15 TABLE OF CONTENTla 0-100 .101NT OETAIL 1 1111131 L- 8 LIA£ LAYOUT 0-101 TNRU 0- '110 DETAIL'S PERSONNEi,I REM TO JOU NO. 5373 SALE/ Bob L. Doan ENGINEERIN• Kevin R. G1ovier . DELIVERY Lance P. Pabstock ,r C,/d /G- / 3- U. S. PIPE a FOUNDRY COMPANY CONCRETE PIPE DIVISION DALLAS , TEXAS CONCRETE PRESSURE PIPE PROD ECT RE sE5li 'lJ.. t PROJECT LOCATION NO SCALE) `` WATAUGA X-9201C S JF-201 d 51 PROJECT l 1; 1 LOCATION/ ,- S HTHFIELD Rd . i % 1/ Ste: 121 I- 820 �� S�..� 3 V 4 / W /..ti` f TURNPIKE I- 20 JF-2of 1 1 e Iv— C.' z x O O Y'f .0 J LLCV N jw QICZ n=13__ - C ¢ o V Z 0 <CCazaz )- 1- 6 1u 0 IV JULI.JULJ 3 CC 3OCOOD0 • d QUANTITT OF PIPE L. 451to' er NO. KBy • ®* ALTERF1ATE vesl4►i I.D. CIF" PIPE 5 b' DESIGN PRESSURE OR • CLASS RSA•FT, 150-13• MGH TENSLLE WIRE UNDER TENSION STEEL OYUNOER G J do 4O'-1 I/4" OVERALL ',zoom D/ ITANGAIIO PIPE '-0" LAYING LENGTH OF STANDARD PIPE t9'-6 1/11" CYLINDER LENGTH IECNANICALLY IMPACTED MORTAR. COATING "K" STEEL CYLRtDER S MIN- CEMENT MORTAR POURED W FIELD .. ---- -. S 1/2" 5V4'LAP - 4" • • M-3516.5 1/2" SPIGOT RING PR€STRESSED CONCRETE LINED CYLINDER PIPE (L-301) MANUFACTURING DATA HIGH TENSILE PRESTRESS WIRE 0.0. CYL CYL. TEST WEOPCYL At PER GAGE-C WIRE ETL. 046E PRESSURE L/L.E FOOT OF R C TONO BS. " 6" . NO 2:4000 LSG IN.) WIRE • E " 40.12' MID74 910.83 0351 AS It. 0.0 i I 401/2' fFIB 56. az . f t.46 WT. OF GROSS WRAPPING WIRE. WIRE STRESS IN WIRE PULL LEt/LF. P_41. LDS. ISM)1 i13.250 3511 0.?41 4&-IL 011 113G5 113230 3511 S-i<- Af)D1tf) ALT. 0E601J 1I CEEA96CDATIt44 TMI.L o 1/r' DATE CHK. - 4I VISIONv USP/CPD/ SW/ tl0 OR.ZE- ST LkJELL DATE 2-21-16 ICHK$ 4 1. JOINT CIA, DELL RO1O THK. CORE 4" V4'I The DEPTH OF SOCKET "F" sF 20! END FASTENER CEMENT v OFTAR P PLACED IN FIELD INSIDE JOINT S?FCE "0 21/32" 0 GASKET ASSEMBLED SECTION COAT. INK. .K" .I t INSTALLATION DATA NOM- 0.0. BELL .J- INSIDE JOINT. SPACE "0" DEF... • " WRN (PULL) ' 5 PIPE ZD' MIN. MAX OFFSET RADn APPROX WEIGH PER FT. 45 157ito" 41.3'(2" 011 1103' ME? 1 t012' 453 U.S- PIPE & FOUNDRY CO. L-501 JDUST DETAIL / PIPE DESIEU CONCRETE PIPE DIVISION MET NOMA , TEXAS 1JOB SS1S tSHT. D -ICC IRE\ .>aN Kt S 0 0 02 ,t i 2 I 43 _ 3895 28 44- 45 44 41 J'1 Ao 4-1 42 54. 85 90 . 3-1 97R e9 30 s1 32- 21 3PIfo.�/S�C 11313 114. 106 !pit FVe 2 tP t% f£ mire Blb"Ii11pbk¢ 4 23 24 25 24 10 2 1 SIP 91? tel 19 20 21 22. sit? 1S 14 15 14 11 I. A 3%t�jL"3GIc, 1.SP14. AD 4" Iit p ro. /4 I , RtI.,d8�,ti.r.7ta ; Q %de. I.C,ATE VALV5(140TBTUSP.,C.P.p.) 3f45F491 x 14"C I. SP-440T APPet W in II -A © 4'E.'f4 it F14.11g4i1KT2ktoa?' ielea I- 10- . s�pS140QT JOI1ii 102 1 2 SIC. 5 .4 1 8 VTQ .g4;BELL i 0E114 42 d PIA.,�j5'I�r1 '4211..Ut4..6 S-flew 2" 15.t0. - p 109 11,3112 I 1-I" 134'SP14, x D. 14 PLUG 2 13F411] PROPO4E'D 14,d c LA4S 150 14.0 =o JT. NO. Eli DESCRIPTION 114 k'2G 151 2 i eow ea -to. ro E"eiO & Jt.6 tla tl-k c IQ-d K061 3-�y 2pf 1 10 1 5/1 A t MI91A1<`i N BY DC144 osP/CPo/sw/too _ 858A0.17E:.; _ •1 moor TOTAL • - 19p6400.OI� 0/0200 TA940 07 - 20?+2000 201 +00.00 - 2Q9.40 512 10,02 20.00 203 +0.00 A 405�29` i� Z03+06.29 • — —" - to1a& 203+08.84 4+12.24 LOS +i?194, - — 2034-31.94 W3+51.`16 100.00 _ .104+ 51.1G ;04440.00 204+ 8QQ? 5.04- 20.00 I PIPELINE RORIZ. DISTANCE • 1. ISTATION NOTE' READ UP IDR. K.GI.DVIER DATE 2•I3-16 JCHK PLAN LOOKING IN DIRECTION OF LAYINS NOTES PROFILE MEWED FROM RIGHT SIDE J-F-ZOI • G4%3 - 0L1� -4,413 TANGENT AAGLE COSINE SI._OPE U.S. PIPE a FOUNDRY CO. ILINE LAYOUT CONCRETE PIPE DIVISION FT 1d0RT1i -TEXASJOB 5113 !Slit L-1 TREY >$ -e 2 3 49 4 2 qo-SP %lot 4l�aeo el-cR'' ' q- 1 SS-S 3GI5OORT JOit,IS ¢ 1 Sl 4 1 8h-S-9P 34,113PG s h 4- 2 85-SP asR" 1f HCR 84-gP 4 1 Ds- sP 31'o4PClYik 5 ! g.t. S6 SHOE'''. JOI1i'f 5 I 81- 6 3(o`t4Kf. EgJp 64.04 C s�Oef JOIAJ'f 6 I S 5 11 9 yWN A Of S. ITN. 60-5 15 'leo 11 l8 19 14- 6 56+4kf. Bhp (3# v) 1s-6 561161•ber aoldT K2G b-i Cg4 g-19- NO BY DATF. uSPItPo/5w/los 7i 12 66 61 6.1 �Ta 51 I.z 3Tp 13T9 JT. NO. 11 DESCRIPTION 611? 102 lot 114 114 102 106 102 fao.00 ITEP4 1 £? 86200 ITEM 8" ' ' 181.01 TOTAL. 4.m 18.00 20.00 . 640 40.D0 2000 10.00 185+1299 18e+ 52.99 les}1o.9°1 i813 MOM" 188n[+96.91 4-34.99 i89t• 56.99 189t6G.99 194 - 1IR F 1eA}48.93 419 14.00 .. 189+14.12 189+8)31E 194 19o+8a It 106 4trL. 190+90.06 I`14- i90+92.07 102 - 8.00 Z tee, REV ass,* ave-s,rrej' ,sit+ d- ery ode TO rmr4 Ila M3stP , P',u VI+�lCN 100.00 22400 180,ov 10000 PIPELINE NORIZ. _ DISTANCE 191 t00.00 l99 42400 1'144 000 STATION NOTE' READ UP 1DR. K. OLOJI6R DATE r. 14.14 ICHK. 142.00 • �O°IS'Lt 1tT.= 94', 'u ;` Ite.O°ISI Rt PLAN LOOKING IN DIRECTION OF LATINS NOTES LINE LAYOUT I i 1rk02'fI1 -17 KA3 .Olt) N W § EIVv. N W Q N K tgweCQW .4.es .i r W N 5 '.foie PROFILE v1EWED PROM RIGHT SIDE J-E- Zo1 ELEV ANGLE TANGENT COSINE SLOPE U.S. PIPE a FOUNDRY CO. CONCRETE PIPE DIVISION JOB 531S IsHT. 1,-2 IREV. APPROVED DRAWINGS RELEASED FOR MFG. • OATF /61-,2-16. BY :, 'kW 64CY1INDER FOREMAN LINE/COAT FOREMAN aSPECIALS FOREMAN F.I CLO REP.• DU QUALITY ASSURANCE ❑OTHER • • JYARD FOREMAN JTRAIISPORTATION J PRODUCTION CONTROL_ En/ ESTIMATING CdNTRACTOR • ENGINEER CFO/SW I12 0o Vnts/cdi/dsn W.p�n . ,T VE cL.4s • '22,,r2 $12 FOor. svc. to NO. OF JOINTS z m to 0 C N z 00 Cm N011dleriS30 8 'ON 1r rn D '^I 0 z en �r v 0 �» z i "' m s wal rn PRELI (NARY AF�l:'J•/ 2 21-1G 9.4.14 % L-30I CLASS 150 . .p C N N r-' rA tV Ind LAY TO GRADE SHOWN ON EIIGINEER'S PLANS. NO SPECIAIS REQUIRED FOR VERTICAL ALIGNMENT- Jp- a A cis 44, a `.i To - a APP ". 2 QG'VrD s APPI:Ov6 1.10�14 �IS4-2-i. 4.13.14 Xs".!, N ut rof.'Q:A p NNN• 5 w $ u‘ CI. A- 45'R7'eY. ' l „ OD 1 . ' .W, A'Ff•ovtD APPe'V• 4-11.1G. -11.14, • - g' 5 SFit L-(o I'oiz x.44 its x2•''5 9Gt RT ,JOtt1i 5 t e41-C . 14!CLa3 iRa~ 14f 18uW1.ik 3 ill !la Ifs - •4 �fA X 0. 0g _N6t 0 x ter' S. ITEM o_ tot 118 4400 ITEM 3 '---" .L.. " L... ` 4)5. 441-C Oe YG5) p.96 TOTAL 1d4+EL/1 • tD iD • ie4+41.05 s OO.ev lay+01.0, Zo( of w su to fG W t+26T 4 W N r gpzLL o��c15 o. a PLAN PROFILE ANGLE TANGENT r < z PIPELINE NORIZ. STATION LOOKING IN NOTE„ IIEWEO fROY EL _ COSINE z JT NO. Bt DESCRIPTION W = .�{ T DIRECTION OF LAYIN3 RIGHT SIDE SLOPE z' c , 140Trr; D fav Jr I I4 tSsst) NOTE }JOTS: Xe a 1�6kk .JOtt�( a T READ UP U.S. PIPE 9 FOUNDRY CO. n 14.19?) OR. K. CsLCT/t6K{LINE LAYOUT CONCRETE PIPE DIVISION N aT OAT `vt fef:Lne rrFnn� (t.L05012g. AMMO x2-4- OATS 4-3. 1G IGHK I%T LJO t I4 TExAg JOB 63 13 ISkr. L- ? , REV I S��'9f _ !i.���,N ..c»/loft /GW /... " • N 11! .. . z OC p -- o CC 2 W G I Q u .j dl - d 0 JULL JLULJLJ 4 as A • 3 3 I 235 ISM 5 1 234- 5 3G 51•b121f ti„] i 10Z 291-13 %IIC1kf. 6Ekb(i I °ate 9 103 5,1 t 238•sP1?/OtiSPC.tilB1M.J.BELL. 0iJfl2r 101 5 I 231-S 3{o *lO21• 'kith 5 1 240- 5 %t` Gk1 5 P(11 °00) 1 24I • 1 292-5 56, 3Ia0(?T JOI i1T 5 - t E41- f3 5411 der I36i.10 (Ire) °e) 244 245 1 Z46 +STR 102 103 102 - I X I-5 1' 94 "siloe-i joi • 10f 8•50110 5EC01JP N4L10 OP LAME (�Dlift� 040 _ AT (r (19TIIJa • °Xo' L-301 PALL WWI g S. ITEM Z> Q LRCi l3eq�7i.JJ JI?C-1 AI.!►J. PtV1979iDJ.AY DI17�MvoI.I.ADDGP xi-9_ Ytv'D 23,4-3 . NpOO�11' BY `[DATE I CHK. REVISION JT. NO. 8 DESCRIPTION LISP/CPD/SW/100 TA20J ITEM 3 .--... - i51.28 TOTAL 20.G0 (60+94.28 160+14.28 • 2,a0 1.09 I!°0+12.28 1-I•i^1-1601- 10.19 Il.O+c,a4,'0S woo (f°0+48.Gg 63.00 (� 1loO+4.O.(03 �tr1- Iro+3q.54. 0.9 ! 2.00 1.01 20.00 20.0 i 20.00 PIPELINE NORM. DISTANCE 140+30.54 160+18.63 - 140+14.43 1471:=lbot1554- I.•O t 13.00 STATION itNOTE' it READ UP P.DR. K.GLo_v'1E1; t]ATE 3-261- u41CHK.7tr.1 LOOKING IN DIRECTION OF LATINS • •V.P.�D°95�I�P V.1?=0°201 JP N,' =III 001 ec •JCjf �1�051tie FlP.=O°151 RT •v.P.=o°511 dP VP:-O°5100P •t -11°00 Rf. •4P.= O'41' • .P.=O'15'g V.P.•0.45'UP VP,�O°!S i1P N - -V P= O°01 PLi 4=10 1 t G V51 O 06vu. •YP= Coe' Oi). J-F- 2.01 + 2°191 40-1,95 +1°441 401.59 + 1°241 •400'1.80 + 0°211 401.6E3 6U1.15 G01.5Q -60b 56, -1o06.6,5 - 608.80 4094,0 610.00 PLAN PROFILE F. NOTES VIEWED FROM ��( RIGHT SIDE J I-1016: MAkg cup 238-5P IlJiC AS11? Jt MAKE D 4 D-101 i2�V. I. AL90 MAKE Xl-s. U.S. PIPE LINE LAYOUT PT ren --•- 1)( t..Io-1 • A.S .04054 .05040 •02444 .00400 I 00816 -0 30 -1°241 -2°III -2°2-11 -2°22' -2° 1-1' - I °O`i' .02500 .03816 .04511 04132 .04cX, .020e0 .00000 lumenlumenCOSINE SLOPE 0E14 118-4P Pa:2 ANGLE 8 FOUNDRY CO. PIPE DIVISION CONCRETE JOB 631'3 ISHT. L- 4- IREV Z 3L111110 O • 0 Z �- 3 1 Q LLi m n fr • W. 0< D 4!• 4. "7 04 5 115 114 113 112 111 SIP 10 180 1-19 118 ti l rico 185 184 103 !82 161 Sit? 10 i90 i8G1 I SS I81 I Sl° 195 194 193 I92 1411 `STD 2Gi_ 199 1925 19'1 31(0 SM.. 10 -10 205 .204 203 202 201 210 eel 208 101 204, 215 2t4. " 413 212 211 220 yi9 218 211 21�e 225 2E4 225 2E2 221 51R 2 221" 22V j5TR 4 I 228 !!! 91-D. 1 229 - - STR 1 230 51R 1 2$ I ISTO, 1 252 !STD- 5 1 253-S 3/11 SNORT J011,11 5 1 254-5 3log f 6i;Np ilI°IN) 103 n u •4N ��WWryt 6 OF N 2 N~" S. ITEM zg JT. NO. 8 DESCRIPTION = W = 0 W dMa 1?-50-1t171zi Jc EAt4 J f v1KE41:R!!! 11 kF LfY fJIPGeTIoal.BY DATE CHK. VISION 1; LISP/CPD/SW/i00 1250.07 ITEM 3 1252:81 TOTAL 115+41.15 - - 10000 1124 41.15 - 2a000 flO+41.15 wo.00 148+41.15 100.00 Ieolt41.15 -- " 200.00 1/o5t41.15 261200 l $+41.15 I000D Ilo7+al. 15 • 40.00 162+01.15 Vt. 20.00 I4.1+81,15 ya 20.ck, tQ 141+41.15 20.00 1& 11.41:18 20.00 19 °15 I41+2123 20.00 19.94 16.1+01. 29 10.c0 9.18 1.01 1.14 140+91.3I • a.P.la I40+15,Z2 fo0+94.2b vR•1°05' •vP- 0°6(o't7A1 V.P.D 42'DI1 V P = 0°21' DiJ -F- I .0209l: .03858 6131 •640.15 .°F1114- °w +4°18' •0.1519 a� °03'11P 4,01.45 _ .I4.11 -41 *J.40 055 n .9'1848 012.30 42401 +2°131 +3°011 t3°5f' N +3° I S' 99b40 _ •' f?-0 56 11P-GO8.88 tuol 4 a •Ft.P=O°I5'L1 1008.1l0 - >r" ly "-� PIPELINE NORQ- PLAN STATION LGOIINO 1« DISTANCE DIRECTION OF LAYING A NOTE' READ UP T OR. K.4lnv1Eg - LINE LAYOUT DATE'-30-141CH,. XJ ! Ft J0IT1-1 -.--fxo.s • PROFILE F 7,1 TANGENT NOTES VIEINEO FR01t L. ELEV ANGLE COSINE a RIGHT SIDE SLOPE z f W 11) I U.S. PIPE a FOUNDRY CO_ a CONCRETE PIPE DIVISION JOB 6 313 'SKI L.-5 'REV 2 zc2 x W cC Ko CC 0 I W a 0 VI W 0 J o u ¢ x�- w u T2 am - 0. 0 J N JULLJULJL. J SCE ..4-' A FOE 11T. 'X2-g 115 120 Hai 118 111 1 16 1Z5 124 123 fee 121 130 PSI 126 21 Irf, 134 133 13Z 131 I40 1,1 1358 131 1%, 145 144 I4s is' 161 146/ 141 3!011JDI 1� T - 5 1 - 145 - 8 Volt Ger F5501)(11.04 J 9 1 141 1 150- B 361 Grr eEhJD (I I'00 ) 10 i60 151 3 p 143 IG4 110 1661 155 154 153 153 163 168 152 151 151 156/ IGZ 1601 141 lea& STD 41t IST iSTD 1 STR 102 103 ms� ITEM 3 20.01 2U�oo 100•00 50000 ?0• cry 1200 1.0=1. 1.9 151P 103 4TP. 20.00 1.0 1 1.98 tI00.U0 3TQ 200Ov yi Y. WZ 6 OF S ITEMi.=z JT. NO. 8 DESCRIPTION uSP'cPO/sw/Inn J 0 ta 0 0 a PIPELINE NOR12. DISTANCE • 184+ff.71 183+05.47 I81+o5.e1 180+0521 • 118 *05.21 _ 171+85.21 !ll+T3.21 111 +10.22. • 14F1.=17•1+68.G8 • 111 + 50.22 F tll1.41-L5 14Pt-1T1t.45-63 115t 41.13 • I'13+ 41. 45 STATION t yi PLAN LOONINO 1N DIRECTION OF LATINS as !roger. N•Pme161rt1 14.T. I I°OOI L-T. +IP:O°151L 1 NOTES NOTE, READ UP DR. K. GLOvt ? LINE LAYOUT DATE3-30-161CHK7/1 I F17 kJ0IZ•C14 ^- . -1-WAS • VIEWED FROM RIGHT SIDE C. 0 0 2 07 .12 4i tat¢- 0�00 0C. W YI rzaa PROFILEL ANGLE TANGENT ELEV COSINE SLOPE U.S. PIPE II •Fouh'DRY CO. CONCRETE PIPE DIVISION JO85313 ISHT. I_ !° 'REV. 3 N i— J YI zMor Co z—...— ¢zotcc W1-O=p O O F•F V W IL 6 („)N Q W_ Oz moCoo.,mig 00 ‹Zz=coz T F-zW ., W LJL.LLJU au 040 0, ¢0s 0 E I— ' 1- W 0 W O J K . 2 --- 01.s Jz W W q Tom. W0 .iJW - JUUULJUU • • _ 10 _ - 14,442 ITEM _ I —WA O- -TOTAL PIP SE 1 00.J .A Pl'OPOSED 91.,1/ L-30I CLASS I60. 251-P I5611 SPICi. D Ft. PLLICi ! Z:IT:: 114, 5.to,iP I . ZCjS _ _:TiSD. i. 254. _ I" I 263 612 1 • 252 , S117 261 5TP 2000 1000 20,00 W.00 SIP 20.00 . _ tI3434.49 `t hip=O'481>2-C - I 44�1 : _ -- . _. 51R _. wool li ?C= �19454.49 - - { 448-P ! li E35i-I.. R M4. PLUG Z ! s.�o. e P BEGIL! SECflOLi A PPOFaStD III 1. 3ot CLgSS 15o U IJ • • 1- ZI2+:I4.49= t� PJD�9� P�_ -" ¢I2t 4.d9__.� FLP.�D 481Rf =-41Z454.4,1 212474.41, - �` e� IiP-0%48'Rt IY+'14.49 tiP..O°48/R'i —.219t14._41__ — 1 IMP.-O°4t3R'. WmN CI. OL.. .�9 c= JT. NO. a DESCRIPTION S.1TEM KRG 1349-11 I'LV OdE fb tTt6M NtsTAKE.N0000WOI BY DATE CHK.1 RE VISION ..en�.•nn ie.0 nnn a PIPELINE NORIZ. STATION DISTANCE itt NOTE I READ UP 1OR. K. cil,Gv EL' DATE Z- I1-16,1CHK. PLAN LOON 116 1N DIRECTION OF LAYING NOTES PROFILE VIEWED FROM RIGNT S10E J-F Zcf ELEV ANGLE COSINE SLOPE TANGENT U.S. PIPE & FOUNDRY CO. LINE LAYOUT CONCRETE PIPE DIVISION PT,IJOE't -T VXAs JOB 6 S'i9 !SKI 1,- -1 IREV. ]DLxUuuu C9 C) _Z LL -c= — cc 0 QILm dp� i W L •- o ttr awl 4C0 . N.1r2 S5C11OI.J b PROPOsEO_ %., L-3OI C1As$ 150 L11L15 --- 2 I 241P 1360SPI{C art PLUG, W/ Z 51:0.. 2 26 5 7E6 1 I '144- 5 2G0 241 t 'L 1 2�-P-g P Fse4{t.J 6E-enoiJ CLASS ISO • fb f 265 is-r0 Ra.PLI-14 H/ 2'I 13 PROPOSED 340 u).J W. WWgy G O� o= JT. NO. a DESCRIPTION "S.ITEM Zti �--IK(✓G 19.10-71 IQEV WE to IVA NDOOO]]I BY 1111 DATE 11 CHX. ..eoi,o vemi.nn Ml9?A REyl!f. 'pI 11(0 __-16,0.00 ITEM .- I I60.00 TOTAL 40449 100.00 I15 PIPELINE RORIZ. fat J4;515 - • ze4+ia.55 • ;TL4+e14{55. 225+94 5S • PLAN STATION DISTANCE DIRECTION OF LAYINS • LOOK NG IN NOTES NOTE. READ UP OR. K.GLOVIEe - LINE LAYOUT DATE 2-11-14ICHK. 1 I T 40E1 4 . - T>~XA5 PROFILE VIEWED FROM RIGHT SIDE I U.S. PIPE a FOUNDRY CO. CONCRETE PIPE DIVISION ELEV JOB 07315 NSHT- L- 8 JREK ANGLE TANGENT COSINE SLOPE r J r tt W 0. 1 fY APPROVED DRAWINGS RELEASED FOR MFG. t°ATE /9-)2-2 - BY A%'d JYARD FOREMAN (TRANSPORTATION PRODUCTION CONTROL.. ENG/ESTIMATING CONTRACTOR ] ENGINEER CPO/SM 112 Oil /MS/Od3/dfn P . • • *1 SmICYLINDER FOREMAN LINE/COAT FOREMAN SPECIALS FOREMAN' FIELD REP. • QUALITY ASSURANCE a OTHER v IPRELIMINARY 1-11.14 APP av, 3.4-16, �1J(E VIS7p 4•Z•7r; APPRovi CI Q izZ i W 0 W ¢ W 6 O C . nVQ = — - en— ¢ J Z W W¢ 0 y JN IQ'Q- 3000000 I '. 2 `Feel IiiKEG NO. BY 4-8-14 4.7--1 G DATE uSP/CPD/sw/IIO TY 11 6f1Q4 1111-10/ff Jie42•g 3 __.. 5I-II3 . J-T- I04-5 n,=/. CHK. 191-1014 -._.J14.60-S _"la: l 1 ( — -111-IAI$I JT°13-5 JI:#106 -9 ( REVISIONJT 4Gt3Ec �n �lT. it 1[I '1 3 3 {oft K.6LO+1aR DATE 2-?-14.11:10C. 91-I 1f1 _Lattl!`82-3 Zb1 aoLp J•rxe-s II A • -lO T J0DJ1 SG41=p1JLE et. -ro-y-Aa 91-IQ14( i*233 -3 51 1Q!21 Jl Io i-5-sP • 9'- Ip1ved U.S. PIPE a FOUNDRY CO. CONCRETE PIPE DIVISION Joe 531S ISHT0-[Of IRE 2 c 1 2 W z4z u - 4z2 cEC O 6 . 1 En 0 • N C 4 W Q VI Ed O J C0 = \a o_o u .. J W J 2 W ,44 S uJN I.. CIO JULLJLAJU V!" MORTAR ureic ON WINKS le PIPE— 3.04" UMNG ON IS" AIOLARMER. I" MORTAR COATING ALL SIZES. LINING AND COATING REINFORCED WITH 2" x 4" x 12-12 GA. WIRE MESH • 4?oo.YS1i MAY rtais- OGpSEt fil14 dw w P.I. STATION JOINT 4 I48-B. 1I° IraO-P> 254.5 231.E 24D-!5 o•L 281/a, 11 II° 291I/ u 28 y/84 11° 1 1° 8%'/ir ii 11" 14%4u. 0 5/4 f • STD? Q L- DIr( !<Jo !Jo" ,Jo JO 42D..1: 1 �'i'I�' Lax T V411Flan-orurst:t 1;1I1ki. TABLE FOR BENDS won. CYL. SI? O.D. CYL. MEAN THK. CIRcUN. 8(o II 31 l/RII 1 Y 4 NOTE I -SEE JOINT. DETAIL FOR DELL AND SPIGOT .aw04. las224-16. ". I OM TWO PIECE BEND DETAIL 1.laert-1 - 1)(AS J-F2Oi - 3 =r U.S. PIPE © FOUNDRY CO- 6 CONCRETE PIPE DIVISION -- 08 rr3'13 lSHL 17-103 IREV. A APPROVED DRAWINGS .. RELEAEFp FOR MFG. DATE /0—a.1 -: BY - CYLINOER FOREMAN LINE/COAT FOREMAN SPECIALS FOREMAN FIELO REP,' QUALITY ASSURANCE 0 OTHER YARD FOREMAN TRANSPORTATION PRODUCTION CONTROL,,. , ENG/ESTIMATING • CONTRACTOR J ENGINEER• CPD/SN 112 R $ 2 A • O Z (� (" . A fi . A •v .o 3 •? a o CO • o, IN 0 ato co t3 c>, J m P1ELIP1.- , 2.21-14 N O u JUUUUUU J NO ANGLE DII_ • O.L,. ,4-8 34' iepi(e.1 401 $I-13 94° IS%t(D11 1o2•B 45° 2o41 55144.° 101 6 4 ' 20�/W61 421 NO 1rn1 R J-F-2.0t TABLE FOR BENDS sm ? .cafe. 9ir4, NO. ? L% CYL. MEAN TNK, ralcUM. A B C D E F G H I 11`0 — 365 411,0 11,,t1 ii8%/e' -141/fif 1 itgY „ e0/0 III%6P 23%1,4 a zo14. n1%d IZY A10 -1 63 l/16I - So`l;: 41941 1111,1 81 GP & 1 $ 3 % 111yik' 12" Iio - — Z91 I 251141i 2211 13`vi6.' 9 u al 21161' 1914i' 1211 I.IO — %U 311/BY //16Y I18Y8J Il'/u.' 1364' •9I1/ai 13`Vie in, loll 21y4.t I.1y14." 121 P.I. STATION MORTAR LINING ON 14" THRU 16" LINING ON 18" AND ABOVE 1" MORTAR COATING —ALL SIZES LINING AND COATING REINFORCED WITH 2" X 4" X 13 GA. WIRE MESH A. o. L. D NOTE: I -SEE JOINT DETAIL FOR BELL AND SPIGOT a ., CPA. i. P Ze1'14 I THREE,.PIECE FEND DETAIL Iea oaTa P1 �rl.It-roe AS U L PIPE _ e FOUNDRY co. CONCRETE PIPE DIVISION I Joe 531, 1pet 9-1093f tllcv. N O N / O Z 6 f��—ud—d u � ir p Z 6 00-- '-3 h 00 La u W y.N La Q W CC ¢Oct z 7,• xoZ .1 �. H G W t) W MEMO LytkP.t'Y?� It? • 6ROL1ZE PL18th d4/1i8G. 6E5 R-111 FOE F„ &II4E . • V ROO REINFORCING =,tea ErJv Nim Y4&141 LOU.AQ PAD CATE 1 erk. r REVISION ,0� PIPE OUTLZE ET • NO JNUM.) (NOM) TABLE FOR OUTLETS. OUTLET BELL. / STATION TATION 21-5P 941 IS \ / / 2Loi1 f/ OUTLET STATION 3/8" MORTAR LINING O COATING ON NOZZLE BOTH REINFORCED WITH 2" X 4" X 83 GA. WIRE MESH I/2" LINING ON 14" THRU 16" PIPE 3/4" LINING ON 18" 8 LARGER I" MORTAR COATING -AU. SIZES ON. I(, aL001EQ OATS1.Q(.111pIK: It j _! jS "FLANGE OUTLET rlot''f4 i-PAS CYL. I WRAP T-HK. iPtIR. J-F-2 1 A B C 1U.T1Id 1929si 4811 40V' Y.E. PIPE 8 FOUNDRY CO. CONCRETE PIPE D(Vi$ION JOS:5,913 ism s-Io/ OF fREV. N 0 W 70007000 Z cc 40 go Li b. ca Li!ti`.ti (i) 1W- aw 0 ■Aa FOR FLG. [SEE D•IQ3 "B" I IK?Q14-21421/ leE.v 'L" ls{JGtW FC0t4 *mum(Ll_ WI !T_ DATE CNt. .........el.i.m JOINT PIPE OUTLET NO. {NOM) (NOM) ESO•SP 9G1 OUTLET S'I A 8° TABLE FOR OUTLETS OUTLET BELL L T STATION / STATION / % / 19 -Oj' a 1413/1111 / NOTE* I/2" LINING ON 14" THRU 16" PIPE 3/4" LINING ON 48' 8 LARGER 1" MORTAR COATING - ALL SIZES "L" DR. K.4LOVIEB DATE: QQ .14CHiI : / CYL. THK. J - F-2 01 WRAP PL. A 8 C THK. • 9 Cy1. Mid sv*4 .4DV' so • iP d W �� tot_-1- IticM.J BELL OUTLET U.S. PIPE i3 FOUNDRY CO. CONCRETE PIPE DIVISION +ol: 531/ 1111T D-ItT1 or Iay. I APPROVED DRAWINGS RELEASED FOR MFG. DAME /O-iz- BY. —A. CYLINDER FOREMAN YARD FOREMAN LINE/COAT FOREMAN TRANSPORTATION SPECIALS FOREMAN PRODUCTION CONTROL,,. ENG/ESTIMATING FIELD REP. o OCONTRACTOR 0 QUALITYTMER ASSURANCE ▪ ENGINEER. • CPD/SV 112 Olt /MS/Od3/dS(Y S• a t.01. I I.15 F301.1. PLAN. - R4.a-.04 'I•A31p- Dap 6c,LT IVL6 L Q PRELIMINARY APF4,Ov 2•11.16. S•4•14 i tE feeisc RAM G. O.. Fi.t1. LIF o.14 tUQ JULJJULJ D>;fb1L OF L Ft4. 4 Y 4.2 IDS? x 3l . 1. D. x _ 1 PL'ATO -orrwr KIIIC p 1'. pp' to W Lah It s- > • A p - .1. g/I&¢ fLATE t7XCErr 42'1 * m `2.r1 AN CIee.lob f1P d. IHave - 3.11EAR1 Ord 99 ?WEB IV lUl . re ilk tZ W ��< 1/2' LINING ON 14" THROUGH 16" PIPE. - < G 0 3/4" LINING ON 18" AND LARGER PIPE. 1" IWRTAR COATING ON ALL SIZES. - LINING AND COATING REINFORCED WITH 2 x 4 x 13 ga. WIRE MESH. E• 6i 11- 441 SI_ Fi-Ca . _. . N • roe R11J4 P14 -BEE p-111 ell MASS . PI.114 y • BRASS PU.11. SEE WAIL- . 421 PAt75EKI qt.. fVf.ED rut TAME) roe -el i 7APP We 4 PI. 01.4. MY Uf°tpJ4 L-04. 3Ee oe-rAlt. 6 I� \1/4 / 1 ?�d yip G�ou Fit 01i2t #3-1A Nal A 104 Tf I CHK. Vey. DIMOP WYE 01.1rer 4etY1. PL-Aleat) •- USP/ [PD/ SW/ )ID Oa K. 4t1N15R DATE 4-el:I& IcHtc. EU2 EoJcig co►1E 7a 96111 CYL. e wavtt�Ja to t4AUJ 2ODY 3/ C`1L. ? ceo c FI 4% - oaf'_09x3l l .x P1.ATe -arsr opia 6d 14 L 301 eig .L dIXAN OtN arfE F% obef 0 —F- 201 - PIECE c ort.1.1 Pt.J1m U.S. PIPE fa FOUNDRY CO. CONCRETE PIPE DIVISION OB 5313 leer D- f0`) jREV • JLJLLJL14L I • i t-ilk/8 yt n i/ 5'1=1r��/siil _ 4 i/£ liev1..0Q 0.120 FLOE i1 .4.2 110.12 x 3111 Lox 14 Pi.Aa-o ser elk 11 0V� ?6I C tLA. PAD -3EE D-Ir1 Fct _ PtA1.k1 !/2!r LINING ON 14" THROUGH 16" PIPE. .3/4t' LINING ON 18" AND LARGER PIPE. 1" MORTAR COATING ON ALL SIZES. 1 LINING AND COATING REIRrORCEO WITH 2 x 4 x 13 ga. WIRE MESH. I iVRf1 fyagvj (, pea IIFSPDUZF FLUa TA ' E3Prn.IZE PLA.1 Na11j BY DATE CHK_ REV1f/9 uSP/CPO/Sw/ ii-41/Qd SEE r'-111 _` - . Foe F'LA4cies ��DE"fFi�A' y'BilSiii v.g E EDP E PLt1Q 14 X 1000LL.Ag PAD / A DLJII � t. —211 P�Ro4.ZE FLtJ 2 ix2a ewtJze 81J i11►k, 1-2%13xi:)41' 3fi. LF t'_PLQ. --- 0.IZO hii l DETAIL A SAC. E4t, VIE4.1 Uom: RJSIJL. efts esouleFo U.S. PIPE 8i FOUNDRY CO. IDATE DR. K 4LQVIER " I - A AP•rot — -- CONCRETE PIPE DIVISION e-IS-"VoICHK. 14O21.14 "looks OB 6s..13 ISHT. D-I I0 'HEM t t'f JLJLJ I D 1 fY4't- U▪ • IS. CC 6 W J Z fyt .JN d0 jI u ECEI .1 Z(i.. art t Q 0) / 42 $4 >< 3'( 11 LP Q Lt. • 141 FLA-iv -orrser 1E1114 a. O <re • D a w! ea —es Vid 4%eCT1.0.0 - . _ 0.120'F71UE PAIL -- it' F.O.14/11brx' 24.1 cAJ.Ae- 1147 . - _rSEts 0- 11l FOE rt.A ap LINING ON 14" THROUGH 16" PIPE: 3/4" LINING ON 18" AND LARGER PIPE. , I" MORTAR COATING ON ALL SIZES. LINING AND COATING REINFORCED WITH ' 2 x 4 x 13 ga. WIRE MESH, I !Keel [5-IT•l' tIPFv I II PZ!>►17 F A /77' 're " 074tIz E PU 19 NO. BY DATE CHK. Ili uSP/CPO/Sw/ "o : SEE. o -Ill • FOE FLAlk3ES - SEE 41! Sc. ' Ix e' aeogze alJstll�i ` I y I x IQ' CALL.Ae PAD s m �e1 EOD=MELDED:: Ae0l11iO CYL, JT i2=A J- 2+ F3P.OIJZE P1-LIG - .Z,Id gK.0I-ZE BLJ31-IILIE L-2 1.4' sao'sr.. platy VIA. - 0.1ZO111d. :_40.D DefAIL A : - --- _ -- :.1801.P1A?E till. • L-101 SMG: EIiD viekl DR. K. GLOv1EQ ADAF'foft DATE ¢-19-16ICYJC I Gt Weer0 ^- 1 XAS fJ�:IPJStJL. k1T=+ QI:OJIEED 14 U.S. PIPE S FOUNDRY CO. CONCRETE PIPE DIVISION 08 6'513 ISHT.. 0- f 11 IREV • —IULIJ JU hi 3 g1-31/11 ._ . II-10641 I1-41/2d • —�IA1t er0..4 x2 eeadzc- _._ _ BLJG 01citr¢d.SeatzE ails — SEE RETAIL A • 4Ut 0.120' .T PLA E. MI11. • 42IO.I)r 971 I.12_ ._. Y}' PLA1 =OI=t Ef . K11JG . 1/2" LINING ON 14" THROUGH 16" PIPE. 3/4" LINING ON 18" AND LARGER PIPE. 1" MORTAR COATING ON ALL SIZES. LINING AND COATING REINFORCED WITH 2 x 4 x 13 ga. WIRE MESH. lti NQIKBY 1 DATE 1 125 2EV CHICA PaPt?A1;t REVISION USP/CPD/Sw/ 110 HQn61zE rule; lad ca Ae PAP_.,..__. JT# io9-A.; . . 1OR. K.CaLDVIER DATE 2-19-i6IcHK. roK FLAF•JaFs -1�F=Zo( make Fuia --441 maize SL i 1 e'1228 5T1, 1-PALF I—CPLGi. ;" O�rAIL .A.. avArrec _ pr. aorta Yt1cAs 0.1.2011Id. IaSJL Kif0 eaLhew U.S. PIPE a FOUNDRY CP. CONCRETE PIPE DIVISION 0B ISNT. p- 1 IZ IREV. ° 331:0000 e. - 21741/E11 .27 _ 11-41/f/S yo 41L11j 'Al x .3.1a Le VI:UM - °Poser_ 30C.AST IRA Se14. SEE". DETAIL_ A. . &e. PA. -- Lp gma, xx. ES ZE' iNay e " :titEe -Ifl FIrALIGES • ' 1, I ' 4 re CYL 012 0.1200PLATE. Mtkl. dr. 714 x 10 C0L.L.11/40 PAD NCI BY DATE OW. • I I kle4 4-riA 15* IPEV I. eRoi#17.1e. rule -n Fvntly mug, REVISION FIELDED • ArtattiP jr.*110-A iT-F-2of 215z2-1-ze Fula '4d sealzi f4AL. ept.G, 4Perz CFrAIL- LINING ON 14" THROUGH PIPE. 3/10 LINING ON ID' AND LARGER PIPE. 0" MORTAR COATING ON ALL SIZES. LINING AND COATING REINFORCED WITH 2 x 4 x 13 ga. WIRE MESH. • tJCTE 9htJL kJ1S eratheez____, 1°8 61S Istm ti - 1 0 Inv uslquo/vanw 1 A >N$ C., • , a_Nt 5— • -SZN lort. L.okirer DATE f- 11-1410-N. U.S. PIPE a FOUNDRY CO. ik9APTOC c. PIPE DIVISION pt. kloert4 -1.6xAs cc • • w. a. APPROVED DRAWINGS F ELEASE,D FOR MFG. DATE /O-'z i,r BY A X -71_. i.�,nucn r LINE/COAT FOREMAN SPECIALS FOREMAN FIELD REP. QUALITY ASSURANCE- ] OTHER • -17RANSPORTATION PRODUCTION CONTAOL,, EHG/ESTIMATING CONTRACTOR ENGINEER_ CPD/Sb 112 1 g A n i g J Zo u 7 rim 122) oz Am 5� O Z e meurt .j� ?•21.1c, rU APFV4.9v` 3-d-lG f 1, tP s' 1+= I♦ !' w CC tal CCo< E�Y. p[QN o v < LAP 1 2 W >_a DI- uJN L.d0 JUUUUUU .< CC Ctr < , NO DATE ST I SEE DETAIL'A' D18HED HEAD PLUG WIMP 2' LINING 14: 14'THRU Ib°PIPE 3/4' UNMOOR le' a LARGER I"MORTA*t COATINO^ALL SIZES DETIAL �� 21 3000L8. `'3R3E:9 STEEL PLUG wee THREADS PER A.STN-A-I03 Ca.3 2i42u r 2° STEEL- BUSHING WO THREADS THREADED HALF COUPLING 30Ck.`_r. FORGED STEEL VY/1.P, THREADS PER A.8.T:111-A-IO••.• GR.2 3/8' ROD BENT AND WELDED FOR HANDLE LINING & COATING REINFORCED UF!L3c 4'x 13 GA STEEL WIRE MESH TABLE FOR DISHED HEAD PLUG •! UNCUT L 4, DISHED PIECE NO NOM R. MARK REQ'D SIZE HSPIGOT HEADO DOII O.D. THK.� 14" 16' 18' 20" 21' 24' I I 27' 1 I 30' 1 33' _ ?484:253-P 2 1 36' 42' 1 i 48' t. KR4, : - " 't•1"l-'1G'" 'IShE) HEAD PLUG ,f M•I Ll I E -I rr iioii1 -'- -T eAs r u t ALTERNATE OESIRN r jj >� 42' I.-.4!! 1, . U.S. PIPE S FOUNDRY CO. CONCRETE PIE DIVISION 1013 73313 . SHL 1I5 IREV. Zr W N .trt tCY :000000 DATE • SEE DETAIL 'A" DISHED HEAD PLUG. tamp I/2" LINING Oft I4'THRU l3'PIPE 3K" LINING ON IG' & LARGER I"MORTAA COATING —ALL SIZES 72t - 3000LB. FORGED STEEL PLUG W/LP. THREADS PER A.STM-A-IOS GR.2 YY-- '_21¢-11xe 'Mgt- BUSHING WAR THREADS 2iTHREADED HALF COUPLING 300CL8. FORGED STEEL WAR THREADS PER A.S_T.M-A-IO3 OR.2 3/8" ROD BENT AND WELDED FOR HANDLE LINING 6 COATING REINFORCED W/2'n 46: 13 GA STEEL WIRE MESH DETAAL ALTERNATE DESIGN 1, ver.. lora 2-19-16 at sr pl roc TABLE FOR DISHED HEAD PLUG UNCUT L.J. DISHED POMIECE NO MdRK REOb NOE DISHED SPIGOT R. HEADOD O.D. THK.r. 14" 16" 18" 20" 21" 24" 27" 30" 33" 1'Peoi-PY1fr 3 36" 424 ' - I . 40Y5 ' .2191 1 42" I I 48' I 1 I DIME ) HEAD PL IG I CONCRETE PIPEOUDIV SIONO ''PY M101'14 - 1 As 308 5313 ism: O-ill, IREV 7 -474 ej J G • N 2 0C 00= u r. NO. BY DIMENSIONS a DRILLINGS RING FLG. NOM. CLASS. O.D. THK.OF B.C. OF NO. OF DIA.OF RING - I.D. BLIND FLANGE FLANGE FLANGE BOLT BOLT FLG OPENING FLG. SIZE 0 "E" "G° "F" HOLES HOLES REO'D "A" REQ'D. 2" 6" 3/4" 4-3/4'-` 4 3/4" '2-3/8" 3" 7-1/2" 15/16" 6" 4 3/4" 3-9/16" 4" -.-150 9" 15/16" 7-1/2" 8 3/4" - 4 4-1/2" - ¢ 6" 150 11" I" 9-1/2" 8 7/8" — 6-5/8" ( 8" 113-1/2" I-1/8" II-3/4" 8 7/8" 8-5/8" t0" 16" 1-3/16" 14-1/4" 42 I" 10-3/4" 12" -150-. 19". 1-1/4" 17" 12 I'� 2 12-3/4" UI �� 14° 21" 15/16" 18-3/4" 12 I-1/8" 15-1/4" L, i 16" 23-1/2" I" . 21-1/4" 16 I-I/8" 17-3/8" I8"_.-=-_-P�-. 25" 1-I/16" 22-3/4' 16 t-1/4" 2 19-25/32 20" 27-1/2" 1-1/13" 25° 20 1-1/4" 21-25/32 24" 32" 1-1/4" 29-1/2" 20 1-3/8" 25-3/4" RING FLANGE DETAIL 30" 38-3/4" 1-3/8" 36" I 28 1-3/8" 31-7/8" 36° 46" 1-5/8" 42-3/4" 32 1-5/8" 377/8" 48" 59-1/2" I-3/4" 56" 44 1-5/8" 497/8" II* 421 12 53" 1 I -i/4 49Y2" I 36. . I - Yg" - 1 43-'/W I 1 1 LL DATE CHK.1 VA BLIND FLANGE DETAIL REVISION BLIND FLG. ETC. BOLT SIZE NO. OF Na NUTS INSUL- BOLTS - . KITS REO'D. REQ'D. REQ'D. V' x 31 _32 1 92 :. 4- �'al x3i1 8 I - ---- -- I 2 - . IYrk" x 41 I& I & I1/2"x 36 36 NOTES T 0. CLASS DESIGNATION BY LETTER INDICATES A.W.WA. SPEC. C 207-55. BY NUMBER INDICATES A.N.S.1. SPEC. B 16.5. A.N.S.I. CLASS 150 IS IDENTICAL TO A.W.W.A. CLASS "E" WHICH IS RATED AT 275 PSJ. FOR ATMOSPHERIC TEMPERATURE. 2. ALL FLANGES TO BE FLAT -FACED. 3. RAW MATERIAL THICKNESS OF FLANGES TO BE "6"+ I/8'. 4. FLANGE MATERIAL =T0 BE ASTM A-283 GR. "B" OR "Cr FOR 6" THRU 48" & A S T M A-181 GR. 1 FOR 2" THRU 4°. 5. ALL FLANGES TO BE SPOT -FACED AT BOLT, HOLES ON BACK SIDE. 6. GASKETS TO BE FULL-FACED, CLOTH -INSERTED RUBBER , ASBESTOS,JJIMI-60 OR EQUAL. 7 INSULATING KITS TO 8E MANUFACTURED BY TEJAS PLASTICS OR EQUAL. 8- BOLTS TO BE AST M A-307, GR. A - 8. use bass •wt.-rs, do IJ1Jrs oeab * * IJ36 13eAs3• sot.45 I4J Let t) or 5165L, DR K. Cil.OVI6E DATE Z-Z4-1/. ICHK FLANGE SCHEDULE IJOl1I.l T�xgS U.S. PIPE a FOUNDRY CO. CONCRETE PIPE DIVISION JOB 5313 ISHT D- Ill IREY. >4r i' 1 2 2 = O au3-0=0." 0 0 -- u W W ¢ 1/.2 L <0Z CCC 32 2 02 >, r. p, W Y JUE1au1 J0I01 u 0 1/2" LINING ON 14" THROUGH 1N' PIPE.t 3/4" LINING ON 18" AND LARGER PIPE. 1" MORTAR COATING ON ALL SIZES. LINING AND COATING REINFORCED WITH 2 x 4 x 13 ga. WIRE MESH. - *Gr.+x 4011IAeAPFE.fZ - _ 412*al? IC t1.t x P1. ag-OIM:ser mkt Ql 5 '1 M • O SOD REINFORCING. I VI76 1.34-717$2/1PFV f PEMoyeo IaOLp NO. BY DATECIK" MIASMA - USP/CPD/SW/ IIO 1 SEE D-111 FOR FLANGE$ I .SECTIDA( A -A Athe BUTT STEM' " FELL E RIIJq 121 �1T t 241-C !pc:. IC.C3i.4 v" " ! '50 ansu E nATE rloer0 - aks O 42 de7.12 t 3311 1. R x 411 fit OFFSET ei'Jo 7 51-11/4.6 1041 L.Lr 12.44' FIPE A FCUUDRY CO. CONCRETE PIPE DIV! .:Ott 08 5313 !sh,. p-118 :"'`-' 1 interchange Corporate Center 450 Plymouth Road, Suite 400 ......• ....... P ymciulh Meeting, PA19a62=16`4�t"'_.._._.._._._.. Ph. (610) 832-8240 RIDER ADDING ADDITIONAL OBLIGEE This rider is to be attached to and form a part of surety bond number 190025582 , dated the 4th day of November 2011 executed by Liberty Mutual Fire Insurance Company, a stock company, organized under the laws of the State of Wisconsin, as surety (the "Surety"), on behalf of S.J. Louis Construction of Texas Ltd. 520 South 6th Avenue, P.O. BOX 834, tvanstiela, TX 76063 as principal (the "Principal"), in favor of City of Fort Worth 1000 Throckmorton Street, Fort Worth, r X 76162 , as obligee (the "Obligee"). Wi-IEREAS, the Principal has by written agreement dated the day of . 20 entered into a contract (the "Contract") with the Obligee for Work to cover Conflict 1/86 and Cana #89 for the North Tarrant Express Protect in 'Tarrant County, Texas WHEREAS, upon the request of the Principal and Obligee, the attached bond is hereby amended to add Bluebonnet Contractors, LLC 6851 Northeast Loop 820, North Richland Hills, Texas 76180 as an additional obligee (the "Additional Obligee") to the bond, and the ObI gee and Additional Obligee shall be joint and several beneficiaries of the bond and shall be jointly referred to as the "Bond Obligees". PROVIDED, HOWEVER, there shall be no liability of the Surety under the attached bond to the Bond Obligees, either jointly or severally, unless and until the Bond Obligees, shalt make payment to the Pdnoipal or 10 the Surety (should the Surety arrange for or undertake the completion of the Contract upon the default of the Principal), in accordance with the terms of the Contract; and otherwise satisfy all terms and conditions and perform at of the other obligations to he performed under the Contract et the time and in the manner therein set forth; all of the acts of one Obligee being binding upon the other. In no event shall the aggregate liability of the Surety to the Bond Obligees, either Jointly or severalty, exceed the penal sum of the attached bond, nor shall the Surety be liable except for a single payment for each single breach or default. At the Surety's election, any payment due to either Obligee may be made by its check issued jointly to both. This change Is effective the 4th day of November , 2011 The attached bond shall be subject to all of its terms, conditions and limitations except as herein modified. IN WITNESS WHEREOF, said Principal, Surety, Obligee and Additional Obligee have caused these presents to be duly signed and sealed this 4th day of November 2011 S.J. Louis Construction of Texas Ltd. By: (Principal) Title: Date: UBERTY MUTUAL FIRE INSURANCE COMPANY By: (Surety) Title: Date: LMFIC-3020 1.ae- t_es'Vi/Vhi man, eneral Maria t er November 4, 2011 Attome reeact Nina g, Wereteln November4, 2011 (Seal) (Seal) Rev. 6/06 LIMITED PARTNERSHIP ACKNOWLEDGMENT STA I OF TEXAS COUNTY OF TARRANT On this 4th day of November, 2011, before me personally appeared Les V. Whitman to me known who being by me duly sworn, that he/she is the General Manager of the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. T. NICOLE KARAAIJ MY COMMISSION EXPIRES June 15,2014 Notary Publ/ U (1/iW (Notary Seal) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 4th day of November, 2011, before me appeared Nina E. Werstein to be known, who being by me duly sworn, did say that she is the aforesaid Attorney -in -Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid office acknowledged said instrument to be the free act and deed of said corporatipn,j Notary Public 1-6,0,d.) 11,CA'Lf � (Notary Seal) THIS POWER OF ATTORNEY IS NOT VALID UNLESS iT IS PRINTED ON RED BACKGROUND. 4446564 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint DENNIS LOOTS, LAURIE PFLUG, JILL SWANSON, BARBARA KELLAR, JERRY OUIMET, NINA E. WERSTEIN, JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L, RAEDEKE, DENISE WISHCOP, TERESA HAMMERS, NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, STATE OF MINNESOTA , each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding SEVENTY FIVE MILLION AND 00/100 *"*"*" DOLLARS ($ 75,000,000.00*****►,1* **1M***►*m*****" ) each, and the execution of such undertakings, bonds, reoognizances and other surety obligations, In pursuance of these presents, shall be as binding upon the Company as If they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 ,., wherein, among other things, it was: O C. VOTED that the Secretary and each Assistant Secretary be, and each of them Is, authorized to execute powers of attomey qualifying the attomey m named in the given power of attorney 10 execute on behalf of the Company surety undertakings, bonds, recognizances and other surety Yai obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution c « of any such power of attorney, and to affix thereto the corporate seal of the Company. caThat the Resolution set forth above Is a true copy thereof and is now In full force and effect. me IN WITNESS WHEREOF this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of oc Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 10th day of March 2011 ✓ ▪ ili y idt!itUq �`, �. a� _wake ¢ A > ; 1tu 1 o f C .m0. COMMONWEALTH OF PENNSYLVANIA ss C t.4 COUNTY OF MONTGOMERY cf • On this_ 10th day of Iv h , 2011 , before me, a Notary Public, personally came Garnet W. Elliott to me known, and pt 01- acknowledged that he is an Assistant Secretary of Liberty Mutual Flre Insurance Company; that he knows the seal of said corporation; and that he CG executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the t_ Iv direction of said corporation. 6. ,o IN TESTIMONY WHEREOF d. iefi brheunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year a A first above written. !! �;s> 7" �; C !I �rh' `q°�gt t� 9s VCOMMONWEALTH OF PENNSYLVANIA od Seal t1i( a.. G Y Tpe;a Pa+tai�a, Nay Puo�b f OF P4=rocn M Twp., MorNmery Coolly By L /t2ttdL) Z U _, My Cam' 4-11 on EJ, rea Mad) 28 2013 v r `. ,1amber,hmvsvararn •��mah:tmtac CERTIFICATE �1, e h�''�"?:at',trF I I, the undersigned, an Assist a8 t ec etary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is In full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was LIBERTY MUTUAL FIRE INSURANCE COMPANY By (9-.�-- Garnet W. Elliott, Assistant Secretary Teresa Pastella, Notary Public VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attomey or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this November 2011 �3i `-"°� I 1 inkfil;.,l'IN::\ ' l / : N76 4th day of ...„:/14/4„ Dad-M. Carey, Assistant Secretary ra 9 C JJ O c cE o c a"? Oa C of a C Oc >t vl Ea Si Oc h� Bond No. 190025682 006119-1 MAINTENANCE BOND Page 1 of 3 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 S.J. Louis Construction of Texas Ltd. 8 That we known as Liberty Mutual Fire insurance Company 9 "Principal" herein and , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 7� 13 in the sum of One Million, Two Hundred Ninety -Seven Thousand, Fifty-E�ght Dollars and 0011o0ths 14 (S 1,297,058.00 ), lawful money attic United States,11tt000rrbe paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 sucressors, we hind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the day of . 2Q_, which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as 25 Work to cover Conflict #86 and Conflict #89 for the North Tarrant Express Project In Tarrant County, Texas 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or worlananship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 'WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. Cr1? OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 flneert Project AName) timers Project Number] 0061 19 -2 MAINTENANCE BOND Page 2of3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches, 18 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name) %Insert Project Number) 006119-3 MAINTENANCE BOND Page 3 of 3 l 11,1 WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 4th day of 3 November 2011 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4) (Principal) Secr tafy Witness as to Principal ATTEST: Secretary 34ness as to Sureij ' Barbara L Raedeke *Note. PRINCIPAL: S.J. Louis Construction of Texas Ltd. BY: Signsmrre Les V. Whitman, General Manager Name and Title Address: 520 South 6th Avenue P.O. Box 834 Mansfield, TX 76063 SURETY: Liberty Mutual Fire Insurance Comp1tny BY: Si Nina E. Werstein, Attomey4n-Fact Name and Title Address: 450 Plymouth Road, Suite 400 I Iymoutn meeting, PA 19462-1644 Telephone Number: 763-302-7159 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 (Insert Projecr Name) 17n err Project Number) interchange Corporate Center 450 Plymouth Road, Suite 400 Plyrrioiitf Meeting; PA-19482:1644 - Ph. (610) 832-8240 RIDER ADDING ADDITIONAL OBLIGEE This rider is to be attached to and form a part of surety bond number 1 g0025682 , dated the 4th day of November 2011 executed by Liberty Mutual Fire Insurance Company, a stock company, organized under the laws of the State of Wisconsin, as surety (the 'Surety"), on behalf of S.J. Louis CQra traction pf Texas Lid. 520 South 6th Avenue P.O. Box 834, Mansfield, TX 76063 , as principal (the "Principal"), in favor of City of Fort Worth 1ODD Throckmortan Street, Fort Worth, "TX 76152 , as obligee (the "Obligee"). WHEREAS, the Principal has by written agreement dated the day of 20 entered into a contract (the "Contract') with the Obligee for. Work to cover Conflict f{86 and Contlit #89 for the North Tarrant Express Project in Tarrant County, Texas WHEREAS, upon the request of the Principal and Obligee, the attached bond is hereby amended io add Bluebonnet Contractors, LW 6851 Northeast Loop 820, Norte Richland Hilts, Texas 7li i i as an additional obligee (the "Additional Obligee") to the bond, and the Obligee and Additional Obligee shall be joint and several beneficiaries of the bond and shall be jointly referred to as the "Bond Obligees", PROVIDED, HOWEVER, there shall be no liability of the Surety under the attached bond to the Bond Obligees, either jointly or severally, unless and unlit the Bond Obligees, shall make payment to the Principal or to the Surety (should the Surety arrange for or undertake the completion of the Contract upon the default of the Principal), in accordance with the terms of the Contract; and otherwise satisfy all terms and conditions and perform all of the other obligations to be performed under the Contract at the time and In the manner therein set forth; all of the acts of one Obligee being binding upon the other. In no event shall the aggregate liability of the Surety to the Bond Obligees, either jointly or severalty, exceed the penal sum of the attached bond, nor shall the Surety be liable except for a single payment for each single breach or default. At the Surety's election, any payment due to either Obligee may be made by its check issued jointly to both. This change Is effective the 4th day of November ,2011 . The attached bond shall be subject to all of its terms, conditions and limitations except as herein modified. IN WITNESS WHEREOF, said Principal, Surety, Obligee and Additional Obligee have caused these presents to be duly signed and sealed this 4th day of November .2011 S.J. Louis Construction of Texas Ltd. By: ///. ��T ( (Principal) Title; tPsV'yJhHaien, General Maer Date: Novem er 4, 2011 i LIBERTY MUTUAL FIRE INSURANCE COMPANY By: `Alit. Z 1--3(, (Surety) T1Ue: Attomeyct Nina E, Werstein (Seal) Date: November 4, 2011 UJIFIC-3020 Rev, 6/06 LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF 'TEXAS COUNTY OF TARRANT On this 4th day of November, 2011, before me personally appeared Les V. Whitman to me known who being by me duly sworn, that he/she is the General Manager of the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. Notary Publ 111T. NICOLE KARAALI e'= MY COMMISSION EXPIRES -Va. June 16, 2014 (Notary Seal) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 4th day of November, 2011, before me appeared Nina E. Werstein to be known, who being by me duly sworn, did say that she is the aforesaid Attorney -in -Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid office acknowledged said instrument to be the free act and deed of said corporation. Y Notary Public ,` ' .,xLi J`Gt-tqui (Notary Seal) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4446562 This Power of Attomey limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock Insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint DENNIS LOOTS, LAURIE PFLUO, JILL SWANSON, BARBARA KELLAR, JERRY OUIMET, NINA E. WERSTEIN, JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L. RAWEKE, DENISE WISHCOP, TERESA HAMMERS, NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, STATE OF MINNESOTA, each individually If there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behatf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding SEVENTY FIVE MILLION AND 00/100***********" DOLLARS ($ 75,000,000.00***************"""****** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding L4)On the Company as if they had been duty signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things, ft was: O VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety 13 • aobligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution cc 0 of any such power of attorney, and to affix thereto the corporate seal of the Company. ▪ EThat the Resolution set forth above is a true copy thereof and is now in full force and effect. co v is IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal C 3 Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 10th day of March L. > 2011 ai y vte i"r O L.'\ ./ w COMMONWEALTH OF PENNSYLVANIA C COUNTY OF MONTGOMERY dOn this 10th day of March 2011 , before me, a Notary Public, personally came ,garnet W. Elliott, to me known, and py d acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he ot C executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the E direction of said corporation. .2 IN TESTIMONY WHEREOF, . �ttv4,f, teuntto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year >+ first above written. ` N1 G Pd9L'���r" <f > C5 Z v LIBERTY MUTUAL FIRE INSURANCE COMPANY By G✓- f-tL Of ss Garnet W. Elliott, Assistant Secretary a a C 2 C a * IL Ec r- Ot o C as C .Q Oc 'a dd n fr COMMONALTH OF PONNSYLVANIA a We y Nnuta's..2i iEc TPJHSA Pg5Itt41Ar N:lary PU<� if, ////,,,' ,, I'L&i mlk. MntrtaryCamYBy_ t I.) C a < f My Crn md:dyn.E:pkesMnrch 2H. 2013 T e Teresa Pastella, Notary Public v 1. C CERTIFICATE '`�' S1'i:It',, M� Padrot aei1assxDOMar % - 't �' tel ���) � a i- 1, the undersigned, an Assistant ecrettjry of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys -In -fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the sald company, this November , 2011 By �T �tivw' ' ` D d M. Carey, Assistant Secretary 4th day of ACORD 25 (2010/05) IN§LTRR TYPE OF INSURANCE _ A GENERAL LIABILITY X COMMERCIAL GENERAL jLIABILITY CLAIMS-MAOEt X 1 OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: F PRC —1 POLICY ITC LOC AUTOMOBILE UABILTTY X ANY AUTO A OS NED AUHIRED AUTOS B X A A SCHEDULED NON -OWNED AUTOS Ac CERTIFICATE OF L!I& DATE (monAry LI! Y INSURANCE CE Page 1 of 2 H013112011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed, If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statementon this certllicate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MIMED Willie of Minnesota, Inc. c/o 26 Century Blvd. P. O. Box 305191 Nashville, TN 37230-5191 B.J. Louis Construction of Taxae Ltd, 520 South 6th Ave. PO Box 834 Mansfield, TX 76063 CONTACT 'PHONFEJJ R�IJIAIL . EXTI: ADDRES$ 877-945-7378 IFAX 1A/C. NOI: certifica teagwillia.com INSURER(S)AFFOROING COVERAGE INSURER A: Insurance Company of the State of 88B-467-2378 NAIL P Pennsyi 19429-001 INSURER S:Nat ional Union Fire Insurance Company of 19445.OD2 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 16885540 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADD'l SUBr, POLICY BEE POLICYEXP 1 .Ft$RC POLICY NUMBER _- 1MM/DD/YYYyJ /M(d11DD/YVYvit Y Y GL4807560 11/1/2011 11/1/2012 Y CA6505622 11/1/2011 11/1/2012 UMBRELLA UAB X OCCUR EXCESS LIAB CLAIMS -MADE DED X RETENTION$ 10, 000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVEn N/A 01FaFICER/MEMBEREXCLUDED7 1I �� II If yeg, 0escrlba untl9or DESCRIPTION OF OPERATIONS below y 15E15069650 WC001591758 WC001591766 11/1/2011 11/1/2012 11/1/2011 11/1/2012 11/1/2011 11/1/2012 LIMITS EACH OCCURRENCE $ 1.000,000 PREMISESsoecun ce1 $ 300.000 MEDEXP(Anyone person) $ 10,000 PERSONAL BADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2.000.000 PRODUCTS •COMP/OP AGG $ 2. 000, 000 COMBB EDSINGLE LIMIT lEe BODILY INJURY(Per person) BODILY INJURY(Per acckient) PROPERTY DAMAGE (Peraccnanl) EACH OCCURRENCE AGGREGATE EL TORYLIMITTS I EACH ACCIDENT E.L. DISEASE • EA EMPLOYEE $ EL. DISEASE • POLICY LIMIT $ 1,000,000 25,000,000 25,000,000 1,000,000 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICL S(AsetchAoord101,Add+tonetRemarks Schedule, 0 more space is required) It is agreed that Bluebonnet Contractors, LLC, the City of Port Worth, and North Tarrant Express Mobility Partners, LLC are included as Additional Insureds as respects to General Liability where required under contract or agreement. A Waiver of Subrogation applies in favor of the General Liability pursuant to applicable written contract or agreement you enter into. As respects the Automobile Liability, If the accident or loss is due to operations undertaken in accordance with an existing contract, the Insurer agrees to waivsaht at recoveired by contract executed vrior to es®acts the CANCELLATION CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Bluebonnet Contractors, LLC, a Texas limited liability company 6851 Northeast Loop 820 North Richland Hills, TX 76180 Coll :3535065 Tp1:1357261 Cert: 6:85540 ©1988-`010ACO The ACORD name and logo are registered marks of ACORD AUTHORIZED REPRESENTATIVE 6 CORP'R)ITION. All rights reserved. AC R ADENCY AGENCY CUSTOMER ID: 22013287 LOG#: ADDITIONAL REMARKS SCHEDULE Willis of Minnesota, Inc. POLICY NUMBER See First Page CARRIER See First Page ADDITIONAL REMARKS NAIC CODE Page, of 2 NAMED INSURED S.J. Louis Construction of Texas Ltd. 520 South 6th Ave. PO Box 839 Mansfield, TX 76063 EFFECTIVE DAM: See First Page THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE �— Umbrella prior a blanket Waiver of Subrogation applies as required by Insured contract required bylwrittenocontractrandewherehperaitted by lawnsation, a Waiver of Subrogation applies as ACORD 101 (2008/01) Co11:3535065 Tp1:1357261 Cert:16885540©2008 ACORDCORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD INSURER CANCELLATION TERMS NAMED INSURED POLICY NO. S.J. Louis Construction of Texas Ltd. Various EFFECTIVE DATE SEE PAGE 1 Holder Name: Bluebonnet Contractors, LLC, Project: Cancellation Terms: Should any of the above described policies be cancelled before the expiration date thereof, the insurer will send 30 days notice of cancellation to the Certificate Holder, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives." Cancellation Terms Apply to the Following Coverages: General Liability, Automobile Liability, Workers Compensation, Umbrella Wdhs 101 FORT WORTH® .t Worth LIAZI All-Amedm cac '1111i 1964. 1993 • 2011 Attn: Mr. Donald C. Toner Jr. SR/WA From: Andrew T. Cronberg, P.E. Date: December 22, 2011 Subject: City of Ft. Worth Facility Sale and Abandonment Dear Mr. Toner, The City of Fort Worth recommends that portions of the existing water pipeline crossing IH 820 at NTE Utility BL STA 731+52 that are not being sold according to the provisions within this agreement or removed according to the plan set be abandoned in place. During the utility adjustment the permanent vacated facilities to remain shall be capped and filled with a minimum of 100 psi grout. Abandoned facilities conflicting with roadway construction shall be removed by others during the construction and excavation stages, with notice provided to the City. The City will abandon in place approximately 75 LF on the north side of IH 820 (Begin: N=6991566.53, E=2340194.37, End: N=6991503.62, E=2340274.69) and approximately 115 LF on the south side of IH 820 (Begin: N=6990988.68, E=2340224.82, End: N=6991174.36, E=2340277.44). of the existing in -ground 36" pre -stressed concrete cylinder pipe which was installed in approximately 1976 and located within TxDOT ROW. The line is no longer active and is in good working condition. The City will retain ownership of the abandoned facilities within TxDOT ROW, and will be responsible for maintaining abandonment facility records. The City proposes to sell the remaining surplus portion, approximately 340 LF of the 36-inch water line, to Bluebonnet Contractors for use by other utility owners according to the plan set (see attached sheets). As a result of this sale, BBC and/or the utility owners will take on all ownership responsibilities for this portion of the 36-inch line within TxDOT ROW. The facility has been proposed to be used as casing pipe for communication and electrical adjustments needed to accommodate the NTE project. In the event the pipe is not used as casing, the facility will be cut, grouted and capped by BBC according to UAR regulations. The existing line crosses IH 820 at NTE BL Sta. 731+52, o/s approximately 170' LT to approximately 170' RT (see attached detail sheet showing locations). The City shall not be responsible for any maintenance, damages or damage to any other utility using the pipe in the event that construction of the new IH 820 bridge (inclusive) causes any damage to the abandoned or sold pipe. WATER DEPARTMENT %MINISTRATION DIVISION THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 '�� Printed on recycled paper FORT WORTH® Worth krerd All-Amedcacnv 11111, 1964.1993.2011 The City of Fort Worth certifies that this abandonment and sale conforms with all requirements of rule 21.39 of the UAR and all current federal, state, and local laws and codes, or industry standards, whichever is more stringent. There is no hazardous material associated with this proposed abandonment. Signed, Andrew T. Cronberg, P.E. Assistant Director, Water Department WATER DEPARTMENT AMINISTRATION DIVISION THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 ��, Printed on recycled paper Wit 6202 LJ a EXISTING 12" WATER LINE EXISTING STA 1.00, 1.00, 25' LT 1NSTALLr I -FLUSH MOUNTED TEST STATION WTR-008 • AA 17A i' pUE IcT,IDRT • CI P!P 9 N IRE NE!%ES7) O4f6LL Ind J6fNTDTES�R AL01" l Y1 NEXT EXISTING ISOLATION VALVE IS 2,600 FT. AT MCLEAN RD. AND BEACH 5T. 655 650 645 635 625 620 Ulf IC."1#t .It, 10 EXISTING ROW" A 0XDor ROW PROPOSED AT&T iDUYT BANK (B1pY OTHERSI VIA 1.68, 5' RT NSTALL; 1-FLUSH MOUNTED TEST STATION 6-48L8 ANODES AT 5' SPACING ••• T. 1.4a.08 N.6AL ATE A. wRpO4YT31 15 S.Y.- TEMPORARY A ASPHALT PAVEMENT !'. REPAIR -:\ -ABANDON EX. 36" WL '-CUT I. PLUG EX. 36" WL EXISTING POWER POLES SNAT 1.68.08 iT G �g ST TUNODES 2+• T/il/.Tl777IT//1( -30 Y. PERMANENT CONCRETE PAVEMENT REPAIR _1. REPLACE FULL PANEL •'Z fL-•UNK ... •. cr.!ELD.;.v EX 1 ET-FN6-36-P9GP 1Tojr • • n --ciE1E: CX5iNG ' :STEEL 3I Y WEIIE ENAR 6g,.L.F.........., Y.0 E ��p.•,. N? CT1T.; F LOt A L'E 0L ' ' • -• 11 Aii 14'•L neAliE 1 ;-''- ! T • "I F L'T; ENO'ASEOW Ri4C ENCA:Nc ° ;' ..4 1• , Wr 1-11 l(Ee-14.N161 . r•• R SIR. t NEo JAf.AI 'S; . 12 S. Y. TEMPORARY ASPHALT PAVEMENT REPAIR PER TKDOT REQUIREMENTS REMOVE AND SALVAGE EXISTING ` GATE VALVE-- P@V1 NER�Ii TS WAY _- PROPOSED COMMUNICATION AND ELECTRIC (BY OTHERS) EXISTING ELECTRIC PROPOSED 36" 0.1. WATER LINE 334 LF 54" STEEL CASING CUT & PLUG EX. 36" WL ifPROPOSED BENI r (BY OTHERS) 141 S.Y. TEMPORARY EXISTING ASPHALT PAVEMENT BRIDGE REPAIR PER TXDOT ABUTMENT REQUIREMENTS 23.50' FROM EXISTING- 124 LF CURB & BRIDGE ABUTMENT -- GUTTER REPAIR TO PROPOSED 36" WL 15 LF CURB & GUTTER REPAIR 4+,00 CONFLICT ID 89 UNKNOWN MH -EXISTING STORM DRAIN •- APPROXIMATE LOCATION OF PROPOSED SD CUT EX. 36" WL \... REMOVE & REPLACE SIGN 15.75' FROM OF EXISTING TO PROPOSED PIER 36" WL- N. BEACH ST. PROPOSED COMMUNICATION AND ELECTRIC (BY OTHERS) EXISTIN ELECTRIC • TOPI.627 SO!- • • 1.00 1.50 2400 CSJ@41h' (10i el U9l(riki0 •111tY Y(yT`ell 1j,., iri t I.(14, Wl ll\lCr .(tlii:il ST\(V.1111 • 2.50 t l':11111UI..ty, 1. :tip: PROPOSED ' g BRIDGE ABUTMENT (BY OTHERS) to:"; b; rn F.-CROSSING ANGLE 90'01'35' BL STA 730.70-'� PROPOSED 8A5.LIHE (Be OrNERst REFER TO.PTMOS.PLANS 11EL CAST !! •OPPEN' ►.UT tP- A Li F 1LyL -E•NCAt 1•: • Y • 3400 3.50 4.00 • 0 0 Pr) P•- LEOEND TEMPORARY ASPHALT REPAIR LONCREIE PAVEMENT REPAIR 655 650 645 640 635 •rr._L.� 1t1 _�• 630 • 4+50 Ota 5+00 625 620 615 i-`9-06-1i1DS,jriT'�GAFib�i AtT04 ` -_ RELPOT`R9tEE-TNFORmwriON-• -- .•..-•--- NOTES' THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT ).EAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOACTIONt AT&T FORT WORTH WATER DEPT FIELD OPERATIONS FORTH WORTH T&PW ANDS ENERGY ONCOR GAS 6 ELECTRIC TXU ENERGY SBC TELEPHONE CHARTER COMM. ALL OTHER FACILITIES 1-800.876.871I (8171392.8296 (8171392.8100 (817)215.4366 (817)215.6214 1-800-233.2133 1817)338-6819 (8171509.6272 EXT. 3363 1-800-DIG-TESS 2. DO NO1 EXCAVATE BETWEEN STATION 2•Z0 AND 3.00 UNTIL THE EXISTING WATER LINE IS TAKEN OUT OF SERVICE. 3. PERFORM 0-HOLE Al STATION 1.00 DURING TEST SHUT DOWN TO VERIFY CONNECTION TO EXISTING WATER LINE. AIIT InkL II�� 1r TA11C�fR�E I OCI ONE OOUYDON ',PEND PROP WL EXEX WL PROP ROW -.--- -- O 10' 20' 40' HORIZONTAL SCALE O 5' (0' VERTICAL SCALE flVU & AM6 AKHO( WC It YtAS *H0S 1M.e r1A•.+R.rlta roe r;sl; Mal l Ar Texas Deportment of Tronsportetien .or -north tarrant express bluebonnet contractors, LLC Improving Mobility In Texas FORT WORTH N. BEACH ST. CONFLICT ID 89 36" WATER LINE BL STA 730+70 TO 730+98 HORZ.: i• " 20' VERT, t 1" r 5' SHEET C-1 SEO, 10 OF 18 1LC1rIICAI C'f ICf KAR OROrq IYJ. DAIL 011071201 t S to tr 610 TEXAS MAIN Mr 11111 )StR(Ci Cao�gtr . WORTH TARRANT + •�' C"EC(fo I1t NICIMAY RD so ocsI N.E. LOOP 820 655 650 645 640 635 630 625 620 615 610 0 M 1-- N COQ 11 �Lal ar p he 1 C- I C- MATCHLINE ....1..... p.. ....1....1 �•1 ,..... ...j.. j.• , ..j.. I....t .j• . ••.{.••y ..1. .• ..1... �. :� J d41fi 1 •-23.50' FROM EXISTING BRTO PROPOSED 36' WL r:::- --EXISTING BRIDGE ABUTMENT \\\-PROPOSED ABUTMENT EXISTING ELECTR 1 C'�•-,� Aa PROPOSED BENT EXISTING STORM DRAIN--.�� EXiSTiNG TELEPHONE---..,_,y 15 LF CURB 1L GUTTER REPAIR 15 LF CURB 1. GUTTER REPAIR PROPOSED COMMUNICATION AND ELECTRIC (8Y OTHERS) PROPOSED HiGHWAY PAVING LIMITS (BY OTHERS) EXISTING ELECTRIC--•..,y , 53 S.Y. TEMPORARY { ASPHALT PAVEMENT REQUIREMENTSX�7 7 no,, TXDOT ROW TA . ,8.08 T A FILL 1TH NODES E: b' 8:2i SUPPORT TRAFFIC SIGNAL POLE -15.75' FROM CL OF EXISTING PIER TO PROPOSED 36" WL PROPOSED COMMUNICATION NELECTRICOTHERS) AD1BYON 4•. ..i... 'l.•..... . 266 LF 54- STEEL CASING PROPOSED 36" DIP WATER LINE CONFLICTIID 89 ELECTRIC CUT PLUG R Ej. 46` WL CUT EX. 36" FL EXISTING ELECTRIC J ���1 1 t Ir , , • ..•j...sE1t16T�lNk..4R1�AM., •r• SUPPORT TRAFFIC SIGNAL POLE SUPPORT STREET LIGHT PROPOSED GAS LINE ABANDON EX. 38" WL�,,,•' i 31 S.Y. TEMPORARY ASPHALT PAVEMENT REQUIRENTSXDOT ....j....... i »j., ' STA 7.fi8, 7P' Rt f Litt 6-480 AWES Ex. 36 . wl AT 5' SPACP9- PLUG 13 F CURB It GUT T R REPAIR E INSTALLS '• • • • 1-FLUSH MOLNITED CUT 6 TEST STATOR EXISTING ROW S e a jP�JA1TAggLp����� ND �- i T ii" D°TfLL E. 0 .29 I TAg7• 33.A6 E T ARY NNIR gttg 0 /C-51 E: 340!91:32 N]B�ITppl,TTEB Ni SEW RDO ilULT C3) STAT8.21.59, 15' RT INTESTUSiATI�O)tlTEb A N. BEACH 5T. EX. 36" M. 42 S.Y. TEMPORARY ASPHALT PAVEMENT REPAIR PER TXDOT REEQUIIREMEENTSs [ CTA 1/L`i`TNN 84i0 pi,ETTLTO 89 W O1N fREN�2%CST) ST NA CP X JOINT 8e4R tEE TT ppR� ALL IF LD YE�tlrY) NEXT EXISTING ISOLATION VALVE DR.1AND BEACHAT STFOSSII+ EXISTING ROW EXISTING WATER LINE 3 i ..i.. 3•. ff `` "1,• . ..1- 1'F=Sn.,...•-i. -'i ' 7 'itg- " .µ..j -j"- •:lye', ..r..=•-I •r• 1...j .' 4- ..,..r{.." � •• I mad 1• ,• • • i ; 3 j w Tj .i.., ..t,..,j,. i...i,.....j„ 4-- t- - •••. . % c 3 3 ..t.. 3 ;. 1..•. 3 3 I A ... . • ..1.......1....;...1 ...,.. ..{.. 3 ...: .. .•Z....«� ..1....1........... . 1 1 i 640 •-y• I .i.. ,.i• t 1 i ,.. ..}....,. �. 4F K 3 3 t i r- i ! ill ;.... • 1•. .lL. N. :s.• 1tERg1,;... �• ....;.,, . .1' •.y. ! j ;��..»i.......1.... r.,......{.... ... 1 3 ! 1 I "sFIEl:D...yE 1T' Yr...� • 4 r 3 ! ..... 1.»y... ..1,...; n. w' r. ",..;— % ;........ A1f�5. R j..,;.,.•;...,., . R...y...,.,..,.... l....p....1,.....pt.,J66:'lE ;,...;.... j '� ..• ••.H...,....; .. ;.-..1 t 1 1 ............b... ..,..,. .�............... ..................... . �.. . {....}.... :.ark-"' ., 7 .�.... n ... - - .y....y, :...:...:..�.:'..� i ..I... 1....1....}•• ...i... •.,.}.. s...}...„...1., 4't. .. ; - {.... �, s •.i..... ....' ..• MIA. i AIR�AII+AIIAIILA►r.1�Jlf•SAIt'AIIPA4C 7 1 i ;....{...}..: 4 {....;....:.... . ..:... .{.... i......;..j 4morairwArAi , e Aires rarair arAw. Ar,i i Ir i ' T' li f d �„� �.•..1.. ! r a • .......j,... s. m�: ;.... » (....i...E'XYl�t ....,pCtE1'.... t 3..,} i..!�. 1 I 3 »1.. ..1...y.. ' . , .,.i.• ......i.. ...,.. ..j,. d ..j.. 1..• .;' 1.. i i i c ,��3/� IT-v ..Y: ..!....}.. 1 _ } - „}.......rt. . f•r .. :,k::.t. r ..;.... ; �•{y�.A':C." Yr 91C I 1 • V . ;. .. ..i�...l.. .. »..7... .Ira i—,- •» [' .. .. ..;....;... .{....'. ..{... •{ • \M33 r1 ..f............ .;....� ...' �..;. ... y...y'....;»..1....J._-. ..;....i.. . ..I....`...y....,.. .. ',....;....i.. ...)....�....,...y. ..y... y. ..}».,}....,...•i.. ..y.,..i...,j. .j.. ..'.. 1 I i.... ... t • t• raima ! : 7 i 1 , • I. •• !1 is t { r 1 t t r r .. .. ..1......j...,i...y...y, .. ..;....y,. ..3 �... i .. ..•»•,... . ,.;....�...3...........;....;....r,•.{.,..,. 1..., ..3.1� ..f....j...p.. j....j..... , ..j..»I.. ;....i..q....L.....f...y.. ;...j...j....j. »!..»j....j...j.. y.. l.. t 3 ! { I ..,... .. ..{. .p...1.• ..i....{,.• i •.I...rl, t •'}• 1 : 1 3 .. .. ••i....:....;....,3........1 ytM ..�.{., ..fi.. ..*...% ..;.. ..}...;.. ..; .j. ..j....i.. •1....1......1-1.` ..i....i...i....}..• 3 j 1 4. i «, . tpQ .{...{.••.. ..;.. y...•;. ! . ..;..•.j•..y....j..� y.•..1.. ..y»•y„ ..;...;....1., ..1....;.. ',4't...�.•a.6�� 6d1•N" i I I 1 1) , i j i• I° ; ! i i•bi0 ii Frit1 !lY 1 • ..T...:..�......•.i.„ .1....•i— .,. ..+..!. 3 i i 1....i.........:... ..1....y..• ...y... :R T tF' p •... 1 1 '''I, 1....,[NG....,... _.....i....,..y... .,i...}.. ;. {» IM: T..j t..;. t,.•r..., 1.. 1 1.•T1 .. .. ... .:1..•z.... _,...j....j-•:•i�w••, . . ' F 'VT _E I .......,i....a.. ..�..,r.•.i... .�. z.. ..q..y-4*••••! ... i.. ..I n. r. , .—�, •' ..j..,.�.' , "1 r, ,.;. .i. r .. ....5... 3 ..i... i . L • W' 1i l;'' .: ??... i...'..... },...,...'... ......,;....j.,..;,.,.;•.... F .L t' S OI' ! ! 1 ..:.:, .. ..{...1....;.... ;..»,.:,.,...y ,..•..!�... ,•.,.,. 1 i .:�:::.;:.;.1::..{, 3 ...iTtCi'ENC S�D �-I: � ; ! •; i I —r— i F i { ! r 3 i .. .. •.L... (..... % {...j... T r..... 1. ...i...."..., .......-1.. i. .1"..j... .y..•3....1....1.3 12;••GF• •36: ,..,/,..3.,. '.L S• • / Q...1 l4 EFl ;p`{ I'= , j . Hi . ..........1...1... ' ! . t....{ .... ; ...«.•...,.. y.. ...; ,.. . .i. 3 . ..I.. ,.j., Z A¢E'8' � ' ..i ..j... ..(.,..«.-.... _ ._...!. } 1 .. 11 LEGEND TEMPORARY AV��• REPAIR 655 650 645 i.- I ..- L,.jTw1. tyZ., .j...,1.. i ....1....i•..j. . 4444 i' : - r• 3 •I 3 , 1 ti r r r rL ...f... i i i .. 1 ..j.r,.j.• , ....j.r..p., 1 i N�1••i i....j. ...1-4 { I j 1 1 r�`v : ,y t ...;....i....1_.........;•...}....1... . .........;......' ; i....... tia . i••.;.... -ial : r 5+00 5+50 6.00 3 3 1 ! i I 3 _ 1 i i 1 i 1 1 1... i ; - 3 : E i ;....J. . •.,pop..{....{., {,,.4 , . 1. .,;...y.... ..i....1... .. J�ih., jQ.:B.S..,�o...«.. .p...p...r...p.�.. .. {..... »( .ir L�R • s t I 6+50 7.00 T•50 8.00 F 8•50 i i 610 635 1 9.08-1 D5 cof A�NOOE tL• AT•(TOI4S & ________ NOTES, 1. THE CONTRACTOR SHALL CONTACT THE TOLEXCAVATiNCLEAST EACH LOO CTTONIOR AT&T 1-800-878-8711 FORT WORTH WATER DEPT.- FIELD OPERATIONS 1817)392-8296 FORTH WORTH T$PW 18171392-8100 ATA10S ENERGY (8171215-4366 ONCOR GAS & ELECTRIC (817)215-6214 TXU ENERGY 1-800-233.2133 SBC TELEPHONE (8171338-6819 CHARTER COMM. (817)509-6272j 63 ALL OTHER FACILITIES 1-800-DIG-TESS 2. DO NOT EXCAVATE BETWEEN STATION 7.20 ANO 7466 UNTIL THE EXISTING WATER LINE 1S TAKEN OUT OF SERVICE, 3, PERFORM 0-HOLE AT STATION 8.16.39 DURING TEST SHUT DOWN TO VERIFY CONNECTION TO EXISTING WATER LINE. OTE T AN C�gi�11T�}1nM''cam ' {� OPpRIl��RE�ANY�NSQ�I Rl�� REL 11T10N. LEGE1D PROP WL EX WL EX ROWPR~- .-.._ . z 7 — 0 ILIA' 40' 'HORIZONTAL SCALE 0 5' 10' ' VERTICAL SCALE 11 Y11T MialIND cA�f" Ilrera. r.7Na Texos Depottroent of Tronsportotion or -north tarrant express bluebonnet contractors, LLC Improving n1obAlty In Texas 630 roans FORT WORTH 625 N. BEACH ST. 620 CONFL ICT ID 89 II 36 WATER LINE BL STA 730+70 TO 730+98 HORZ,I 1" . 20' V T : 1" .II ER 5' SHEET C-2SEO.1 OF 8 1(CI.NIt&I. of IC( MAO dlpfli NO, I CM 1 09/0 3t0 1 615 9.00 "LOY ____Kusdpar rem TV)(AS FT. sWO6 I TiRRAIT CAErs.! .• N. E.LNIL�(t OOP ND 820 FORT WORTH CITY OF i`r, WORTI1, TEXAS IDOL` THROCKTO'F STREET P WORT(, TEXAS 76102 617-392-4477 MAIN ATTN ANDREW r CRONSERG. P.E. im proving mobiUty in Texas ELUE60NNET 20, 02 CONTRACTORS, 6851 NE LO7 NORTH RIC$LAND HILLS. TEXAS 76160 5r?-510-3355+�7 MAP 8t7-510-3691 rAk ATTN, $CCTT STOCKBURCER, 44,E, 0+RECToR OF UT1LIT1E5 csJ ENGINEERING ASSOCIATES, LLC POST DFF/CE BOX 530797 IRVING. TEXAS 75063 512-750-074 MAIN ATTN: SCOTT COLTER. P.E. bluebonnet contractors, LLC rillgratas 405:1 orliwMrtlw,dPwci, Sint. 200 Ftut irory,, Tx TANN.4595 r+s,nne-t6171 /35.73aa f4a•I11171 735 7491 IRO • •s. IraRrdOT o >hi 00141rl .i TrIRIATI F41 SUBMITTED F RIC L, T. CR G. P.f. ASSISTANT DMECTOR, PATER TMENT WY Or FORT NORTR; TEXAS RECOMMENDED FOR APPR0VE01S.N'sF: FREESE AND IeCIWLS, INC. am/A. LLC • v„I►PPROEEDI /Z l N. T. 5. STATE OF' TEXAS DEPARTMENT OF TRANSPORTATION 10+ PLANS OF PROPOSED STATE HIGHWAY IMPROVEMENT .gg-north tarrant express TARRANT COUNTY ASSEMBLY it NUMBER 820-U-0506 CITY OF FORT WORTH, TEXAS N. BEACH ST. WATER UTILITY RELOCATION ROW CSJ: 0008-14-093 CONST„ CSJ: O008-14-059 CONFLICT ID NUMBERS: 89 ,TE1t�5 KT PO TH1 7ARRIIk' 114en0T1 w/ 1 .ia..n 0364 . 01 1 I t4 I >I2D 2 O -(,l- OSQ (0 GS4-e r /s r.er INDEX OF DRAWINGS DE$CRgnpN 4 4 /{ R 1. uiROICI WATER,.{11,I45 L YA�R NT LT TIQN0L{ PLAN 4 -4 f/ • WORTM WSAAM ARY SEWEir $YST M f. ION 67 GGG-7� 6tES 11 ARrla,- t a.i ANb 0oi/41fAENts (EPIC 10 CP:2 (244 r ToF FORT FORT�111I OF FORT osONAY ITN STA NDARD DETAILSNiCTiOT µpC PRO M H SYSTEM o°ETTAI CITY OF FORT WORTH N. BEACH ST. WATER UTILITY RELOCATION COVER SHEET 0 2011 BY i'EYA$ OVARTNcNT OF_ TRANSPORTATION ►tit otnottaialio. ►•fw mm likAs 5l►/rE G 4510. Ot OF IS rYt,wlt•t QtrI •POI 1 I 4tI 00411-,2011 fT. HI Tags T d Porking c .Mob �iy�rgn LP s, t) O „o U y__b-•-ems M 1F''si=iF7 MH 00N es"IT LPr /. jJ c . G(_..,', `...Ir`P It1/1/t c`�` :/! PI \ /. )`t f -`- Paved Porking s I !t i//( sQ cr: ! tikx-i 1. t-oR Poved Porking C 3gn= ,.t' d!-- -•_.,rE7/ .vd/e, :. aa.rtr sr rxiru�-aUs" inlet ,tr`•,�1N xrc. 24' RCP p fL IN\� 636 6,. € CURVNV 7 k,'� du f l INV • 635.59 LL • ... " •E--..-- �. I 1, SO LP.P S S 0 5 S0, LP L •01'09 L.3}.60' si ,LP LP FA0 r.r N+ Guord Posts MH 00 MH LP Slob �— :X� Slob Sign A/ units 1•(.,58!f Crh �'9011l0. i 'r .. ' 70. I J ' Ct,d.1 c!t 3E5Si F f 5 y 1 SI gi w fl-_t_ Rr46!4.35' ..4 LP Ptn ./king A7 TO L12' 3RATE•641.54- FL A/C Units VC 6 04' IS11NG dRT WQi TH THIS POINT IP- Poved Porking 1EXIST•NG ROW gnL.125 SD(TC) NUltAlgt Cos Figeropips PROPOSED „ h' fi c'. ur'..8''S#xr ts^ /'s"%re:' f . ta.�3.5' 'ART� Y2 •—•—•M2—.a•x•-Y2— t05 7 OSSED ik01 5' PER Cu5 35 ■i� / fi -ref YIS r:t f•8 ,' !Weir?{, t 1r.1 !' MEE T• 725 OG P.A EL ITV 374.Th.; e�8+ CA.V RT Amer: Porte! x7 9 f? 'I/S ff!T'7lh /CR For(YftrtttLTIJ t Smeo!TexosGRATE 636.54' DDE (JSSTTI WLJ 55r 0202303264 Vdsw, ,Pg.330 P5. S1ottort 7,'3.43 2 i' L` - 66991331,90 is - 2339,432.35 ttc�'1 22,965.83 ,; tzmvHi—r 407427 - .; 4r1' 54 tRT1 r V4 VI C u' LP (f• 15" :C •_ FL tp c;1 6;t SCi.rr`7. . 25'DR(On'n.^,E PR.TL.T. /U ES: Con A ! LP f AT 4 itf •311 1- 1 ,'; it r 1 i;:} £SOT ' 1 I '� 4TEfr ESirrc snde�g Pove,�•Rat3r�{- 1 P1;!E41 1 LP 1 -P so- ARCO ESslr 8558, Pg. 224.5 u LP C loss! rxlx7r a+nA word Osts Edon 141. • r-t tiTCO ✓ ELITE ESbrr i vo+.15514 Pg. l9 I DR.T.C.T. Poved Porking i LP f]LP SD t7 1 r. PROPOSED 7 `" tf�S "54'' STEEL CASING CITY OF eble,1W 2T WATER ADJUSTMENT"." CITY OF PORT WORTH .T.A?RAN J (MALTY t UTILITY BASE LINE (1, GRATE•63B.50' let — SD( 5.4 1'd111r Pail LP a 1 � 1 —el ---��Inlet Yuri P92+5 Irking SID Cuord Posts Poved Porking EX STING R W MH Poved Porking MH TIE INTO EXISTING CITY OF FORT WO iTH R AT THIS POINT I LP LP Cr' Poved Porking LP CM- • tH tr Inlet FH EXISTING WATER ij LP Riprop • SD State of Texas 7-t-L. -E. 1.7-17:77:7-. i-sr.7,A65:176. p. BE AB 0 LP • 1)46 61.1 EXISTIND CITY OF FORT WORTH WATELP TO BE SOLD TO' 9 IT AH 0 AiL II MH VS Lit& ENDS cgrfpCORDS Pevre Stale of Tem-411,3 0 • bj- 1443.1 EXISTING ROW1 tx EXISTING WATER LINE TO E ABANDONED' • 61,12. 6 • Addilkel 1 STAHL ,,c,,,,.......c., ... ftitAS Tv NTE-USO-UDC Rev. 9/2009 Page 1 of 1 Utility Manager: Date plans received: Utility Company: Assembly "U" number: Type of Utilities: Date on Utility's plans: Developer's Utility Manager Utility No Conflict Sign -Off Form Scott Stockburger, PE September 09, 2011 City of Fort Worth 820-U-0506 Water Transmission & Distribution 09-09-2011 No. of sheets in Utility's plans: 27 I Scott Stockburger, PE the Utility Manager (UM) working on behalf of the Developer (NTEMP) certify that a review of the above referenced Utility plans concerning the proposed highway improvements on the NTE Project has been completed and have not identified any conflicts between the Utility's proposed relocation and any existing and/or proposed Utilities. The proposed Utility plans conform to Title 43, Texas Administrative Code, Section 21.31 — 21.56 of the Utility Accommodation Rules. [] Check box if there are any areas of concern and insert comments below: Print Name: (Utility Manager - UM) Sign Name: (UM) Sign Name: (Devloper) Scott Stockburger, PE Date: % alb This form must be completed/signed and included in each Utility Assembly submitted to the Texas Department of Transportation. NTE-USO-UDC Rev. 9/2009 Page 1 of 1 Utility Design Coordinator: Date plans received: Utility Company: Assembly "U" number: Type of Utilities: Date on Utility's plans: Developer's Utility Design Coordinator Utility No Conflict Sign -Off Form H. Scott Colter, PE 09-09-2011 City of Fort Worth 820-U-0506 Water Transmission & Distribution 09-09-2011 No. of sheets in Utility's plans: 27 I, the Utility Design Coordinator (UDC) on behalf of the Developer (NTE Mobility Partners) certify that a review of the above referenced Utility plans concerning the proposed highway improvements on the NTE has been completed and have not identified any conflicts between the Utility's proposed relocation and any design features. Design features include but are not limited to pavement structures, drainage facilities, bridges, retaining walls, traffic signals, illumination, signs, foundations, duct/conduit, ground boxes, erosion control facilities, water quality facilities and other Developer -Managed Utilities. Any design changes to the NTE roadway after the signing of this form will be coordinated through the Developer's Utility Manager and the affected Utility Owner. ❑ Check box if there are any areas of concern and insert comments below: Print Name: (UDC) H. Scott Colter, PE Date: Utility Design Coordinator (UDC) Sign Name: (UDC) Utility Coordination Firm Name: l Date: �'—z_ CSJ Enoineerinq Associates, LLC This form must be completed/signed and included in each Utility Assembly submitted to the Texas Department of Transportation. 31ue1k. Improving mobility in lexas Texas F partment ansportation (it I'S 9pess • AFFIDAVIT NOT APPLICABLE Form ROW-U-JUAA-NTE Rev. 9/13/07 Replaces Forms D-15-24A and D-15-80A GSD-EPC Page 1 of 3 UTILITY JOINT USE ACKNOWLEDGEMENT REIMBURSABLE UTILITY ADJUSTMENT U-Number: 820-U-0506 District: Forth Worth Highway: IH 820 County: Tarrant WHEREAS, the State of Texas, ("State"), acting by and through the Texas Department of Transportation ("TxDOT"), proposes to make certain highway improvements on that section of the above -indicated highway; and WHEREAS, City of Fort Worth, ("Utility"), proposes to adjust or relocate certain of its facilities, if applicable, and retain title to any property rights it may have on, along or across, and within or over such limits of the highway right of way as indicated by the location map attached hereto. NOW, THEREFORE, in consideration of the covenants and acknowledgements herein contained, the parties mutually agree as follows: It is agreed that joint usage for both highway and utility purposes will be made of the area within the highway right of way limits as such area is defined and to the extent indicated on the aforementioned plans or sketches. Nothing in this Acknowledgement shall serve to modify or extinguish any compensable property interest vested in the Utility within the above described area. If the facilities shown in the aforementioned plans need to be altered or modified or new facilities constructed to either accommodate the proposed highway improvements or as part of Utility's future proposed changes to its own facilities, Utility agrees to notify TxDOT at least 30 days prior thereto, and to furnish necessary plans showing location and type of construction, unless an emergency situation occurs and immediate action is required. If an emergency situation occurs and immediate action is required, Utility agrees to notify TxDOT promptly. If such alteration, modification or new construction is in conflict with the current highway or planned future highway improvements, or could endanger the traveling public using said highway, TxDOT shall have the right, after receipt of such notice, to prescribe such regulations as necessary for the protection of the highway facility and the traveling public using said highway. Such regulations shall not extend, however, to requiring the placement of intended overhead lines underground or the routing of any lines outside of the area of joint usage above described. If Utility's facilities are located along a controlled access highway, Utility agrees that ingress and egress for servicing its facilities will be limited to frontage roads where provided, nearby or adjacent public roads and streets, or trails along or near the highway right of way lines which only connect to an intersecting road. Entry may be made to the outer portion of the highway right of way from any one or all access points. Where supports, manholes or other appurtenances of the Utility's facilities are located in medians or interchange areas, access from the through -traffic roadways or ramps will be allowed by permit issued by the State to the Utility setting forth the conditions for policing and other controls to protect highway users. In an emergency situation, if the means of access or service operations as herein provided will not permit emergency repairs as required for the safety and welfare of the public, the Utility shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required repairs, provided TxDOT is notified immediately when such repairs are initiated and adequate provision is made by Utility for the convenience and safety of highway traffic. Except as expressly provided herein, the Utility's rights of access to the through -traffic roadways and/or ramps shall be subject to the same rules and regulations as apply to the general public. If Utility's facilities are located along a non -controlled access highway, the Utility's rights of ingress and egress to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general public. Initial ' Date' Participation in actual costs incurred by the Utility for any future adjustment, removal or relocation of utility facilities required by highway construction shall be in accordance with applicable laws of the State of Texas. It is expressly understood that Utility conducts the new installation, adjustment, removal, and/or relocation at its own risk, and that TxDOT makes no warranties or representations regarding the existence or location of utilities currently within its right of way. The Utility and the State, by execution of this Acknowledgement , do not waive or relinquish any right that they may have under the law. The signatories to this Acknowledgement warrant that each has the authority to enter into this Acknowledgement on behalf of the party represented. IN WITNESS WHEREOF, the parties hereto have affixed their signatures. Owner: By: Printed Name: Title: Date: City of Fort Worth Utility Name Authorized Signature S. Frank Crumb, P.E. Director, Water Department The State of Texas Executed and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. onald C. Toner Jr. SR/WA Director— Turnpike Right of Way Texas Turnpike Authority Division Texas Department of Transportation Date: Attn: Mr. Donald C. Toner Jr. SR/WA From: Andrew T. Cronberg, P.E. Date: September 23, 2011 Subject: City of Ft. Worth Statement of Work Dear Mr. Toner, The City of Fort Worth would like to propose the following work be performed to adjust utility conflict 89 on the NTE project: Adjustment of approximately 720 LF of 36" water line along Beach St and IH820 Intersection from NTE Station 730+82 to NTE Station 730+98 (proposed crossing IH 820 at NTE BL STA 730+70). Signed, Andrew T. Cronberg, P /• Date 1 � � atuebonnet contracuo' s, Improving mobility in Texas Lih, if 4.4,--ii.;,./ ., I. j _,, app.- I Atird.fi rat (11 E.I.S.rEITII: qpressr ' -► r ti r QUITCLAIM NOT APPLICABLE Texas Department of Transportation Air Texas Department of Transportation DEWITT C. GREER STATE HIGHWAY BLDG. 125 E, 11 TH STREET • AUSTIN. TEXAS 78701-2483 a (512) 463.8585 July 14, 2011 COUNTY: Tarrant PROJECT: North Tarrant Expressway CSJ/LIMITS 0008-14-093 IH 820, From West of IH 35W to SH 26 0364-01-119 SH 121, From IH 820 in Hurst to SH 183 in Bedford 0364-05-038 SH 183, From SH 121 in Bedford to FM 157 Ms. Belen Marcos Chief Executive Officer NTE Mobility Partners, LLC 9001 W. Airport Freeway Suite 600 North Richland Hills, TX 76180 RE: NTE Alternate Procedure (AP) — FHWA Approval Dear Ms. Marcos: The Texas Department of Transportation (TxDOT) has received authorization from the Federal Highway Administration (FHWA) to proceed with the revised Alternate Procedure (AP) list for utility agreements on the North Tarrant Expressway. The revised AP list was recently sent by your office to TxDOT for approval. Attached, please find the approved list approved by the FHWA on June 30, 2011. If you have any questions or require additional information, please feel free to contact me at (512) 531-5904. Attachment cc: S Donald C. Toner, Jr., SR/WA Director — Turnpike Right of Way Texas Turnpike Authority Division Randy Redmond, P.E., DFW CDA Program Manager, TxDOT Theresa Lopez, NTE Project Manager, TxDOT Keith Sliger, TxDOT Jeremy Tyson, TxDOT Robert Burns, P.E., CH2M Hill Elizabeth T. Norris, Atkins REDUCE CONGESTION • ENHANCE SAFETY • EXPAND ECONOMIC OPPORTUNITY • IMPROVE AIR OUALIY PRESERVE THE VALUE OF TRANSPORTATION ASSETS An Fill i ? 1)nnnriun7tar Cm Hlphwa Alternate Procedure Request ReVised 2011/06/13 NORTH TARRANT EXPRESS - CONCESSION CtA CCSJ 0008.14-058,10008-14-059 IH-820 & IH-35W from IH-35W to SH-26 UTILITY OWNER WATER & SEWgR SERVICES 1 City of Fort Worth 2 .City of Haltom env 3 City of North Richland Hills 4 WATAUGA WATER SUPPLY 8 TRINITY RIVER AUTHORITY 011 & GAS 6 Atmos Energy ALTERNATE PROCEDURE LIST; Segment 1, IH-820 Approximate Location Static). niS _. tatfon to -Station 7 . Barnett Gathering Texas Midstream Gas Services/ Chesapeake 8 Energy 663+00 .... ._ _ - 731+00, 588+00 - 670+00 731+00-847+00 847+00-1045+00 841+20 & 841+60 847+00-1045+00 580+00• - 650+00, 700+00 -955+00 680+00, 681+00 - 959+00 680+00 - 955+00, 590+00 - 630+00 1580+00 - 618+00, 665+00 - 700+00 1663+00 - 926+00 Angle crossing 955+00 1701+60, 700+00 - 723+00 1663+00-,,,1100+00 _.. _, I701+00-1200+00, 925+00 663+00-1100+00 North Richland Hills ISO 846+80, 902+00-914+00 Level 3 (incl Broadwtng, Looking Glass & Wit -Tel 701+60, 700+00 - 723+00, 796+50 1832+00 - 835+00, 847+00 725+00 - 811+00, 925+00 21 - 832+00 - 835+00, 847+00 s Crosstex Energy 10 g.xplorer Pipeline / previously CITGO, 11 Sunoco 12 Enterprise Texas Pipeline COMMUNICATIONS Above Net / previously MFN COMMUNICATIONS (Metropolitan Fiber 13 Network) 14 AT&T 16 Charter Comniuf(9aiions. Time Wamer CCaabb e/ previously t;omcast 16 Communications 17 18 18 Sprint Time Warner Telecom / previously ESPIRE 20 COMMUNICATIONS Verizon Business 22 Qwest Communications Ets_cTSLC 23 DNCOR Distribution/ TXU 663+00 - 967+50, 588 - 870+00 24 JQNCOR Transmission/ TXU 876+00 - 890+00 • %TAL ESTIMATED RELOCATION COST ROW CSJ 0008-14-093 ESTIMATED COST FOR RELOCATIONS!' 100.% ofReiogatfon Cost UMW Min ga= Min 1111111111111111 maw MEM mum Flo%: Some Ties may hev' e�een r.ughnfly o egi" eni es. n these cases we have vied to Indicate the new end previous ownership to establish the order of succession for Informational purposes only. Alternate Procedure Request Revised 2011/06/13 NORTH TARRANT EXPRESS - CONCESSION CDA Highway CCSJ , ROW CSJ SH-121: From IH•820 to SH-183 in Bedford_- 0364.01-054 1 0364-01-119 SH-183; From SH-121 in Bedford to FM-157 0364.05.025 0364-05.030 ALTERNATE PROCEDURE LIST] extent U , 183/121 UTIUT`( OWNER WATER & SEWER SERVICES 1 City of Bedford 2 City of Euless 3 City of Hurst 4 TRINITY RIVER AUTHORITY 6 City of North Richland Hills OIL & GAS 6 Atmos Energy 7 Explorer Pipeline / previously CITGO cialtUAGATIONS a AT&T a Charter Communications Time Wamer Cable/ previously Comcast 10 Communications 11 FlberLipht (Previously ACSI) 12__. TW Telecom of Texas 13 Verizon ELECTRIC 14 ONCOR Distribution/ TXU Location 50% of ESTIMATED COST of Relocation (100% where applicable Easements exist) Station/Station to Station FOR RELOCATIO_Nr 1128+00 to 1279+00 1275+00-1325+00 1045+00 - 1127+00 1010+00,1295+50 967+00 - 1045+00 955+00-1325+00 960+00-1325+00 957+00-1325+00 967+00 -1200+00 955+00 - 1325+00 1000+00-1325+00 1291+00 to 1331+09 967+50 - 1325+00 TOTAL ESTIMATED RELOCATION COST 1111111.1111 Giand )4141lame f Ilties may have been bough( oui by other entities. nese case we have fried to Imitate the new and r�evious ownership to establish the order of succession far informational pupapses only. lUote tl: Esti aied s o are only or portion ortion ot�he`relocation costs which —are the responsibility of the Developer/Design-Build Contractor according to the CDA. Estimated Costs do not include the portion of the costs which are the responsibility of the UY Owners,