Loading...
HomeMy WebLinkAboutContract 43169C1TY SECREY A'� � D.O.E. FII.E COf�ITR/�C��,r���r ���� ��.,� . � - � CONSTRI�CTK�V'S �'�°°` CI�ENT DEPARTME!`5 : �r �' CI�M' 9��R�i�Ft`� , � U�' CONTRACT fd0. PROJECT MANUAL FOR THE CONSTRUCTION OF 2008 Capital Improvement Program Neighborhood Street Contract 3B Fox Hollow St. (Ranch View Rd to Overton Park East) Chaparral Ln. (Bellaire D�. to Overton Park Easi) Tanglewood Trl. (Bellaire DN. to Overton Park East) City Project No. O1225 D.O.E. No. 6140 C204 541200 2034001225 83 P253 54120060317 01225 83 P258 54120070317 01225 83 Betsy Price Mayor Tom Higgins City Manager Douglas W. Wiersig, P.E. Director, TransportaYion and Public Works Department Prepared for ��-.•-� . *�5. . .,cf' t1 , ' : ,�. ..*. .::........................ �.* THOMAS K. DAYTON ... � ..........................,.... .o �; 91751 � �9: �Q� �idt$ g���OFYAL �N�'\..�� r �,y� � `t 2�'i l � The City of Fort Worth Transportation and Public Works Department 2011 Prepared by: i��,N�` T�AGIU�' NALL AN'D P�RK/NS TBPE REG # F-230 1100 MACON STREET FORT WORTH, TEXAS 76102 (817) 336-5773 - TNP No. FTW 09157 TBPE REG # F-230 05-01-12 P03�56 IN OFFICIAL RECORD CITY SECRETARY � FT. WORTIi, �'X 000000-i TABLE OF CON"I'ENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS i 5 Addenda 00 I 1 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposat Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalifcation Statement 00 45 13 Bidder Prequalifcation Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division O1- General Requirements O1 11 00 Summary of Work Ol 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Progress Schedule Ol 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls Ol 55 26 Street Use Permit and Modifcations to Traffc Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements Ol 66 00 Product Storage and Handling Requirements O1 71 23 Construction Staking O1 74 23 Cleaning Ol 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Neighborhood Str�eets Ca:trnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July I, 2011 000000-2 TABLE OF CON'fENTS Page 2 of 3 Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 4 i 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 16 Concrete Base Material for Trench Repair Division 26 - �lectrical None Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassifed E:ccavation 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 O 1 18 Temporary Asphalt Paving Repair 32 Ol 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 92 13 Hydro-Mulching, Seeding, and Sodding Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 26 Utility Markers/Locators 33 OS 30 Exploratory Excavation for EYisting Utilities 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 20 Resilient Seated Gate Valve 33 12 25 Connection to E;cisting Water Mains 33 12 40 Dry-Barrel Fire Hydrants 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 50 Sanitary Sewer Service Connections and Service Line CITY OF FORT WORTH Neighborhood Streets Contrac� 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Project No. 01225 Revised July l, 2011 000000-3 'CABLE OF CONTENTS P1ge 3 of 3 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manhotes 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 49 20 Curb and Drop Inlets Division 34 - Transportation 34 71 13 Traffic Control Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July 1, 201 l �V�'� �(���`� � PROJECT MANUAL FOR THE C(�NSTRUCTION OF 2008 Capital Improvement Program Neighborhood Street Contract 3B Fox Hollow St. (Ranch View Rd to Overton Park East) Chaparral Ln. (Belraire Dr. to Overton Park Ecxst) Tanglewood Trl. (Bellaire Dr. to 4verton Park East} City Project No. 01225 D.O.E. No. 6X40 C204 541204 2034001225 83 P253 5412006d317 01225 83 P258 54120070317 01225 83 Betsy Price Mayor Tom Higgins City Manager Douglas W. Wiersig, P.E. Director, Transportatian and Public Works Department Prepared for The City of Fort Worth. Transportation and Public Works Department 2011 ►������� Prepared by: ,�►�"�' �'F.�iG!'�F �4►,�1�.�, A11 �1� ��'�t KIN� TBPE REG # F-230 1100 MACON STREET FORT WORTH, TEXAS '7G102 (81'� 336-5773 - TNP No: FTW 09157 TBPE REG # F-230 " Officiai site of the City of Fort Worth, Texas 1' 1' • � �► COUNCIL ACTION: Approved on 3/27/2012 - Ordinance No. 20129-03-2012 and 20130-03-2012 DATE: 3/27/2012 REFERENCE NO.: '`*C-25515 LOG NAME: 202008 CIP CONTRACT 3B DIST 3 PUBLIC CODE: C TYPE: CONSENT HEARING: NO SUBJECT: Authorize Execution of a Contract in the Amount of $816,256.25 with McClendon Construction Company, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement in Portions of Fox Hollow, Chaparral Lane and Tanglewood Trail, Utilizing $521,709.36 from the Street Improvements 2008 Fund and $457,453.70 from the Water and Sewer Capital Projects Funds to Provide for Construction Contract Costs, Contingencies and Construction Services for a Project Total of $979,163.06 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Councii: 1. Authorize the transfer of $457,453.70 from the Water and Sewer Fund in the amounts of $262,323.71 to the Water Capital Projects Fund and $195,129.99 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $262,323.71 and the Sewer Capital Projects Fund by the amount of $195,129.99, from available funds; and 3. Authorize the execution of a contract with McClendon Construction Company, Inc., in the amount of $816,256.25 for pavement reconstruction, water and sanitary sewer main replacement for the streets listed below. DISCUSSION: As a part of the 2008 Capital Improvements Program, the following neighborhood streets will be reconstructed. Contract 3B , Project 01225 District 3 Fox Hollow Ranch View Road to Overton Park Drive East Chaparral Lane Bellaire Drive South to Overton Park Drive East Tanglewood Trail Bellaire Drive South to Overton Park Drive East In addition to pavement reconstruction, deteriorated water and sewer lines are to be replaced as specified by the Water Department. The new pavement section will consist of an eight inch reinforced concrete over six inch lime stabilized sub-grade with seven inch integral concrete curb. The contract was advertised for bid on December 1, 2011 and December 8, 2011, in the Fort Worth ' I_.ogname: 202007COCONZ'RACTSI�DIST500947 Page 1 of 3 Star-Teleqram. On January 5, 2012, the following bids were received: -' Bidders McClendon Construction Company, Inc. Stabile and Winn, Inc. Conatser Construction TX, �P CPS Civil, LLC Jet Underground Utilities, Inc. Ed A. Wilson, Inc. Bradley Dougias Construction Services, L.L.C. Bid Amount $ 816,256.25 $ 833,751.76 $ 868,945.50 $ 935,868.60 $ 948,052.05 $1,064,769.46 $1,176,159.20 Staff recommends that the low bid in the amount of $816,256.25 submitted by McClendon Construction Company Inc., be selected and a contract awarded. In addition, $162,906.81 (TPW $81,967.11, Water $40,934.46, Sewer $40,005.24) will be utilized for contingencies, construction services including surveying, material testing and construction inspection. McClendon Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 47 percent M/WBE participation on this combined project. The City's goal on this combined project is 20 percent. This project is located in COUNCI� DISTRICT 3, Mapsco 89C. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements 2008 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers 2) P253 531350 603170122552 1 &2� P253 476045 6031701225ZZ 1&2 P258 476045 7031701225ZZ 2� P253 531350 603170122580 2)P253 531350 603170122582 5 160.00 $262,323.71 $195,129.99 387.00 258.00 2) P253 541200 603170122583 $232,458.71 2) P253 531350 603170122584 1 000.00 2, P253 531200 602170122584 2 580.00 2) P253 531350 602170122585 $15,480.00 2) P253 539120 603170122586 5 000.00 2) P258 531350 703170122552 5 460.00 2� P258 531350 703170122580 410.00 2)P258 531350 703170122582 200.00 2) P258 541200 703170122583 $162,880.99 2)P258 531350 703170122584 1 250.00 Logname: 202007COCONTRACTSBDIST500947 FROM Fund/Account/Centers 3) P253 541200 603170122583 $221,389.25 3� P258 541200 703170122583 $155,124.75 31 C204 541200 203400122583 $439,742.25 1)PE45 538040 0609020 1)PE45 538040 0709020 $262,323.71 $195,129.99 Page 2 of 3 2� P258 531200 703170122584 2 730.00 2) P258 531350 703170122585 $16,380.00 2) P258 539120 703170122586 5 000.00 2) P258 531350 703170122591 273.00 2) P258 511010 703170122593 273.00 2) P258 531350 703170122594 273.00 Submitted for City Manager's Office b� Fernando Costa (6122) Oriqinatinq Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Najib Fares (7802) Khal Jaafari (7872) " ATTACHMENTS 202008 CIP CONTRACT 36 DIST 3 P253 A012.doc 202008 CIP CONTRACT 3B DIST 3 P258 A012.doc Map 2008 CIP Contract 3B.�df I,ogname: 202007COCONTRACT5I3DIST500947 Page 3 of 3 00 �: u-w:s�� dfO pROPOSAL Pa;c 1 of 7 SECI'TQN 00 42 43 PROPOSALFO£tM Bidder's Application UNIT PRICE BID Projat ftem [ntortna6on E3iddets Propnsal Bidiist Item Spccification Unit of �o Dcscrip6on Sc:tioi� No. bieasurc 6id Quamiry Unit Price Bid Value 1 02a1.1303 Remove 8" Waler Valve 02 41 1d EA 4 2 0241.1302 Rernwe 6" Water Vaive 02 41 14 EA 3 3 02,41;f 510 5aNage Fite Nydrant 02 41 t d EA 2 a 0241.15td Salvage 2" Water Metar 02 4i 14 EA 1 S 0241.i513 Salvage 1 1�2" Water Meler 02 41 14 Eh 25 & 0241.1572 Satvage t' LValer Meter 02 41 14 EA S 7 3311,0461 12° PVC Waler Pipe 33 11 72 LF 17 . . . . . . . . . . . . .. ... . 8 3311.0261 8" PVC Water Pipe_. ... .. .. . 33 11 12_ LF 2207 9 3311.Ot6t 6" PVC Water Pipe 33 11 12 LF 86 10 3371.0251 8" DIP Water 33 15 10 LP 26 t 1 3312.0007 Fire Hytlrant _33 12 40 EA q _._. _ .... .. 12 3372.3005 t Y Caate Va�ve 33 12 20 EA 2 13 3312.3003 8' Gate VeWe 33 72 20 EA 6 14 3312.3002 6' Gate Vatve 33 t2 20 EA 5 15 3311.0001 Qudils iron Water Fitlings 3S i t 11 TON 1.8 i6 3312.0165 Connection to EuisC�ng 12" Water Ma"ui 33 12 25 EA 3 i 7 3312.0103 Connectlon to F�isting 8" �Nater FAain 33 12 25 EA 1 18 3312.0102 Connection lo F�isi+ng 6" Water Main 3312 25 EA 2 19 3304.0101 Temporary Waier Services 33 04 30 LS i 20 3312.220.3 2" Watet Service 331210 EA i 21 33i2.2103 1 112" Nlater Service 33 t2 10 EA 25 22 3372.2603 1" Waler Service 33 12 1U EA 4 23 3312.2001 1" VYatet Service, Meie� Relocation 33 12 10 �A 1 24 0241.1360 Remove Conc Curb�Gutter 02 41 15 LF 98 25 0241.0401 Remove Ccncreta Drive OZ 41 13 SP 50 26 3305.02041mportoU EmbedmentBackfill. Crushed Rocle 33 0510 CY 20 27 320t.0400 7emporary Aspbalt Pavinq Repair (per detail STR-030) 32 01 1S LF 2682 28 3201.011 i A' Wide Asphafl Pvmf ftepair, Residenlfai {per detaii STR-028) 32 Ot 17 LF 51 29 3305Ai08TrenchSafery 330510 LF td35 30 3305.Ot 10 Ulif.Ry Maticers 33 05 26 LS 1 Unit t: t1'eter Lnprovemrnts CRY 6F i9Rf �t'QR7li S"fA?:DAR9 C0�75TkUCf IOD: SPECI,ryChT�UN ltOCC�A1EVT5 ic.•+n Rcasscf N} t�wTY f: it t`.0 Ek� F) iJ sK'� as 45,� a? ?'_Fi�A Fa(ra-Prp sal.Ec,:,d_ V�rC.m.pLau_s v� GO 42 43-Se�rer BIDPROPOSAL Pap.e 2 of i SECI'ION UO 42 �3 PROPbSAL FORM UNIT PRICE BID Bidder's Applicatior� Project hem Information 8idders Propasai Bidlist Item Descripuon Specification Unit of Hid Qwntiry Unie Price E3id Value \o. Section No. Measure 1 024t.2201 Remove 4' Sewer Manhole 02 4i 14 EA 9 2 3331.A I 15 8" $ew_er Pipe . . . . . , . .. . . . . _ . 33 31 20 _ . _ lf 1590_ . .. . 3 3331.4116 8" Sc���r Pi�, CSS Bnckfitl 33 31 2b LF 26 4 33_31,,4tI.i98"DtPSewerPipe ,. __... . . 331t 10 lF _ 20 5 3331.41D8 6° SeH�er Pi}� 33 31 20 I.F 33 6 3331.41c19 G" SeHer Pipe, CSS Backfll , . 33 31 20 LP 10 _ ........ 7 333i.3101 4' Sewer Service 33 11 10 EA 29 8 3339.1001 �t' Manhofe 33 39 10 EA 1a 9 3339,100: 4' Estra Dzrth Mannole 33 39 10 VF 2 1C 33V5.01 12 Cnncretc Collar 33 65 17 EA 14 11 3305.0204 Imported EmbedmenUBackhll, Crushed Rock 33 05 10 CY 20 t2 3201.0400 Temporary Asphait, Paving Repair (per detail S7R•030) . 32 01 t8 LF 1785 13 3207,Oi 11 4' Wide Asphalt Pvmt Repair, Residential (per detaii STR-028) 32 01 17 LF :i4 14 0241.0401 RemoveConcreteDrive o241 �3 SF S00 _ 15 02A1.13tl0 Remove Conc Curfi&Gutter 02 41 15 LF 100 16 330t,0001 PrrCCl'V �Rcpection 33 01 3t LF 1643 _ . 17 3301.Q002 Post-CC7V Inspection 33 0� 31 LF 1643 18 3301,0101 Manhole Vacuum Testing . _ 33 01 30 EA 14 19 33tl5.0iO3 E�plomiory Excavntion ofExisting Utilities 33 05 30 EA 4 _.. _ ... _ --- — ... _. ' 20 33G5.0709 7rench Safety 33 05. 10 LF 16�i� 21 3305.0110 Utility Markers 33 05 26 LS 1 Unit 2: 5nnitnry Sewer improvcmenes CITl' 6f FUk7 \l'tlRT}i S'C.�tiDAAD CUti51'RI.�CiiUti' AP`r.CiFfCRTI(JR' DUCU,LYL �TTS fe;mRrn�c32b!:E�+".'. Q:rdtO("i_0042d. ��a3I? C�33>)_6idform�P!o5.+ose[-ti�td 6�t�aAcaCnrnpl�enccxi5 W e3+iAriay HfD PkOFIISAL Pqe)otl s�Cnotu oo az sa raorosu Foru.t UNIT PRICE BID 13idder's Application en,jcu tw �nfa,mu;rn o[ea_rs vmpos.0 HidliKltrm 5pccrffcstian Unitof ho Q'K^V°�" �id Qwmic+• Uni� pnw Uid Va�uc �'on No. Measurt i 3213.Oi02 7' Conc Pvm: (1,SCO psi Compreasivo SV¢ngth) 32 13 13 5Y 7218 2 3217.0501 8' LS��e Trasrment t� ��� 32 11 29 SY T750 3 327Lon Ume 32 17 2s TON 71a 4 OI4t.i�tlORert�av&Cor�cCurb6Cwtter 0241/5 LF 335; ...._...._ . ............ . 5 V2a7.0100 Removo Sdavradc . , 02 41 13 SF 315 6 0241.0200 RemOve Step . .. . . . 02 -01 13 Sf 74 7 024�,0901 RemovC Cor,creto �rivo . 4'1 dt 13 SF 5427 8 0247.0402 RemovoAsphatDrfre . . . .0241 73 SF ta1 .' _ ' _ _ _ ._ . . ._ 9 0241.0403 Remove Brfck D7ire , , D2 41 13 SP �8 79 0247,1400RamoveCorwYaYeyGuttrr .. . 02,4716 SY t07 _.__..__,..."______. . 71 3129.0101 Unvassified EacavaUen (.ncl Renrovsi of Erisl HMAC Pvmt and Flex Base SubgreCe) 31 Z� �6 CY 27W 52 3278.0502 T Caic Cwb m�d Guttor 32 t6 73 LF 706 1� 9213.0361 4' Cortc S�dewatk , , 32 13 20 SF 797 14 SAeaai PhtK-Stone - Insmil (� 3712, 3701 Fox HoRow St and 9317, ]308 Tengiewuod Tr�!Ij Sf 774 15 32t3.035t4" ConcSidewatk,�posedAggrngaie 721320 SF 1558 t8 327J.040t 6" Co�itretc DrNevldy � 32 13 20 SP a881 77 �27x.Q302 2' Asp�aR Pvmt [ype O 32 72 18 SY S4 18 3212,0501 4' AsphaN Baae iype B 92 12 20 SY 30 f9 3272.0502 5" Asp�aR 0ase Type B 32 12 28 SY T9 20 3207.0613 B' Carc Pvmt Repair 32 01 29 SY Bi 21 3213.0451 8' Concrel¢ Drireway, Fxposed Apgregata 32 iJ 20 SF 442 22 3214,0�00 BrirJc Pvmt 32 14 78 SY 68 23 Speaai Fipe-Curo Dtatn-d inch - Instail �p 77g 24 Spodal Cast irwi Curb Orain 800! Ep yg 25 3305.Oi11VaHe8ozA4jusvnnnt 330514 FA 2 26 3305.0107 Man�ole Adiuslmun� Minor 33 OS 14 eA 2 27 0241.3013 Remove t8' S.erm Una 02 41 14 LF 12 • 28 0241,400t Remove t0'CurolNot 0247 14 � EA 2 29 3341.0143 78' RGP, Ciass Ilf 33 41 10 LF 12 30 33-09.50'Ji 10' Curb IMet 33 qg zp Ep 2 37 3JOS.U709 Trench 5afety 33 05 10 LF IT 32 32�2.01C0 61ock Sod Placcmaat 92 42 13 SY d840 35 312,5,070( SWPPP z t aue.. ... ... 37 25 D0. .. .. LS , 1 34 3?75.0�7, Traffic Contrd_. . ... _. _____..._ .__. _. � __._.. _ ..._ .. ..�_ . _ . ... _ . _ .�?.'� 13 _ , __MO. �2 35 Specla7MtsceilaneouSUaAyAQytis?rttent __.. _,__ ,_ , LS . t 15,60600 S15,CN70.00 3fi 3Y9(.OtOJTopsoilas6?rectc-dDycr�neer..._'_ . ... ._..._..._. .. ._...... , . _._ ...3291.19... . CY_,. 4W 160G y,4W.pp __'_..__. UnSt 3: Paving artG IStalnaga �mprovsmen _'._....__'__. 21 4QO.CB BIC Sti.mrtlBN UnE! 1: Waterl rovemams Uhit 2: SanADry SoWof ImproVOments Unit 7: pav� and �rainaAe Impruv¢mentt g2i 4�J.00 � _ Tawf Bid fUnit 1* Unii 2 r Unit 1: 527 aU].(Y,� CRY S'v' F��!t f kEY:t:{r �T r1 t+t}AR� cY)ti$'!F[t)('Y:fi': Sf r.Cii'N�t 7:tPt (kA.'t�1ib'h'iS t�r.+�#:nwf:�teth',:i inxl�xt �i.s1+t (s:s3:),:w�y �> fi.nF�+�r.f.a.:rnl:f.�rd V,�'�aCn:9t�.:rt,'et4 OO1113-1 INVI"TA"T'(ON TO BIDDERS P�ge 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS I2�C�IPT OF BIDS Sealed bids for the construction of Neighborhood Streets Contract 3B will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Te:cas 76102 until 1:30 P.M. CST, Thursday, January Sth, 2012, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. G�NERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 7,218 SY 7 Inch Concrete Pavement, 2,240 LF 8Inch Water Line With Related Valves and Appurtenance by Open Cuts, and 1,590 LF 8 Inch Sanitary Sewer Line by Open Cut. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for quatification and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htt�://www.fortworth o� v.or�/purchasin�/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Nikki McLerory (817- 392-8549) at 1000 Throckmorton Street, Fort Worth, TX, 76102. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $80.00 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: December 13'�', 2011 TIM�: 1: 00 p.m. - 2:30 p.m. PLACE: 1000 Throckmorton Street Foj�t Worth, Te�as 76102 LOCATION: TPW Conference Room 270 (2"`� Floor, City Hall) ' CITY OF FORT WORTH ;�'c�rghhovhnnc7S'tree�s C'nnr�•acr .�Ii STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C;i1y Prqjec�:Vo, flt_'°? Revised July 1, 20l I OOII 13-2 INVITA"I'fON TO L3IDDERS Page 2 of 2 CITY'S RIGHT TO ACCEPT OR REJ�CT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Khal Jaafari, P.E., City of Fort Worth Email: khal jaafari@fortworthgov.org Phone: (817) 392 - 7872 AND/OR Attn: Tom Dayton, P.E., Teague Nall and Perkins Email: tdayton�tnp-online.com Phone: (817) 336 - 5773 ADVERTISEMENT DATES Decentber 1, 2011 December 8, 2011 END OF SECTION CITY OF FORT WORTH A�e1,t;hborhoa�l Slreels t"orrn�ac! 3li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci1y Projecl:\<�. 0!?'? Revised July I, 2011 00 21 13 - I INSTRUCTIONS TO QIDDERS Page 1 of9 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. De�ned Terms l.l.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are app(icable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the wock contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless cunently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identifed in Section 00 45 1 l, BIDDERS PREQUALIFICATIONS. 32.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. CITY OF FORT WORTH Neighborhood Slreets Conlract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 E2evised July 1, 2011 00 21 l3 - 2 INS'I'RUCI'IONS "CO BIUDERS Page 2 of 9 33. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: N/A 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully shidy the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and of�cially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Paragraph Deleted 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identifed in the Contract Documents as containing reliable "technical data." CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Neighborhood Streels Contract 3I3 City Projecl No. 01225 00 21 13 - 3 1NSTRUCTIONS TO E3LDDERS P1ge 3 of 9 4.1.6. Be advised that the Contract Documents on file with the City shatl constitute all of the information which the City will furnish. All additional information and data ' which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, eYplorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identiftcation of: 4.2.1. those reports of e:cplorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. CITY OF FORT WORTH Nerghhorhood Streets Carlract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 0l225 Revised July 1, 2011 00 21 13 - 4 INS'fRUCTIONS TO E3IDDERS Page 4 of 9 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identiiied and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally suffcient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in eYisting facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. i' S.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda CITY OF FORT WORTH Nerghborhood S�ree�s Contrnet 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Project No. 01225 Revised July I, 201 l 00 21 13 - 5 INSTRUCT(ONS "CO BIDDGRS Page 5 of 9 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clari6cations considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Khal Jaafari, Transportation and Public Works Department Fax: (817) 392 - 8092 Email: khal jaafari@fortworthgov.org Phone: (817) 392 - 78�2 6,2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at http://www.fortworthgov.org/purchasing 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of fve (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfed. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set foi�th in the Agreement or incorporated therein by reference to the attached Bid Form. CITY OF FORT WORTH Neighborhood S1reels Conlract 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec! No. 0/225 Revised July 1, 2011 0021 13-6 INSTRUCTIONS TO BIDDERS 9. Liquidated Damages Provisions for lic�uidated datnages are set fo►�th in the Agreement. Page 6 of 9 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O l 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 1 l.l. In accordance with City Ordinance No. 15530 (as amended), the City has goals for the participation of minority business and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE/WBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form (with "documentation) and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non-responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. CITY OF FORT WORTH Neighborhood Stree�s Contrac� 3E3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July l, 2011 00 21 13 - 7 WSTRUCTIONS TO DIDDERS Page 7 of 9 12.4. Bids by partnerships shall be e:cecuted in the partnership name and signed by a partner, whose title mt►st appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be e:cecuted in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6 12.7 12.8 12.9 Bids by individuals shall show the Bidder's name and official address. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The offcial address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be flled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and fled with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Neighborhood Stree�s Contrnc[ 36 Ciry Project No. O1225 0021 13-A [NSTRUCTIONS TO E3IDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An ' abstract of the amounts of the base Bids and major alternates (if any) will be made availab(e to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 1'7. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. _ � 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and fnancial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH Neighborhood Streels Contract 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 07225 Revised July l, 2011 00 21 13 - 9 INSTRUCTIONS TO BIDDERS E'age 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible TeYas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is ' to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF S�CTION CITY OF FORT WORTH Neighborhood S�reets Con�ract 3L3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pr•oject No. 01225 Revised July l, 2011 , , � 003513-1 CONFLICT OF INTEREST AFPIDAVIT Page 1 of 3 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT � Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fo��t Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded fi•om the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf http://w�vw.ethics.state.ts.us/forms/CIS.��df 0 CIQ Form is on file with City Secretaty 0 CIQ Form is being provided to the City Secretary � CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretaiy BIDDER: McClendon Construction Co., Inc Company PO Box 999 Address Burleson, TX 76097 City/State/Zip Dan McClendon By: Plea e Print) S ignature: President Title: (Please Print) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20] 1 �\'eiglrhorhood Streels Contrac� 313 C'ilp Project A'o. 01225 00 35 13 - 2 CONFLICT OP INTEREST AFFIDAVIT Page 2 of 3 � CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local go�emmental entity rnta queaBonnslrB renecte changea meAe to t�e law by H.8_ 1491. 901h Leg.. Regutar Seaeion. This questionnaire is being filed in aocordance wilh Chapter 178, Loc.ai Govemneent Code by a person who has a business relationship as defined by Section 178.001( i-a) with a loc.�l govemmental enliry and the person rt�eets requirements under Section 178.006(a). By law this questionnaire must be filed witl� the reoords administratorof ihe locat govemrteen+al entity not fater tfian the 7th business day after the date lhe person becomes aware of facts that require Che siatement to be filed_ See Secfion 176.Qm8, Local Govemment Cade. A person commits an offense if the person knawingly violates Section 178.�08, Local Govemment Code. An offense under this section is a Class C misdemeanor. Name of perwn who has a business relationship with local govemmental entity_ U V � GC �.P � � [-�Gc s � %� �ti c_ ❑ Check this box if you are fiGng an update to a previousty fited questionnaire_ FORM CIQ OFFlCE U5E ONLY Dn� RK[t.[A (The law requires that you file an updated completed questionnaire with Ihe appropriate filing aulhority not later than Ihe 7th bus�ss day a!ter the date H�e ongr�y P„Ed questionnaire beoornes inaompleDe or �rs�caaate.) Name of local govemment officer with of OfF�cer or business relationship. This sed�n (itcm 3 induding wbpa�ts Ij! B, C 8 D) must be completed for each officer with whom the 61er has an cmployrnent ar otl�er b�siness relationship as de ined by Section 176.Q01(1-a), Local Gave�nent Code. Atbch addit+o�3 pages to this Form CI� as neoess�y. A. Is the locad govemment offioer named in this sedion receiving or likely to reoerve taxable incame, other than inr+�rstrnent incoine, from the filer a€ tlse questionnaire? � YEs a No 8. Is dte filer of the questionnaire receiv�g or likc;y to reoeve taxable �,ncome, ather tfian inv�strnent income, from or at the directio� of ttae @ocal govertment officer named in tl�s sectio� AND the taxable income 'ss not received irom Ute loca8 gorvemmEn�l entity? � Yes � No C. ts the filEr of thrs questionna�e employed hy a corporaGon or other business entity w1h respeci to wliich the loc�i govemmc�t o�cer serves as an off�cer a direcior, or holds an own�sship of t0 pe�rcent or more? � Yes � No D. Descnbe each employment or business relationship with the local govemment o�cer named sn ths section. / �kpfaNre oi persa� oLh(g buE+ness wlth �e go��e+nrromat earltty AtlopfeC 0612912007 � � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 2011 Neigltfiw•hood St�'eels Conlrncl 3B ('ih' Prq%ecl No. Ol �'?5 00 35 13 - 3 CONFL[CT OF INTEREST AFFIDAVIT Page 3 of 3 �� i� LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Inslnxxions for completing and filinp this fortn are provided on the neut pageJ mta queattonnafre raflecb chEnges made to Me law by H.B. tA91, 80th Leg.. Regular Seealon. p�E�)BEppny This is the notice to ifie appropriate focal govemmental entity that the following local povEmmerrt offcer has become aware of facts that require the afficer to file ihis sfatement °'r �'-cetietl in aocordance with Chapter 176, ocal Govemment Gode. � Name of Local Govern en Offi r 2 Offiee Held , Name of person d cribed by Sections 176.002�a) and 176.003�a). Local Govemment Code 4 Description of the nature and extenC of employment or other 6usiness relationship with person named in item 3 S List gifts accepted by the local government o�cer and any famity member, excludirtg giHs described by 5ection 1T6.003(a-1�, if aggregate value of the gifts aceepted from person named in item 3 exceed 5250 during the 12-month period described by Section 176.003(a){2��8) Date GiftAccepted Description of Gik �ate GiftAccepted Description of Gift Date GiftAccepted Description of Gifi (attach additional forms as nc�essary) 6 AFFDAYfT � swear undr perwry a p��7uy inat nw aoove sbroemem i6 t,ve a�o wrrect. i actnowr�uge lnat tne eicdawre appne6 to a tamiry member (as aetlrr_a by Sectbn 176.Q7�(2], locat Gavemment CoOej oT tlYs focal gov2�rme�t o111cei 1 a15o ac[no�`et1gB Iflat ttNs 5�temeit cm�rc Ur_ 12-month p?r5otl dt-�crtDetl by :�cllon 17o.d03{aj. Local Gaverrrne�t COUe. �ig�a9�re d Lac� Ga�emm nt Otllc� AF�In HOTAKY HTAMP ; �N41 ABOY[ S�wom to an0 wbscrbeA br.'we me, by the alU ln�. the tlay of 2D , to eMury wn�ch, wMa:s my han0 an0 zeai o7 o�tce. Sqnat�ae ot omcer aCm�ntstennp oath Printe0 name ofoillcer adminh.tennp wtn 71ve of omcer aamhi:tertnq oath naoptea ae+zg;zao� END OF SECTION 1 CITY OF PORT WORTH Neighborhood Sh•ee�s Conh•ac! 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS (,ih Prn�i�cl Nn. 0/Z2i II Revised July l, 2011 0o a t o0 6ID PORM Page I of 8 SGC1'ION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Tluockmorton Street City of Fort Worth, Texas 76102 FOR: Contract 3B 2008 CIP, City Project No. 01225, D.O.E. No. 6140 Fox Hollow (Ranch View Rd to Overton Park East) Chaparral Ln (BellaireDr. to Overton Park East) Tanglewood Trl (Be►laire Dr. to Overton Park East) City Project No. Units/Sections 1. �nter Into Agreement 01225 Unit 1-Water, Sewer, Paving & Drainage Improvements The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perfonn and fi�rnisl� all Work as specified or indicated in the Contract Documents for tl�e Bid Price and within tl�e Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDD�R Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, ineluding without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of ali costs to provide the reyuired insurance, will do so pending contract award, and wili provide a valid insurance certiflcate meeting ali requireuients within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or en[ity and is not submitted in conformity with any collusive agreement or rules of auy group, association, organization, or corpora[ion. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For flie purposes of this Paragraph: a. "conupt practice" means the offering, giviug, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudiilent practice° means an intentional misrepresentation of facts made (a) to influence the bidding process to tlie detriiuent of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of tl�e benefits of free and open competitiou. c. "collusive practice" means a sclieme or arrangement between rivo or more Bidders, with or without tlie kno�vledge of City, a purpose of which is to establisi� Bid prices at artificial, non-competitive levels. d. "coercive practice" meai�s harming or threatening to harm, directly or indirectly, persons or their property to influevice their participation in the bidding process or affect the execution of the Contract. " ` CITY OP' FORT WORTH STANDARD CONSTRIJCTION SPECIFICATION DOCOMENTS ro�» a��s�a zoi �obz� Copy of 00 41 00_00 42 43_00 43 13_00 43 37_Bid Form-Proposal-Bond_Vendor Compliance , I i I � , 0o a i o0 si� roaM Page 2 of 8 3. Prcqualification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. N/A b. c. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance �vithin 345 days after the date when tlie the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete Uie Work {and/or achievement of Milestones} �vithin the times specified in the Agreement. 5. Attached to this Bid The following documents are attac ed to and made a part of this Bid: . This Bid Form �equired Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragrapli 5.01 of the General Conditions. �.C. Pr osal Form Section . Vendor Compliance to State Law No�� Resident Bidder, Section 00 43 37 �/ e. MWBE Forms (optional at time of bid) � II 7� f Prequalification Statement, Section 00 45 12 � . Conflict of Ivterest Affidavit, Section 00 35 13 �� li. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 61. Bidder will complete tlie Work in accordance with tl�e Contract Documents for the following bid amounk In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by tl�e Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. � C17'Y OF PORT WORTH STANDARD CONSTRUCTION SPECIP'ICATION �OCUMENTS Porm Revised 20110627 Copy of 00 41 00_00 42 43_00 43 13_00 43 37_Bid Form-Proposal-Bond_Vendor Compliauce , , 00 � � o0 BID PORM Page 3 of 8 6.3. I�;valuation of Alternate Bid Items <use this if applicahlc, othcr���isc ddctc> fot�il Base Bid <use this if applicable, othenvise delctc=- Alternate Bid <use this if applicable, otherwise delete% Deductive Altemate<use this if applicable, othe�vise deletc> /�ddilive Allcrnate <use this if applicablc, othcnvise dclele> Total Bid 7. Bid Submittal This Bid is submitted on January Sth, 2012 Respect lly sub� itted, By: (Signature) Dan McClendon (Printed Name) $816,256.25 #REF! #REF! #REF! $816,256.25 by the entity named below. Receipt is aclrnowledged of the Initial follo�vin Addenda: Addendum No. 1: Addendum No. 2: Addevdum No. 3: Addendum No. 4: Title: President Company: McClendon Construction Co., Inc. Address: PO Box 999 Burleson, TX 76097 State of Incorporation: TeYas Email: dan a(�,mcclendonconstruction.com Phone: 817-295-0066 Corporate Seal: GND OT S�CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Porm Revised 20110627 Copy of 00 41 00_00 42 43_00 43 13_00 43 37_Bid FornrProposal-Bond_Vendor Compliance � , 00 d2 d3-Wntcr I31D PROPOSAL Pngc I of 3 SGCTION 00 42 43 PROPOSALFORM Bidder's Application UNIT PRICE BID Project Item Infonnation E3idders Proposal 33idlist Item Specification Unit of No. Descrip[ion Section No. Measure B�� Q°�tity Unit Price Bid Value 1 0241.1303 Remove 8" Water Valve 02 41 14 EA 4 $100.00 $400.00 2 0241.1302 Remove 6" Water Valve 02 41 14 EA 3 $100.00 $300.00 3 0241.1510 Salvage Fire Hydrant 02 41 14 EA 2 $200.00 $400.00 4 0241.1514 Salvage 2" Water Meter 02 41 14 EA 1 $100.00 $100.00 5 0241.1513 Salvage 1 1/2" Water Meter 02 41 14 EA 25 $100.00 $2,500.00 6 0241.1512 Salvage 1" Water Meier 02 41 14 EA 5 $50.00 $250.00 7 3311.0461 12" PVC Waier Pipe 33 11 12 LF 17 $78.00 $1,32G.00 8 3311.0261 8" PVC Water Pipe 33 11 12 LF 2207 $36.00 $79,452.00 9 3311.0161 6" PVC Water Pipe 33 11 12 LF 86 $34.00 $2,924.00 10 3311.0251 8" DIP Water 33 11 10 LF 26 $53.00 $1,378.00 ---- ----- 11 3312.0001 Fire Hydrant 33 12 40 EA 4 $2,350.00 $9,400.00 12 3312.3005 12" Gate Valve 33 12 20 EA 2 $1,950.00 �3,900.00 13 3312.3003 8" Gate Valve 33 12 20 EA 6 $975.00 $5,850.00 14 3312.3002 6" Gate Vaive 33 12 20 EA 5 $800.00 $4,000.00 15 3311.0001 Ductile Iron Water Fitiings 33 11 11 TON 1.8 $4,000.00 $7,200.00 16 3312.0105 Connection to Existing 12" Water Main 33 12 25 EA 3 $1,000.00 $3,000.00 17 3312.0103 Connection to Existing 8" Water Main 33 12 25 EA 1 $750.00 5750.00 18 3312.0102 Connection to Existing 6" Water Main 33 12 25 EA 2 $600.00 $1,200.00 19 3304.0101 Temporary Water Services 33 04 30 �S 1 $19,500.00 $19,500.00 20 3312.2203 2" Water Service 33 12 10 EA 1 $2,000.00 $2,000.00 21 3312.2103 1 1/2" WaterService 331210 EA 25 $1,800.00 $45,000.00 22 3312.2003 1" Water Service 33 12 10 EA 4 $900.00 $3,600.00 23 3312.2001 1" Water Service, Meter Relocation 33 12 10 EA 1 $500.00 $500.00 24 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 98 $1.00 $98.00 25 0241.0401 Remove Concrete Drive 02 41 13 SF 50 $1.00 $50.00 26 3305.0204 Imported Embedment/Backfili, Crushed Rock 33 05 10 CY 20 $10.00 $200.00 27 3201.0400 Temporary Asphait Paving Repair (per detail STR-030) 32 01 18 LF 2682 $8.75 $23,4G7.50 28 3201.0111 4' Wide Asphalt Pvmt Repair, Residential (per detail STR-028) 32 01 17 �F 51 $35.00 $1,785.00 29 3305.0109 Trench Safety 33 05 10 �F 1435 $025 $358.75 30 3305.0110 Utility Markers 33 05 26 LS 1 $500.00 $500.00 Unit 1: �Vater lmprovements y�221,389.25 CITS' OF FORT NORTH STANDARD CONSTRUCTION SPECI�ICATION DOCUMEN"IS Pomi Rcvised 20110G27 Copy of 00 dl 00 00 42 d3_OU 43 13_UO d3 37_Bid Fonn-Proposnl-Dond_Vcndor Complinncc , i 00 42 43-Sewer BID PROPOSAL Page 2 of 3 '• : 1 Project Item Information Description Specification Unit of Bid Quantity Section No. Measure 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 9 3331.4115 8" Sewer Pipe 33 31 20 �F 1590 3331.4ll 6 8" Sewer Pipe, CSS Backfill 33 31 20 LF 20 3331.41119 8" DIP Sewer Pipe 33 11 10 LF 20 3331.4108 6" Sewer Pipe 33 31 20 LF 33 3331.4109 6" Sewer Pipe, CSS Backfill 33 31 20 LF 10 3331.3101 4" Sewer Service 33 11 10 EA 29 3339.1001 4' Manhole 33 39 10 EA 14 3339.1003 4' Extra Depth Manhole 33 39 10 VF 2 3305.0112 Concrete Collar 33 05 17 EA 14 3305.0204 Imported EmbedmenUBackfill, Crushed Rock 33 05 10 CY 20 3201.0400 Temporary Asphalt Paving Repair (per detail STR-030) 32 01 18 LF 1785 3201.0111 4' Wide Asphalt Pvmt Repair, Residential (per detail STR-028) 32 01 17 LF 34 0241.0401 Remove Concrete Drive 02 41 13 SF 100 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 100 3301.0001 Pre-CCTV Inspection 33 01 31 LF 1643 3301.0002 Post-CCTV Inspection 33 01 31 LF 1643 3301.0101 Manhole Vacumn Testing 33 01 30 EA 14 3305.0103 Exploratory Eacavation of Existing Utilities 33 05 30 EA 4 3305.0109 Trench Safety 33 05 10 LF 1643 3305.0110 Utility Markers 33 05 26 LS 1 Bidder's Application Bidder's Proposal Unit Price $250.00 $37.00 $43.00 $71.00 $35.00 $41.00 $750.00 $2,600.00 $200.00 $5.00 $1.00 $8.75 $35.00 $1.00 $1.00 $3.50 $2.50 $125.00 .. $200.00 . $1.00 $500.00 Bid Value $2,250.00 $58,830.00 $860.00 $1,420.00 $1,155.00 $410.00 $21,750.00 $36,400.00 $400.00 $70.00 $20.00 $15,618.75 $1,190.00 $100.00 $100.00 $5,750.50 $4,107.50 $1,750.00 $800.00 $1,643.00 $500.00 Unit 2: Sanitaty Sewer Improvements ciTY or roaT �voaTy STANDARD CONSTRUCTION SPECItICATION DOCUMENTS Fomi Revised 20110627 S�CTION 00 42 43 PROPOSAL FORM Copy of 00 41 00_00 42 43_00 43 13_00 43 37_Bid Pomi-Proposal-Bond_Vendor Compliance 124.751 (' , SF.C7'ION 00 42 43 NROPOSAL�ORM UNIT PRICE BID � �z �,.���,;�s liiD PItOM)SN. Pngc 3 uC3 Bidder's Application Projecl Item Infommlion I3iddcls Proposnl Bidlisl Item Dcscription Specificalion Unil of 6id Qunntity Unit Price i3id Value No. Scction No. Mcasure 1 3213.0102 7" Conc Pvmt (3,500 psi Compressive Slrenplh) 32 13 73 SY 7218 ._,.... $31,00 .... $223,758.00 2 3217.0501 6" Lime Treatment (30 Ib/SY) 32 N 29 SY . 7710 .. _ 52.25 . 517,347.50 3 3211.04 Lime 32 11 29 TON 116 _. $140,00 St6,240.00 4 0241.7300 Remove Conc Curb&Gutter 02 41 15 LF 4374 . S2.00 . $8,628.00 5 0241.0100 Remove Sidewalk 02 41 13 SF 315 $0.50 $157.50 6 0241.0200 Remove Step 02 41 13 SF 30 .. 50.50 . 515.00 7 0241.0401 Remove Concrete Drive 02 41 13 SF 5427 .._ $1.25 $6,78375 8 0241.0402RemoveAsphaltDrive 024113 SF 131 ... $1.OD .. 5137.00 9 0241.0403 Remove Brick Drive 02 41 13 SF 18 __. $1.00 ..._ . 518.00 10 0241.1400 Remove Conc Valley Gutter 02 41 75 SY 107 ..__ $3.00 . S327.00 11 3123.0107 Unclassified Excavafion (inc�. Removal of Exist. HMAC Pvmt and Flex Base Subgrade) . 31 23 16 CY 2200 _,. . 518.00 . $39,600.00 12 3216.0102 7" Conc Curb and Gutter 32 16 13 LF 706 . 57.00 . 54,942.00 13 3213.0307 4" Conc Sidewalk 32 13 20 SF 797 . ... 35.50 $4,383.50 14 Special WalkStone - Install ((o� 3712, 3701 Fox Hollow Si and 3317, 3309 Tao9lewood Traiq . SF 174 514.00 $2,436.00 75 3213.0351 4" Conc Sidewalk, Exposed Aggregate .. . ... . . . 32 13 20 SF ._ 1358 56.00 58,148.00 16 3213.0401 6" Concrete Driveway . .. . . 32 13 20 SF 4881 $6.00 $29,286.00 17 3212.0302 2" Asphalt Pvmt.lype D ._.. . . 32 12 16 SY 94 . $19.00 . 57,786.00 'IS 3212.0501 4" Asphalt Base Type B 32 12 26 SY 30 $35.00 .$1,050.00 79 3212.0502 5" Asphall Base Type B 32 12 26 SY 79 .$38.00 . $3,OD2.00 20 3201.0673 8" Conc Pvmt Repair 32 Ot 29 SY 81 .... $39.00 . S3,759.00 21 3213.0451 6" Concrete Dmeway, Euposed Aggrepate . 32 13 20. . .. SF 442 57.00 $3,094.00 22 3214.0100 Bnck Pvmt 32 14 16 SY 66 586.00 $5,676.00 23 Special Pipe-Curb Drain-4 Inch - Install . . . . LF 176 $9.00 . .. $1,564.00 24 Speciai Casf Iron Curb Drain Boot .. . . . . EA . 16 575.00 $1,200.00 25 3305.0111 Valve Box Adjustment . . . . . . . . . . 33 05 14 EA . 2 $100.00 $200.00 26 3305.0107 Manhoie Adjustment, Minor 33 OS 14 EA 2 150.00 . $300.00 27 0241.3013 Remove 18" Storm Line 02 41 14 LF 12 20.00 $240.00 28 0241.4001 Remove 10' Curb Inlet 02 41 �4 EA 2 ... .. 850.00 51,700.00 29 3341.0103 18" RCP, Class III 33 41 70 LF 12 . 58.00 5696.00 30 3349.5001 10' Curb inlet 33 49 20 EA 2 2,400.00 $4,800.00 ... .. 31 3305.0109 Trench Safery 33 05 10 . LF 12 5.00 $60.00 32 3292.0100 Block Sod Placement 32 92 13 SY 4600 3.00 $13,800.00 33 3125.0101 SWPPP>_ 1 acre 31 2500 LS . . 1 __ 1,200.00 _ . $1,200.00 34 3471.0001 Traffic Control 34 71 13 MO �2 1,050.00 512,600.00 35 SpecialMiscellaneousUitldyAdiustment ... _. _... ___ ___ __.. _.LS . '1 . .15,000.00 $15,000.00 36 3291.0100 Topsoil as Directed by Engineer __. __ .__. 32 91 19 ..._ CY . 400 . 16.00 56,400.00 Unit 3: Paving and Drainage Improvements �439 742.25 CITY Of FORi \40RTIf S`I'ANDAIiDCONSl7tUCTION SITCIIlCA710� IXx;UM7NI1 Fomi Re�iu'd 201I0627 Bid Summa Unit 1: Water Im rovements 22138925 Unit 2: Sanita Sewer Im rovements 155124.75 Unit 3: Pavin and Oraina e Im rovements 5439 742.25 Total Bid Unit 1+ Unit 2+ Unit 3: 5876 256.25 Com�u(OOJIO(100�2J3 OOJ313 OOJ337 BrviPorm-I'n+�v�zal-IkvN V.v`iwCompliw.ro 00 43 13 BID BOND Page 4 of 8 , S�CTION 00 43 13 BID BOND KNOW ALL BP TH�SC PR�S�NTS: That �ve, (Bidder Name) McClendon Construction Co., Inc. hereinafter called tl�e Principal, and (Surety Name) Sun���� N�imr� licrr� a corporation or finn duly authorized to transact surety business in die State of Tesas, hereinafrer called the Surety, are held and firmly bound unto the City, liereinafter called the Obligee, in tl�e sum of SpcII Out Numhcrs I Icrc and No/100 Dollars ($ Numu.�l� I Icrc .00), the payment of whicl� sum will be well and truly made and d�e said Principal and die said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finn by these presents. � WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Contract 3B 2008 CIP, City Project No. 01225, D.O.E. No. 6140 0 NOW, TFIEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and si�ali enter into the i� Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond sl�all be null and void. If the Principal fails to execute such Covtract in accordance with the terms of such proposal or fails to satisfy all requirements aud conditions required for the 'I� ( execution of tl�e Contract in accordance with the proposal or fails ro satisfy all requirements and conditions required for the execution of the ` I Contract in accordance with the proposal, this boud shall become the property of the Obligee, �vithout recourse of the Principal and/or Surety, not �� to esceed tlie penalty hereof, and shall be used to compensate Obligee for the difference beriveen PrincipaPs Total Bid Amount and tlie ne�t i selected Bidder's Total Bid Amoimt. SIGNED this By: McClendon Constniction Co., Inc. *By: Surety Name Here *Attach Power of Attorney (Surety) for Attorney-in-Fact day of , 2012. (Signature and Title of Principal) (Signature of Attorney-of-Fact) �ND OT S�CTION . , �G ��G� � CITY OP PORT �VORTH STANDARD CONSTRUCTION SPECIPICATfON DOCUMENTS �onn 2evised 201 10627 Impressed Surety Seal Only Copy of 00 41 00_00 42 43_00 43 13_00 43 37_Bid Ponn-Proposal-Bond_Vendor Compliance , � 00 43 37 VENDOR COMPLIANCE'PO S1'ATE LA�V Page 8 of 8 SGCTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 �vas adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Tesas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount d�at a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State �vhich d�e nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the bo;c in Section B. � A. Nonresident bidders in tl�e State of Staic I lere ar [31an1< , our principal place of business, are required to be "%� I I�re percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of S[a[e I Icrc or I31<inl: , our principal place of business, are notrequired to underbid resident bidders. B. Tlie principal place of business of our c any or our parent company or majority owner is in the State of Texas. � BIDD�R: Company: McClendon Constructiov Co., Inc. Address: PO Box 999 Burleson, TX 76097 By: n McClendon (Signature) Title: President Date: ` � `�'� � � �'' CITY OF FORT �VORTH STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Fomi Revised 20110627 �ND Or SGCTION Copy of 00 41 00_00 42 43_00 43 13_00 43 37_Bid Fonu-Proposal-Bond_Vendor Compliance 00451t-I t31DDERS PREQUALIFICATIONS Page 1 of 3 S�CTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technicat evaluation and �nancial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For eYample, a contractor wishing to submit bids on projects to be opened on the 7th of April must fle the information by the 31st day of March in order to bid on these projects. In order to e�pedite and facilitate the approval of a Bidder's Prequali�cation Application, the following must accompany the submission. a. A complete set of audited or reviewed �nancial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accottnts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3} The firm's DiJNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DIJNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequali�cation Requirements a. Financial Staterrzents. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. C1TY OF FORT WORTH Nerglrborhood Streels Contrnct 3/3 STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS City Project No. 0l225 Revised July 1, 2011 ooas�i-2 [3fDDERS PREQUAC.IFICATIONS P�ge 2 of 3 (2) To be satisfactory, the financia( statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Tesas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Preqaralification Application. A Bidder Prequaliiication Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid ' a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable �nancial ability or performance. a The City will issue a letter as to the status of the prequalification approval. CITY OF FOR"P WORTH Neighborhood Streets Contrnct 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July I, 2011 0045 11 -3 [3IDDERS PREQUALIFICA'PIONS P�gc 3 of3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the e:cpiration date stated in the letter. W END OF SECTION � � il �� �I l� CITY OF FORT WORTH Neighborhood Stree�s Conlract 31i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July 1, 2011 00 45 12 - 1 PREQUALIFICATION STATEMEN'I' Page 1 of 1 ■■i The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McClendon Construction Co., Inc. Dan McClendon By: Company ease Print) PO Box 999 S iguature: Address Burleson, TX 76097 President Title: City/State/Zip (Please Print) 1-5-12 Date: END OF SECTION S�CTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified conh•actors and/or subcontractors whom they intend to utilize for the major worlc type(s) listed. Major Worlc Prequalification T e Contractor/Subcontractor Company Name Ex iration Date Wuler, Suf�ilcr�y ME Burns Construction Seti��er, & Slornt Drain Utilities <Lrsl Majof• Work Type> <Lr.sl 1Ll�jor� Wof•k Type> CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July l, 2011 A4: ighborl�ood Streels Conlracl3B C'it}� Projecl No. 01225 F4RT�VQRTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone Mark only one: Q Individuat Q Limited Partnership QGeneral Partnership � Corporation QLimited Liability Company City City State State Fax Zip Code Zip Code E-mail Address Area Code Number Area Code Number Texas Taxpayer ldentifcation 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" 00 45 26 - l CON'I'RAC'C012 COMPLIANCE WI"I'H WORKER'S COMPENSATION LAW Page l of I Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No 01225. Contractor further certifies that, pursuant to Te:cas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTREICTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW CONTRACTOR: (�cCLE�IB�N CONST. Cn. tf1�. Company p p. BOX 996 BURL�SON, TX 76097 Address City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 45 26 � 0 By: D�N �ViECLEi�aON, PRESIDENT (Ple se Print) Signature: Title: (Please Print) BEFORE ME, the undersigned autharity, on this day personally appeared '���(?��,yy{p{� , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of {�CC(P�Qy� � y� ✓ o� �,, �nc . for the purposes and consideration therein expressed and in the capacity therein stated. GNEN iJNDER MY HAND AND SEAL OF OFFICE this � day of �DY,,� , 2012 ,,,, ;#��"•"Ye�: JULIANNELEYVIS ;��+''; MY COMMISSION EXPIRES '-;t,�4��1`�'` April 25, 2015 w� Notary P lic in and for State of Texas �ND OF SECTION U CITY OF FORT WORTH STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS Revised July 1, 2011 ;Verghborhood S�reels Conlract 3d City Project A'o. 01225 00 45 39 - 1 MMORITY AND WOMEN BUSINESS ENTERPRISE GOAL P�ge 1 of 1 SECTION 00 45 39 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the - City on a contractual basis. All requirements and regulations stated in the City's current Minority ' and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOAL The City's M/WBE goal on this project is 20% of the total bid (Base bid applies to Parks and Cornrnunity Services). COMPLIANC� TO BID SP�CIFICATIONS On City contracts of $25,000 or more, bidders are required to comply �vith the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non-responsive. Any questions, please contact the M/WBE Offce at (817) 392-6104. SUBMITTAL OF REQUIltED DOCUMENTATION The applicable documents must be received by the Managing Department, within the follc times allocated, in order far the entire bid to be considered responsive to the specifcations. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) working days after the or exceeded: bid o enin date, exclusive of the bid o enin date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., fve (5) working days after the Utilization Form, if participation is less than bid opening date, exclusive of the bid opening date. stated oal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if no M/WBE artici ation: bid o enin date, exclusive of the bid o enin date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., fve (5) working days after the erform all subcontractin su lier work: bid o enin date, exclusive of the bid o enin date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) working days after the to meet or exceed oal, bid o enin date, exclusive of the bid o enin date. END OF SECTION CITY OF FORT WORTH A�eighborhood Sireels ContraG 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecf No. 0/225 Revised July 1, 2011 CITY OF FORT WORTH 'CRANSPURTATTON AND PUBLIC W�RKS DEPARTMENT AbDENDUM NO. 1 2008 CAPITAL TMPROVEhTENT PROGRAM NEIGHBORHOOD STREET CONTFtAC'T 3B City Project No. � 1225 DOE Na. 6140 FtELEASE DA'I'�: Decembei• 22, 2011 INFURMATION T� BIDDERS: `Che Cantract Documents for the above mentioned project are revised and amended as follows: G�NERAL. Reinforced Cor2crete Pm�ement: Concrete Pavement for this project shall provide a minimum compressive strength of 3,60d psi. Refer to Section 32 13 13 provided in tlie Project Manual for additional requirements. Wage Rates: 'I'lie "2008 Prevailing Wage Rates Construction industry" found in Appendix GG6.07 is ►-emoved from the Project Manual. For this project, the "Heavy & Highway Construciion Prevailing Wage Rates 2008" as provided in the cond-act documents sE�aIt a�ply only. 2. PROP�SAL. Revise the bid proposal as follows: A revised Bid Proposal is included with Addendum 1. Disregard any pi•evious versions of the Bid Proposal received. Below is a description ofchanges to the revised Bid Proposal. t�ni1 1 Pay Ilem 30, Urzit 2 Pay Itern 21 Ulility �I�Iarkers; Clarification These items shal! consist of buried detectable warning cape as described in Sectiort 33 OS 26 provided in the Project Manual. Ufzit 3 Pay Item 12 7" Concf•ete Ctrt�b; REVTSE quantity to 706 L�'. Afthough curb is eonsidered subsidiary to concrete pavement as described in Section 32 13 13 Paragraph 1.2 provided in the Project Manual, at locations of driveways, curb a�ld gutier will be paid for fram return to return per the Driveway Approach detail on Paving sheet 19. DELETE the fallowing Pay Item(s): �lnit 3 I�ay Iterr� �l.%int' SeQla�at; Joint sea(ant wil( be c<�nsidered subsidiary to the unit pric;e vf concrete pavement as de�criheri ii� �ection 3� 13 13 Par�graph 1.2 provided in tt�e Projec-t Manual. ADb ihe follawing Pay Items: Clnit 3 Pay Itern 3.5 Ivfisc�llaneaus �.ki/ity �Sdjust�r�errts; , Tlzis item is a pre-bid lump sum item at $15,000. This item is included for the basic purpose of establishing a contract price �vhich wil( be comparable to the final cost of mfiking necessaty adjustments required dus to utiliry cut repairs to water, sanitary sewer, and nahiral gas service lines a�id appiirtenances incliiding irrigation lines (sprinkler systems), etc. wliei�e such lines and appurtenances are the property owner's responsibility to maintain, An arbitrary figure has be�n ptaced in the Proposal; however, this does not guarantee �ny payment for utility adjustments, neither does it confine utility adjustments to the amoant shown in the Proposfll. It shall be the Contractor's responsibility to prQvide the services of a licensed plumber to make d�e utility adjustrnents determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments detennined necessary by the Engineer. Shouid the Contractor dama�e service lines due to his negligence, where such lines would not have required adjustment or repair othenvise, the lines shall be repaired and adjusted by ttte Contractor At the Contractors e;cpensa. The payment to the Contractor for utility adjustments shall be the actual cast of the adjustrnents plvs ten percent (10%) to cover the cost nf bond and overhead ineurred by the Contractor in handling the utility adj ustments. Unit 3 Pay Item 36 Top �`oil, As Directed by L'nginee�•; This item is a pre-bid item at $16.00 per cubic yard item. 3. i'LANS. Paving Sheet 2; Ge��era1 Construction Nate No. 24 Cla��ificatron The permanent painted drive addresses shall be installed by Otilers in a separate contract and �vill not be required in tttis project. Please acknowledge receipt of'the Addendum in the following locations: (1) In the space provided belo�v; (2) Tn Section 00 41 00 Bid Form Page 3; and, (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDG�D ADDENDUM NO. 1" Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NON-RESPONSNE", resulting in disqualification. DOUGLAS W. WiERSIG, PE DtRECTOR TRANSPORTATION AND ItECEI�T ACKNOWLEDGED: PUBLIC W0�2KS DEP TMENT � � S s � ` ' �y L]��, U Title: Gor�, Khal Jaafar' E. �— � � Project M ag� 36 Article 4. CONTRACT PRICE 00 52 43 - 2 Agreement Page 2 of 5 37 City agrees to pay Contractor for performance of the Worlc in accordance with the Contract 38 Documents an amount in current funds of Ei�ht Hundred Sixteen Thousand Two hundred 39 Fifty Six and 25/100 ....................................................................... Dollars 40 ($816,256.25� 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Exhibits to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non Resident Bidder 3) Prequalification Statement 4) State and Federal documents b. Current Prevailing Wage Rate Table c. Insurance Accord Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications as included in the Project Manual. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 00 52 43 - 3 Agreement Page 3 of 5 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 6.1 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 indemni�cation provision is snecificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in �art, by anv act, omission or ne�ligence of the citv. This indemnity provision is intended to include, without limitation, inclemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify ancl 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 specificallv intended to onerate and be effective even if it is alle�ed or proven that all or some of the damages bein� sou�ht were caused, in whole or in part, bY anv act, omission or ne�li�ence of the citv. Article 7. MISC�LLANEOUS 95 7.1 Terms. 96 Ternls used in this Agreement which are defned in Ai�ticle 1 of the General Conditions will 97 have the meanings indicated in the General Conditions. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the City. 101 7.3 Successors and Assigns. 102 City and Contractor eacl� binds itseif, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to ali covenants, agreements and 104 obligations contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon CITY and 109 CONTRACTOR. 110 7.5 Governing Law and Venue. 111 This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, Fort Worth Division. 114 115 116 117 118 119 120 ' 121 122 00 52 43 - 4 Agreement Page 4 of 5 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per hour for ail labor as the same is classified, promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. SIGNATUI2E PAGE TO FOLLOW 005243-5 Agreement Page 5 of 5 �r 123 124 125 126 127 128 IN WITNESS WI�REOF, City and Contractor have signed this Agreement in multiple counterparts. At least one counterpart each has been delivered to City and Contractor. This Agreement will be effective on `'''���� 1' �� ;'�� �1 , 20 (which is the Effective Date of the Agreement). City of F h Contractor: N'���I��"��°��9'�(�%�ST• w�. lNr�. C� B Fernando Costa b.�'� B: Assistant City Manager p'4'�� (Signature) � ��oovo M&C G � �� ��. �,�p� Attest: ./ Title: DRN McCl�1�DUN, PfiES{n�NT Date .`> �L ' � ( '1 (Printed Name) Address: PO Box 999 City � (Seal) -�� ¢�� City/State/Zip: Burleson, TX 76097 ppr as to� Form and Legality: {� / % � I Assistant City Attorney 129 130 131 132 133 134 135 136 137 138 139 140 141 APPROVA M ENDED: C�, C.J Dou las W. iersi DIRECTOR, TRA PORATION AND PUBLIC WORKS DEPARTMENT 1000 Throckmorton St. Fort Worth, Texas 76102 1 ,, � � � , ': OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX r vy OUO�� �� �S ��� ��� > �y �� ,� 006113-1 PERFORMANCE BOND Page 1 of 2 I: 1 2 3 4 5 6 7 THE STAT� OF TEXAS COUNTY OF TARRANT SECTION 00 61 13 1 PERFORMANCE BOND �nU ��'� c— �� �O l O § § KNOW ALL BY THESE PRESENTS: § �r II � r� 8 9 10 11 12 13 14 15 16 That we, McClendon Construction Comnanv, Inc, known as "Principal" herein and 1�,2v L�na.In�S 1?aonG�-���ti� �rv�rJ�_, a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, �i�ht Hundred Sixteen Thousand Two Hundred Fiftv Six Dollars and 25/100 ($816,256.25), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the day of ����C7 � f ������ , 20� which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Worlc, including any Change 21 Orders, as provided for in said Contract designated as 2008 CIP 3B, Fox Hollow, Chaparral 22 Lane, Tanglewood Trail, Ci.ty Project Number 01225 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Coui�t for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 CIP Conlrrlct 36 CIP 0/225 00 61 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the � � II 2 3 Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. 4 IN WITN�SS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly autl�orized agents and officeis on this tl�e ��" day of 6 �,vr;1 , 20�. � g 9 io 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 36 37 38 39 40 41 42 43 44 45 ATTEST: (Pr n al ecretary Witnes as to Princi as to Surety . �.. .. .. .. _. s ._,��' _..� � ��f� � � ��/ �.� i . � / % i — � — — . DAN McCLEf�UON, PRE54DfNT Name and Title Address: f�, D. Ba X 9 9 9 Qu,f' �cn �� '%Le d 9i SURETY: Address: �-��� 1'�r �yi'U2� �e.s ►�/ln,' nes , � �0 321 Telephone Number: (�I S� c��I3' g171 � *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is differetlt from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Conti•act is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July 1, 2011 2008 C!P Co�th•nct 3l3 CIP 01225 00 61 14 - 1 PAYMGNTBOND Page 1 of 2 � � 1 2 3 4 5 6 7 TH� STATE OF T�XAS COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND ��� �(��ODOI D § § KNOW ALL BY THESE PRESENTS: § 8 That we, McClendon Construction Companv Inc, known as "Principal" herein, and 9 IV1�xL�av�S �,.�cii�l0� Cpryt�ct,y1N , a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 13 penal sum of Ei�ht Hundred Sixteen Thousand Two Hundred Fifty Six Dollars and 25/100 14 ($816,256.25), lawful money of the United States, to be paid in Fort Woi�th, Tarrant County, 15 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Pt�incipal has entered into a certain written Contract with City, awarded the 18 day of �'!111.4� %` '� <Ji3;>; , 20 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as 2008 CIP 3B, Fox Hollolv, Claapar��al Laf�e, Ta�7gletivood Ti�ail, 22 City Project Nun�be�• 01225. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 CIP Conlract 3l3 CIP 0l225 00 61 14 - 2 PAYMENTBOND Page 2 of 2 1 IN WITN�SS WH�REOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the '� day of 3 _� �i � , 20 �� . 4 ATTEST: (Principal) Secretary -�L! .�.�- r/i.. �. - :�. • ' .�� . SURETY: I !_� ATTEST: � � , , . �--_� (Surety) Secretary 0 5 6 7 8 9 10 11 12 as to Sut•ety ..� .. � i/, • • .�L'��. . � / � �-�/ . . �__��I_/�.I /�' . ��. ., QAa McClEN00Pa, PRE�IpENi Name and Title x �� � Address: � O. � �z� �-e-�ort � 1��—� � ��% , �� J B • � c�.� Sign re ����- � �i� ��, �-��� .�n ��.� Name and Title � Address: �1 DD ��et,�,y- `�"y^i l/Q� `f� IVIo „� e� � �1- � a321 Telephone Number:(]�`' 1S> a-�3 ��� �� Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 CIP Conn�ncl 36 CIP 0/225 00 61 19 - 1 MAINTENANCE BOND Page 1 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 SECTION 00 61 19 MAINTENANCE BOND C,�ir�l No � TXC. ►oaol o THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we McClendon Construction Comnany Inc, lcnown as "Principal" herein and �I�o.,rr,�tn_�S `Bo,�r'�tQ �owi,D�� , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Ei�ht Hundred Sixteen Thousand Two Hundred Fiftv Six Dollars and 25/100 ($816,256.25), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of ��'�'`�� �'" ���r��'" , 20 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Worlc resulting fi•om a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as 2008 CIP 3B, Fox Hollotiv, Chaparral Laf�e, Tanglewood Ti�ail , Ciry Project Nan��ber 0122. WHEREAS, Principal binds itself to use such materials and to so consh•uct the Work in accardance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WH�R�AS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefore at any time within the Maintenance Period. CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July l, 2011 zoos ciP co�,�,��,a 3a C/P 01225 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 aoos c�p c�„n��,a sB CIP 01225 00 61 19 - 3 MAINTENANCE BOND Page 3 of 3 r II y 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and offcers on this the �1�"�" day of 3 � � � , 20��,. 4 5 6 7 g 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3�' 35 36 37 38 39 40 41 ATT T: (Pri cipal) Secretary I _: � _/_.1�� �.�. . . • �. � ' � ATTEST: � � {�a�) Secretary _ _ s as to Surety , .. , . �'��. �.• � : :'�! � ' , �//� N Mc�LENDOtV, Pf���1D�NT Name and Title Address: � O • �� q �� �u.r' ��Son � �T'�C —7 li 0 9 � SURETY: Address: a10U F�¢.u,r `�►'i l/� I�s M ; ✓ie�, �-�4 SU�321 Telephone Number: (J15� �� � �� � I fc. (�i 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 fi•om 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 WOR1'H STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 201 I 2008 C/P Conh�nc1313 C/P 0l225 . --,�� _ � y ! � ' � � IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: � P. O. Box 149104 � Austin, TX 78714-9104 ' Fax: (512) 475-1771 E Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. , SUP 0032 TX (1/09) �]ERCHANT�S�� BONDING C�MPANY N AT I O N S��� BONDING COMPANY POWER OF ATTORNEY Bond No. TXC 100010 Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of lowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Bryan K. Moore, Pat J. Moore, Gary Wayne Wheatley, Joseph Hal Clayburne, Michael D. Hendrickson, Richard A. Deal, Betty J. Reeh, Jennifer J. Clark of San Antonio and State of Texas their true and lawful Attorney-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the Companies thereby as fuily and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Nations Bonding Company on August 27, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1 st day of November , 2011 . STATE OF IOWA COUNTY OF PO�K ss. �.•'N'� �N•. . �•• • �c���P�9 � :�' . ; •� 9 . . : Z: 2 _o_ o: . . ,— :�� . ;°'� zoos ,�a: . .`<b• • � . . •� . • ^i'� �• �'�...... .•---•. .•p�NG C0�•.� ; �o��PPUq :°q• . • � G '�J� :y,c : : �: _ -o- o � : 'Z�� :3• ' a' 1933 ' . y. . �. • �j• ��Y. . . . 6'�;�. . • •�.`d . . • . •. �r . • .������. MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By �� �� President On this 1st day of November , 2011 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony 1Nhereof, I have hereunto set my hand and a�xed my Official Seal at the City of Des Moines, lowa, the day and year first above written. R.. MARILYN BOYD � F Commission Number 10012 oW My Commission Expires November 4, 2013 ����"�" 0 Notary Public, Polk County, lowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the sea! �f the Companies on this gth day of April . 2012 • �... ... � `�C �� . � �. N p �N.. . . . • • o .� •. : ��°'' Po'• A •. . '�i���'��P�99'a��� ;tl� �'�� �q�9y'`.� �.�G�-�+�/ G✓ . • �Z;= -o- o��: ��:_ -o- �'": ; �i�l� , o• . '.O'' ,�a • � y' . 1933 ,•' C; Secretary �•. 2003 , J • y. •��lb;N � ��•�: •�.6;�� ,\;�,�Q. NBC 0103 (9/11) . �r . . . •••...•• ••...... � � i: r1 � � ; l�rrx F�1S�s ��r V1Ge� Safety Management • Human Resources Services • Business Insurance • Personal Insurance Fmnlr�ynr R�nr.fits � Ci�rnt,� R�n�is A U1(���19h M�nrrn,�mrnt � F.�ceci�fivr f�lc�r�r�inc� �� ******** IMPORTANT NOTICE EFFECTIVE 01/01/2012 ******** The Texas Legislature passed and Governor Perry signed Senate Bill 425 which became effective January 1, 2012. Under the law, agents and insurers may not: • Issue a certificate that has not been filetl and approved by TDI i • Alter or modify a certificate form approved by TDI unless the alteration or modification is approved by TDI. • Issue a certificate that alters, amends or extends coverage or terms and conditions provided by the insurance policy referenced on the certificate, Following is an outline of the law and subsequent penalties: • This law will require certificate of insurance forms to be filed with antl approved by the Texas Department of Insurance before they can be used after the effective date of the law. • In addition, the law explains current Texas Department of Insurance rules that a certificate of insurance must not obscure or misrepresent the coverage provided by the insurance policies. Definition of "Certificate" includes checklists, affirmations and electronic forms. • After January 1, a certificate holtler who requires an agent or policyholder to use an unapproved form or insert inappropriate language on a certificate may be suetl by the Attorney General for injunctive relief or to recover a civil penalty of up to $1,000 for each such requirement. • An insurance agency could incur significant penalties of up to $1,000 for each violation under those rules and the new law, including the revocation of the agency's insurance license, if a certificate were issued exactly as the certificate holder requested. For this reason, after 01101/2012 we will issue the standard certificate of insurance form and may not be able to comply with some of the items you request, Certificate holders can mail certificate forms and special wording requests for approval to: P&C Intake Unit Texas Department of Insurance 333 Guadalupe Austin, TX 78701 commercialpc@.tdi.state.tx.us Please contact us with any questions you may have. �n �l�r4�Y'Q�raS Emily Contreras Commercial Lines Manager — SA 210-697-2223 Robin Moody, CIC Commercial Lines Manager - DFW 214-646-1652 I�{'Vi,� �iiilcn: L�Is �:uiliuis � �.��i��ulili�; �:�'IYi��I� I1, G:_r�., i,�. :�it.��. �iS�'y Il�l, �.;Uli�: IIIU, IiVI���) �CC /'�1_I;;ii � lull i�cx:: (i,l)U) 61U-SC!U �iU;:: (:?1�.�.i'!G �YU,i�) San Antonio Office: 5726 Hausrrian Rd., #ilOU, San AnV�nio, TX %8249 •Yoll Free: (8�0) SF30-66�9 •�ax: (21U) 696-8414 � TH1S END�RSEMENT CHANGES TFlE POLICY. PLEASE READ IT CAR�FULLY. TEXAS CON7'RACi�R'S BLANKET ADDITIONAL INSURED ENDORSEM�Ni This endorsement modifles insurance provided under the following: COMMERCIAL GENERAI, LIABILITY COVERAGE FORM All of the terms, provisions, exclusions, and limifations of the coverage form apply except as speciflcally stated below. Policy Number Agency Number Policy Effective Date CPP2051702 756324 0l/31/2012 Policy Expiratlon/Cancellation DaEe Date Account Number 01/31/2013 ol/3i/zosz aooaa��o tVamed Insured Agency lssuing Company MCCLENDON CONSTRUCTION IBTX RISK SERVICES AMERISURE MUTUAL INS C0. COMPANY, INC. 1. SECTION II - WHO IS AN INSURED is amended to add as an fnsured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. The written contracE or written agreement must require additional insured status for a iime period during the term of this policy and be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" giving rise to a claim under fhis palicy. If, however, "your work" was commenced under a letter of intent or work order, subject ta a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional insureds, we will provide additional insured status as specified in this endorsement. 2. SECTI�N II - WHO IS AN INSURED is amended to add the following: If the additional insured Is: a. An individual, their spouse is also an additional insured. b. A partnership or joint venture, members, partners, and their spouses are also additional insureds. c. A limiied liability company, members and managers are afso additional insureds. d. An organization other than a partnership, joint venture or limited liability company, executive o�cers and directors of the organization are also additional insureds. Stockholders are also additional (nsureds, but only with respect to their liability as stackholders. e. A trust, trustees are also insureds, but only with respect to their duties as trustees. 3. The Insurance provided fo the additlonal insured under this endorsement is Ilmited as follows: a. That person or organization is onfy an additional insured with respect to liability arising out of: ('I) Premises you own, rent, fease, or occupy; or (2} Your ongoing operations, unless the written contract or wriften agreement also requires completed operations coverage (or wording to the same effect), in which case the coverage provided shall extend to your completed operations for fhat additional insured. Premises, as respects this provisian, shall include common or public areas about such premises if so required in the written contract or written agreement. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 0514 F'age 9 of 2 � Ongoing operatlons, as respects this provision, does not apply to "bodily injury" or °property damage" occurring after; (a) All work including materials, paris or equipment furnished in connection with such work on the proJect (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the siie of the covered operations has bean completed; or (bj That portion of "your work" oui �f which the injury or damage arises has been put to its intended use by any person or organizaiion other than another contractor or subcontractor engaged in performing operations for a principal as a part of ihe same project. b. The Iimits of insurance applicable to the additional insured are the least of those specified in the written contract or wrikten agreement or in the Declaratlons of this poficy. The limits of insurance applicable to the additional insured are inclusive of and not in addition ta the limits of insurance shown in the Declarations. c. The additional insured status provided by this andorsement does not extend beyond the expiraiion or terminafion of a premises lease or rental agreement nor beyond the term of this policy. d. If a written contract or written agreement as outlined above requires that additional insured status be provided by the use of CG 20 10 11 85, then the terms of that endorsement, which are shown below, are incorporated into this endorsement as respects such additional insured, to the extent that such terms do noi restrict coverage otherwise provided by ihis endorsement; ADD1Ti0NAL IIVSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifles insurance provided under the following: e. The Insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including but nof limited to: SCHEDULE Name of Person or Organization: 8lankef Where Required by Written Contract or Agreement that fhe terms of CG 20 10 11 85 apply. (If no entry appears abova, information required to complefe thls endorsement wlll be shown in the Declarations as applicable to this endorsement,) WHO [S AN INSURED (Section II) is amended fo include as an insured the person or organizafion shown in ihe Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 20 1� 19 85 (1) 7he preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design specificafions; and (2) Supervisory, (nspection, or engineering services. f. S�C710N IV - COMMERCIAL GENERAL LIABILITY CONDIT[ONS, paragraph 4. Other Insurance (s deleted and replaced with the following: 4. Other Insurance. COMMERCIAL GENHRAL LIABILITY COVERAGE PART. Any coverage provided in thls endorsement fs excess over any other valid and collectible insurance available to the additional fnsured whether primary, excess, contingent, or on any other basis unlQss the written contract or written agreement requires that this lnsurance be primary, in which case this insurance will be primary without contribution from such other insurance available lo ihe additional Insured. CG 70 85 0510 Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 2 Policy Number: CPP2051702 Named Insured: McClendon Construction Company, Inc. {2) Cease any further release, shipment, consignmenf or any other method of distribution of Ilke or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HA7J�RDS Paragraph 6. Representaiions fs cteleted and replaced wilh the following: 6. Representations By accepting this policy, you agree: a, The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this coverage part if yo� unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to �s any knowledge of an error or omisslon in the descripfion of any premises or operations intended to be covered. by the Coverage Form as soon as practicable after its discovery. However, ihis provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. 'CRANSFER OF RIGHTS (Bf.AfVKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights fo recover akl or part of any payment we have made under this Coverage Form, �� those rights are transferred to us. The insured must do nothing after foss to impair them. At our request, the insured will bring "suii" or transfer those rights to us and heip us enforce them. However, if fhe insured has walved rlghts to recover thraugh a w�itten contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to w�iting with customers whose customary '! contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 18. EXiENDED NOTICE OF CANCEI.LATION AND NONRENEWAL Paragraph 2.b. of A, Cancellation of the COMMON POI.tGY COhlC?ITi�NS Is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SEC710N IV — COMMEI2CIAL GENERAL LIABILITY COt1D1TIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following; 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect nof to renew fhis policy, we may do so by mailing or delivering to the i►rst Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect uniil the 61st day affer ihe date on which the notice is mailed or delivered. Earned premium for any period of.coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. c, If notice is malled, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted campan[es within the same insurance group is not considered a refusal to renew. 19. MOBILE EQUIPMENT REDEFINED Under SECTION V- DEFINITiONS, paragraph 12. "Mobile equipmenY', paragraph f. (1) does not apply fo self- propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. Includes copyrighted material of Insurance Services O�ce, Inc. Page 8 of 9 CG 70 63 11 09 Policy Number: CPP2051702 Named Insured: McClendon Construction Company, Inc. COMMERCIAL GENERAL I�IABILiTY CG 02 05 04 96 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS ' � OR COVERAGE GHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL i.lA81LITY COVERAGE PART LIQUOR L.IABILITY CQVERAGE PART OWNERS AND CONTRACTORS PROTEC7IVE LIABIL.ITY COVERAGE PART ' ' POLLUI'ION L{ABILITY COVERAGE PART PRODUCTS/COMPLEi�D OPERATIONS LIABILITY COVERAGE PART `� RAlLROAD PROTECTIVE LIABiLIlY COVERAGE PART 1n the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prlor written notice of cancellation or material change to; SCHEDUI..E 1. Name: ANY PERSON OR ORGANIZATION FOR WHOM THE NHMED INSURED HAS ENTER�� INTO A WRITT�N GONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELlATION AS PER CERTIFICATES ON FILE WITW TH� COMPANY 2. Address: 3. tVumber of days advance notice: 30* (If no entry appears above, infarmation required to complete this endorsement will be shown in the Declarations as applicable to ihis endorsements,) *EXCEPT IN THE EVENT OF CANGELLATION FOR THE NON�PAYMENT OF PREMIUM FOR WHICH 10 DAYS NOTICE SHALL B� GIVEN. '� ,j.�, CG 02 05 01 96 Copyright, Insurance Services Off(ce, Inc., 1994 Page 1 of 1 ❑ '� � li Policy Number: CA2051701 Named Insured: McClendon Construction Company, Inc. �- THIS ENDORSEMENT CHANGES THE POLICY, pLEA5E READ IT CARE�ULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMQBILE RROAD �ORM ENDORSEMENT This endorsement modifies insurance provided under the BU5INESS AUTO Ct1V�RAC�E FORM With respect to coverage provided by th(s endorsement, ihe provisions of the Coverage Form apply unless modified hy tha PnrlorsemPnt. The premium for this endorsement is $ 1. sROAb FORM INSUR�D SECTION II - LIABILITY COVERAGE, A.1, Who Is An Insured is amended by the addition of the following: d. Any organtzation you newly acquire or form, other than a parcnership, jolnt venture or limited Iiability company, and over which you maintain ownership or a majoriry interest, will qualify as a Named lnsured. However, (7 ). C:overage under this provision is aiforded only unfil the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any ather policy or would be an "insured" but for its termination or the exhausting of its limit of insurance, e. Any "empioyee" o{ yours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the canduct of your business or your personal affairs; �r {2) An "auto" hired or rented under a contract ar agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your '"employee" does not qualify as an insured under this paragraph (2) while using a �overed "auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auta" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract, written agreement or permit, to provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) tJnless the written contract or agreement is executed or the permit is .issued prior to the "bodily injur�%' or "property dan�age"; (2) To any person or organization included as an insured by an endorsement or in the Declarations; or (3) Tn any fessnr of."atitos" unfess: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auta" is leased without a driver; and (c} The lease had not expired. ' lncludes copyrighted material of Insurance Services Office, (nc., with its permission. � Copyright Insurance Services Office, lnc., 20�5 CA 71 10 05 08 Page 1 of 6 �I Policy Number: CA2051701 Named Insured: McClendon Construction Company, Inc. Leased "autos" covered under this pravision wi(! be considered covered "autos" you own and nat covered "autos" you hire. h. Any lega(ly incorporated organization or subsidiary in which you own mare than 50% of the voting stock on the effective date of this endorsement. This nmvisinn clnae nnt arnly tn "hodily injr.ir-�' nr "prnnerty damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE EXT�NSIU(VS - SUPPL�MENTARY PAYMENTS Under Section It - LIABILITY C�VERAGE, A,2,a, Supplementary Payments, paragraphs (2) and {4) are deletcd and replaccd as fo(lowa: (2) Up to $2,500 for the cost of bail bonds (including bonds for related tra�ic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (�) A{I rea$onable expenses incurred by the "insured" at our request, inclttding actua( ioss of earnings up fo $500 a day because of time aff fram work. 3. AMENDED �ELLOW EMPL�YEE EXCLtJSIOtV Under SECTION II • LIABILITY CQVERAGE, B. EXCLUSIONS, paragraph S. Fellow �mployee is �leleted and replaced �y the fal{owing: "t�odily injury' to any fellow "employee" ot the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not appfy to your "emp(oyees" that are officers ot' managers if the "bodily injur�' results from the use af a covered "auto" you own, hire or borrow. Coverage is excess over any other collectib[e insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND �OSS O� USE EXPENSE A. Under SECTIbIV Ill - PHYSICAL, pAMAG� �dVERAGE, A. COVERAG�, the followinq is added: If any of yaur owned covered "autos" are covered far Physical Damage, we wi(I provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose of doing your work. We will provide coverage equ�l to the broadest physical damage coverage applicable ta any covered "auto" shown in ihe Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements arnending this schedufe, B. Under SECTION III � PHYSICAL DAMAGE COV�RAG�, A,4. Coverage Extensions, paragraph b. Loss Of Use Expenses is de(eted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible ta pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) �ther than collision, only if the Declara�ians indicate that Comprehensive Coverage is provided for any covered "auto"; (2} Specified Causes of Loss> only if tha Declarations indicate that Specified Cau$es Of Los� Coverage is provided for any covered "auto"; or (3) Collision, u�ily if tl�e Declarations indicale llial Cullision Coverage is provided for any covered "aUtO'�. However, the most we will pay for any expenses for loss af use is $30 per day, to a maximum of �z,000. lncludes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services O�ce, Inc., ��OS PagQ 2 of 6 GA 71 1 U 05 0a � � Policy Number: CA2051701 Named Insured: McClendon Construction Company, Inc. (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not incfude the discharge of an airbag. (2) Blowouts, punctures ar other road damage to iires. 8. GLASS REPAIR— WAIVER QF DEDUGTIBL,� Section III — PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLI910N COVERAGE — WAIVER OF DEDUCTIBL.E Under Sectian [II - PNYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the follawing: When there is a Inss tn y�ur c�vererl "autn" insurPc� f�r C'nllisinn C�verar�e, nn rfeciuctih►P will a�rly if tha Inss was caused by a collision with another "auto" insured by us. 10. KNOWLEDGE OF ACCID�NT Under SECTION IV - BUSfN�SS AUiO CONbI710N�, A, Loss Cond(tions, 2, Duties (n The Event Of Accident, Claim, Suit Or Loss, paragraph a, is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an "accident", claim, "suit" or "loss". Knowledge of an "accident", claim, "suiY' or "lass" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you are a limited liability company) has knowledge of the "accidenY', claim, "suiY' or "loss". Notice should include: (1) How, when and where the "accidenY' or "loss" occurred; (2) The "insured's" name and address: and {3) To the extent possibfe, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV � BUSINESS AUTO CONDITIONS, A, Loss Conditions paragraph 5. Transfer Of Righis Of Recovery Against Others To Us is defeted and replaced by the following: 5. Transfer Of Rights �f Recovery Against Others To Us [f any person or organization to or for whom we make payment under khis Coverage Farm has rights to rec4ver damages from another, those rights are transferred to us. That person or organization must do everything necessary tu secure our rigl�ts and must do nothing after "accident" or "loss" to intpair them. Hawever, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a I.etter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery.we may have under fhis Coverage Form. 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS, B, General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to discfose all hazards existing as of the inception date of this policy. You must report to us any know(edge of an error or omission in your representations as soon as practicable after its discovery, This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal, Includes copyrighted material of Insurance Services Office, fnc., with its permission. Copyright Insurance Services Office, Inc., 2005 Page 4 of 6 CA 7� 18 OS 08 i� �' rT pnLICY Nt iMBFR: CA2051701 THIS END�RSEMENT CHANGES THE POLICY. PL�ASE READ IT CAREFULLY. u� TEXAS CANCELLATION PROVISION OR �C4VERAGE CHAN+GE END4RSEMENT 7his encJorsement madifies insuranr.e provided �mcier thc follawin J; ; rr BUSINESS AUTO COVERAGE FORM 9 � GARAG� COVERAGE FORM MOTOR CARRIER COV�RAr� FORM TF�UCK�RS COVERAGF FORM W(lt� respect to coverage provided by lhis endorse:rnent, the provisions of the Coverac�e F=orm �pply unless modi- ficd Uy ihe endorsement. This endorsement changes the policy e(fective on Ihe inception date of the policy unless another date is indicated bclow. Endorsement Effective; O1/31/2012 N��mec.f Insurecl:; McClendon Construction Company, Inc. COMMGRCIAL AUTO CA 02 44 06 04 Countersi ed By; �� � `'�-�-t � �L r, _JL:,_!' � (I\ulho iaed Repre,entative) SCHEDULE m ��� Number of D�ys' Notice =;� Name Of nerson Qr Organization i�J'i F`i•:R80i; ON. ��HGFtl�II'LATI _%N �; i i'ii ':!l:Ci'r; '!'NF: ;di�'�IFD 7NSURI;Ii Y./�J l�;2'I'h;i•:P:I` �'.'i';� !ti S':fi�T7'EI1 CnrJ't'!lr,,r.,l' R��uIF2TNC 1'�RITTGN NC)',[':CC'L; n��' �'�INCELL7�TI0N PrK C:�K'1'I[� TCI�Tr9 QN 1� ILG 1'dI'Pli Address C:014C�nhi7', RXCI:P`l' 10 DAYS NOT7Cf: SIfALL u� c�ivrr� COR ,ION - PI�YtdGN'f I( lhi� policy is eanceled or materially chai�ged to reduce or restrict coverage, we will mail notice of caricellalion or chanqe to the person or organizalion named in the Sehedule. We will give the numbcr �f day's nolice indicatad in thc Scheclule. CA 02 4q OG 04 ��)15U Propertics, Inc., 2003 Page 1 of 1 ❑ I L� WORi��RS COMPENSATIC?N AND EMPLOYERS LIABILtTY INSURANCE POLICY WC 42 03 Q4 A t�a. �-ao� 7EXAS WAIVER OF OUR RIGHi 7� R�COVER FROM OTHERS ENpORSEMENT This endorsement applies only ta the insuranca provided by the policy because Texas is shown in Item 3.A, of the Information Page. We t�ave the right to recover our payments from anyone liable for an injury covered by this policy. We wfll not enforce our right against the person or organizatian named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shawn in the Schedule. Schsdule 1. { � Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organiz�tion for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Prernium The premium charge for this endorsemont shall be 0.020 percent of the premium developed on payrolt in connection with work performed for the abave person{s) or organizationis) arising out of the operations described. 4. Advance Premium This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The 1nformation belo+iv is r�quired only wheh this endorsement is issued subsequen# to preparation of ttie policy:► Endorsement Effective 01/31/12 Pvlicy No. WC2o51704 Endorsement No. Insured McClendon Construction Company, Inc. Premium S Insurance Company Amerisure Mutual Insurance Countersigned by WORItERS COMPENSATION AND EMPLOY�RS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) TEXAS NOTIG� OF MATERIAL CHANGE ENDQRSEMENT This endorsament applies only to the insurance provided by the policy bocause Texas is shown in liom 3.A, of the Information Pago. In the event of cancellation or other matarial change of the policy, we wifl maii advanco notice to the person or organization named in the Schedulo. Tha number af days advance notice is shown in the Schedula, This endorsQmont shall not operate diractly or ind'+rectly to benefit anyane not named in the Sohedule. Schedule r 1. Nurnber of days advance natice: 3p *EXCEf'T !N THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM FOR WHICH 1Q DAYS SHALL BE GIVEN. 2. Notico will be mailed to: ANY PERSON OR QRGAN{ZATION WITH WHOM THE NAMED INSUREQ HAS ENTERED INiO A WRITTEN CONTRACT WNICN R�QUIRES WRITTEN NO710E OF CANCE�LATIQN This endorsement changes the policy to which it is attached and is effective an the date issued unloss otherwise statad. (The informatian bolow is required only when this endorsement is issued subsoquent to preparatian of the policy:l Endorsement Effective o1/31/12 Policy No. wC2051704 Endorsemont No. Insured McClendon Construction Company, Inc. Premium S lnsurance Company Amerisure Mutual Insurance Countersignad by WC 42 06 01 (Ed. 7-84) Hort Forms & Snrvlcos Roorder 14•ASGB STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1— Definitions and Terminology ................................................. 1.O l Defined Terms ..................................................................... 1.02 Terminology ........................................................................ Page ......................................................1 ......................................................1 ......................................................6 Article2 — Preliminary Matters ........................................................................................................................7 2.01 Copies of Documents ...................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................7 2.03 Starting the Work ..........................................................................................................................7 2.04 Before Starting Construction ........................................................................................................7 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 .......................................................................................................................... 10 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 ......................................................................................... 11 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 .................................................................................................................... 15 5.01 Licensed Sureties and Insurers .................................................................................................. 15 5.02 Performance, Payment, and Maintenance Bonds ..................................................................... 15 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 ..................................................... 6.01 Supervision and Superintendence ........................................... 6.02 Labor; Working Hours ............................................................ � .......................... 19 .......................... 19 .......................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 7.02 Coordination ........................................................................... Services, Materials, and Equipment .......................................................................................... 20 ProjectSchedule ........................................................................................................................ 20 Substitutes and "Or-Equals" ...................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others .................................................................. 23 WageRates ................................................................................................................................ 25 PatentFees and Royalties .......................................................................................................... 26 Permitsand Utilities .................................................................................................................. 26 Lawsand Regulations ............................................................................................................... 27 Taxas.......................................................................................................................................... 27 Useof Site and Other Areas ...................................................................................................... 28 RecordDocuments .................................................................................................................... 29 Safetyand Protection ................................................................................................................. 29 SafetyRepresentative ................................................................................................................ 30 Hazard Communication Programs ............................................................................................ 30 Emergencies and/or Rectification ............................................................................................. 30 Submittals.................................................................................................................................. 31 Continuingthe Work ................................................................................................................. 32 Contractor's General Warranty and Guarantee ......................................................................... 32 Indemnification........................................................................................................................ 3 3 Delegation of Professional Design Services ............................................................................. 33 Rightta Audit ............................................................................................................................ 34 Nondiscrimination..................................................................................................................... 34 Article 7- Other Work at the Site ............................................................................................................. 7.01 Related Work at Site .............................................................................................................. ............................................ .35 .35 . 35 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 ...................................................................................... 36 8.08 Undisclosed Hazardous Environmental Condition ................................................................... 36 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 ................................................................................................. 37 9.04 Rejecting Defective Work ......................................................................................................... 37 9.05 Detertninations for Work Performed ........................................................................................ 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .................... 38 Article 10 - Changes in the Work; Claims; Extra Work ................................................................ 10.01 Authorized Changes in the Work ............................................................................... �: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 10.02 Unauthorized Changes in the Work ....................... 10.03 E;cecution of Change Orders .................................. 10.04 Extra Work ............................................................. 10.05 Notification to Surety ............................................. 10.06 Contract Claims Process ......................................... .................................................................. 38 .............................................................. 38 .............................................................. 39 .............................................................. 39 .............................................................. 39 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement .................... 40 11.01 Cost of the Work ........................................................................................................................ 40 11.02 Allowances ................................................................................................................................ 43 11.03 Unit Price Work ......................................................................................................................... 43 11.04 Plans Quantity Measurement .................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time ............................................................... 45 12.01 Change of Contract Price .......................................................................................................... 45 12.02 Change of Contract Time .......................................................................................................... 46 12.03 Delays ........................................................................................................................................ 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ..................... 47 13.01 Notice of Defects ....................................................................................................................... 47 13.02 Access to Work .......................................................................................................................... 47 13.03 Tests and Inspections ................................................................................................................. 48 13.04 Uncovering Work ...................................................................................................................... 49 13.05 City May Stop the Work ........................................................................................................... 49 13.06 Correction or Removal of Defective Work ............................................................................... 49 13.07 Correction Period ....................................................................................................................... 50 13.08 Acceptance of Defective Work ................................................................................................. 51 13.09 City May Correct Defective Work ............................................................................................ 51 Article 14 - Payments to Contractor and Completion ................................................................................... 51 14.01 Schedule of Values .................................................................................................................... 51 14.02 Progress Payments ..................................................................................................................... 52 14.03 Contractor's Warranty of Title .................................................................................................. 54 14.04 Partial Utilization ....................................................................................................................... 54 14.05 Final Inspection ......................................................................................................................... 55 14.06 Final Acceptance ....................................................................................................................... 55 14.07 Final Payment ............................................................................................................................ 55 14.08 Final Completion Delayed and Partial Retainage Release ....................................................... 56 14,09 Waiver of Claims ....................................................................................................................... 56 Article 15 - Suspension of Work and Termination ....................................................................................... 56 15.01 City May Suspend Work ........................................................................................................... 56 15.02 City May Tertninate for Cause .................................................................................................. 57 15.03 City May Terminate For Convenience ...................................................................................... 59 Article 16 - Dispute Resolution ..................................................................................................................... 61 16.01 Methods and Procedures ........................................................................................................... 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 Article17 — Miscellaneous ............................................................................................................................ 61 17.01 Giving Notice ............................................................................................................................ 61 17.02 Computation of Times ............................................................................................................... 62 17.03 Cumulative Remedies ................................................................................................................ 62 17.04 Survival of Obligations .............................................................................................................. 62 17.05 Headings .................................................................................................................................... 62 CITY OF FORT WORTH , STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Revised: September 8, 20ll 00 72 00 - 1 GENERAL CONDITIONS Pagc 1 of 62 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defrned 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 wrilten 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 tertns 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. Bic�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 nortnal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 12. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oo�zoo-2 GENERAL CONDITIONS Page 2 of 62 adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. Ciry— 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. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The ofiicially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjushnent 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. 18. 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. 19. Contract Doca{ments—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. 20. 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). 21. 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. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of'the Work—See Paragraph 11.01 of these General Conditions for definition. 24. Damage Claims — A demand for money or services arising from the Project ar Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defned, shall mean a Calendar Day. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-3 GENERAL CONDITIONS Pngc 3 of 62 26. 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. 27. Director of Parlcs and Commamiry 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. 28. 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. 29. Director of Transportation Pzrblic 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. 30. Director of YYater Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. 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. 32. 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. 33. Errgineer—The licensed professional engineer or engineering firm registered in the Sta.te of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes Documents or of quantities or for other reasons for which Contract Documents. Extra work shall be part of the Work. or alterations of the Contract no prices are provided in the 35. 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. 36. 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. 37. 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. 38. Genera! Requirements—Sections of Division 1 of the Contract Documents. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-a GENERAL CONDITIONS Pnge 4 of 62 39. Hazardoars 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. 40. 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. 41. 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. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. 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. 44. Milestone—A principal event specifed in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Awarc�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. 46. Notice to Proceed—A written notice given by City to Contractor �xing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Docurnents. 47. PCBs—Polychlorinated biphenyls. 48. Petr•olearm—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. 49. Plans — See detinition of Drawings. 50. 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. 51. Project—The Work to be performed under the Contract Documents. 52. Project Representative—The authorized representative of the City who will be assigned to the Site. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: September S, 2011 00�2oo-s GENERAL CONDITIONS Page S of 62 53. Parblic �Lleeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Niaterial—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. 55. Regtrlar Working Hoarrs — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. Scheclzrle of Strbmittals—A submittals and the time construction activities. schedule, prepared and maintained by Contractor, of required requirements to support scheduled performance of related 58. 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. 59. 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. 60. 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. 61. Sa�bcontractor—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. 62. Sarbmittals—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. 63. Sarccessfirl Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Szrperintendent — 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. 65. SLrpplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-6 GENERAL CONDITIONS Page 6 of 62 66. 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. 67. 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 traffc or other control systems. 68. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 69. 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. 70. 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. 71. 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: l. 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: CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-7 GENERAL CONDITIONS Page 7 of 62 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 constrtzction 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 Docutnents, 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; Notzce 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. 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 Constrzrction Baseline Schedarles: Submit in accordance with the Contract Documents, and prior to staring the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 2.05 Preconstruction Conference oonoo-s GENERAL CONDITIONS Pngc 8 of 62 Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Pa�blic Meetzng Before any Work at the Site is started, Contractor shall attend 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 thereo fl 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, fortnat 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 conformiry 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 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specificarion 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-9 GENERAL CONDITIONS Pnge 9 of 62 3.02 Reference Stnndnrcls 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 Doczrments 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 Dtrring Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, ar 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 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: l. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septcmber 8, 2011 00 72 00 - 10 GENERAL CONDITIONS Page 10 of G2 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: l. 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 Rearse of Doczrments A. Contractor and any Subcontractor or Supplier shall not: l. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo fl 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. 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 (also known as hard copies). 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I oonoo-ii GENERAL CONDITIONS Pa�e I l of 62 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 fortnat, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of soflware 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; REF�RENCE POINTS 4.01 Avnilability ofLands 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. 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 obshuctions to the Site. Any outstanding removal or relocation of utilities or obsh-uctions 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. 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 Sarbsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: l. 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). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - i a GENERAL CONDITIONS Page 12 of G2 B. Limited Reliance by Contractor on Technical Data Aarthorized: 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: l. 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 D�ering Sa�bsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: l. is of such a nature as to establish that any "technical data." on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; 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 Adjatstments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time ii l. 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 CITY OF FORT WORTH STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200- I3 GENERAL CONDITIONS P�gc 13 of 62 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Undergroarnd Fncilities 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 ftu�nished 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 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonao-ia GENERAL CONDITIONS Page 14 of 62 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 replacernent 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 Condztion 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 Supplem�ntary 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: 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 safery 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. CITY OF FORT WORTH STANDARD CONSTRUCT(ON SPECIFICATION DOCUIviENTS Revised: September 8, 201( 00 72 00 - I5 GENERAL CONDITIONS Page 15 of 62 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 khe 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 firllest extent permitted by Laws and Regz�lations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (inclzrding bz�t not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or nrbitration 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 Corrtractor to indemn� any individual or entity from and against the conseqatences of that indivrdual's or entiry'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. ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sarreties and Insarrers 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 paytnent bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - I 6 GENERAL CONDITIONS Page 16 of 62 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 banknipt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paxagraph 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 Certifzcates 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. l. The certificate of insurance shall document the City, and all identiiied entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 17 GENERAL CONDITIONS Page t7 oFG2 Engineer (if appticable), 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 certifcate 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 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13, City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy tertns, conditions, limitations, or exclusions necessary to CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-�a GENERAL CONDITIONS Pagc 18 of 62 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 Insz�rance 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. Commercia! 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 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. Azttomobile 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 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS Revised: September 8, 2011 00 72 00 - 19 GENERAL CONDITIONS Page t9of62 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 rep(acement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Inst�rance; 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 reasonabiy 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 RESPONSIBILITIE5 6.01 St�pervision artd Strperintendence 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. 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; GYorking Hoarrs 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. CiTY OF FOftT WORTH STANDARD CONSTRUCTION SPECIF(CATION DOCUMENTS 2evised; September 8, 201 l 00 72 00 - 20 GENERAL CONDITIONS Page 20 of 62 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 Re�n.tlar 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, Contractar shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 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 inshuctions 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 esta.blished 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 adjusttnents in the Project Schedule that will not result in changing the Contract Time. Such adjushnents will comply with any provisions of the General Requirements applicable thereto. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-21 GENERAL CONDITIONS Pagc 21 of C2 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 Ol 32 16. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Strbstitutes arrd "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Eqaral " 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.OS.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; 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. Substittrte 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.OS.A.1, it may be submitted as a proposed substitute item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised: September 8, 20l I 00 72 00-22 GENERAL CONDITIONS Pngc 22 of G2 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 Ol 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; 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. CITY O� FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-23 GENERAL CONDITIONS Pagc 23 of 62 B. Sarbstitzrte Constrt�ctron Methods or Proceda�res: 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.OS.A.2. C. City's Evalaration: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.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 Gararnntee: 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 indemn� and hold harmless City and anyone directly or indzrectly employed by them from and against any and all claims, damages, losses and e�cpenses (inclirding attorneys fees) ariszng out of the use of substitttted materials or eqaripment. E. Ciry's Cost Reimbatrsement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.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. G. City Scrbstita�te Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extenszons: No additional time will be granted for substitutions. 6.06 Concerrring Szrbcontractors, Sarppliers, 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 CITY OF F02T WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l 1 00 72 00 - 24 GENERAL CONDITIONS Page 24 of 62 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 C.�ntract 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: l. 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 unjustiiied change or deletion shall be a material breach of Contract. and may result in debarment in accordance with the procedures outlined in the Ordinance. 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: 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. CITY OF F02T WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - zs GENERA� CONDITIONS Page 25 of 62 H. All Work performed for Contractor by a 5ubcontractor 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. Dtrty to pay Prevniling 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. Penalry 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 Czty Determination of Good Caz�se. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or 5ubcontractor, 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. D. Arbitratron Reqa�ired 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 11�Iaintained. 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 CITY OF FORT WORTH STANDAftD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: 5eptember 8, 201 I 00 72 00-26 GENERA� CONDITIONS Page 26 of 62 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. Sa�bcontractor 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 perfortnance 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 fiillest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all coZrrt or arbitration or other dispute resolution costs) arising out of or relating to any infrzngement of patent rights or copyrights incident to the a�se zn the performance of the Wo�•k or resultrng from the incorporation in the Work of any inventzon, design, process, product, or device not specified in the Contract Docarments. 6.09 Permits and Utilities A. Contractor obtained permits and lzcenses. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - 2� GENERAI CONDITIONS Page 27 of 62 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 Ciry 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. Oartstanding 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 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 Tnxes 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS 2evised: September 8, 20l 1 00 �a oo - 2s GENERAL CONDITIONS Page 28 of 62 provision of State Comptroller's Ruling .Ol l, 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, httQ•/hv��v windo�v state.tx.us/taxinfo/taYforms/93-forn�s.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine constniction 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. 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. Pursarant to Paragraph 6.21, Contractor shall indemnify and hold harmless Czry, from and against all claims, costs, losses, and damages arising out of or relating to any claim or actzon, legal or eqa�itable, brought by any sarch owner or occarpant against City. B. Removal of Debris Datring 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS _ Revised: September S, 2011 00 72 00-29 GENERAL CONDITIONS Page 29 of 62 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 Strzrctures: 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 Doctiments 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 an�iotated 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 take all necessaty 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 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 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-30 GENERAL CONDITIONS Pabe 30 of 62 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 Commatnication 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 Rect�catzon 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-31 GENERAL CONDITIONS Pagc 31 of 62 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, specifed 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. 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. B. Where a 5ubmittal 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: 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 CITY OF FORT W02TH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: September 8, 2011 00 72 00-32 GENERAL CONDITIONS Page 32 of 62 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 Ol 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 Wark will be in accordance with the Contract Documents and will not be defective. City and its officers, directars, 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 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 iinal 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS Revised: September 8, 201 l 00 72 00 - 33 GENERA� CONDITIONS Page 33 of 62 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(onger 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 Indemni�cation A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, serv�nts 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 DAMAGE5 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. Cootractor 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 atleged 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 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 certifcations 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 20l 1 00 72 00-34 GENERAL CONDITIONS Pa6e 34 of 62 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 iinal 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 Warking Hours to all 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. Departrnent 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-35 GENERAL CONDITIONS Pagc 35 oC62 B. Title vl, 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l ( 00 72 00-36 GENERAL CONDITIONS Page 36 of 62 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 Fa�rnish 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 Easemerrts; 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 Ciry's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardoa+s Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-37 GENERAL CONDITIONS Page 37 of 62 8.09 Compliance with 5nfety 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 Ciry 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. 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 adjushnent 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 l 9.05 Determinations for Work Performed 00 72 00-38 GENERAL CONDITIONS Page 38 of 62 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 Deciszons 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. 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 res�ect 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 Execzrtion 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.O1.A, (ii) ' required because of acceptance of defective Work under Paragraph 13.08 or City's conection of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Revised: September 8, 2011 00 72 00-39 GENERAL CONDITIONS Pnge 39 of 62 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. T'he 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, tmknown, 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 Not�cation 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. 10.06 Contract Claims Process A. City's Decision Reqaeired: 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 CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-�o. GENERAL CONDITIONS Page 40 of 62 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 a$er receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Actzon: 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. 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 Inclzrded: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.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.O1.B, and shall include but not be limited to the following items: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS _ Revised: September 8, 2011 oonoo-ai GENERAL CONDITIONS Pnge 41 of 62 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. 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 specifcally 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 CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: September 8, 2011 0o n oo - a2 GENERAL CONDITIONS P�gc 42 of 62 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 properiy 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. h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Exclzrded: The term Cost of the Work shall not include any of the following items: l. 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 1 l.Ol.A.I or specifically covered by Paragraph 11.O1.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIT'ICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - a3 GENERAL CONDITIONS Pagc 43 of 62 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 (imited 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.O1.C. D. Docarmentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 1 l.OI.A and 11.O1.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: 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, proft, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: September 8, 2011 0o n oo - �a GENERAL CONDITIONS Page �{4 of 62 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 identifed item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identifed 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. l. 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. 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%. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: 5eptember 8, 2011 00 �z oo - as GENERAL CONDITIONS Page 45 of 62 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 Qarantity Measa�rement 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 conect 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. 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.O1.C.2), and shall include the cost CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2evised: September 8, 2011 00 72 00 - 46 GENERAL CONDITIONS Page 46 of 62 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.O1.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.O1.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 incuned under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.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.O1.A.4 and 11.O1.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 iixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever 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.O1.A.6, and 1l.Ol.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 Tirne A. The Contract Time may only be changed by a Change Order. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - a� GENERAL CONDITIONS Page 47 of 62 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 adjustrnent 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. 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, conected, 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 0o n oo - aa GENERAL CONDITIONS Page 48 of 62 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 thereo fl 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 accepta.nce of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing labaratory ("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. 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 Contractar 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-a9 GENERAI CONDIT�ONS Page 49 of 62 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. 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 ail court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactoty 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 beneft of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correctzon 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. CITY OF FORT WORTH STANDA[tD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-so GENERAL CONDITIONS Pagc 50 of 62 B. VJhen 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. 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 13.0'7, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year a$er 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 conshued as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-si GENERAL CONDITIONS Page 51 of 62 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessaty 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 &om City to correct defective Work, or to remove and replace rejected Work as required by Cily in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution 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 Vahres 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 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �2 00 - sz GENERAL CONDITIONS Page 52 of 62 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 Applicarion 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. B. Review of Applications: 1. City will, a$er receipt of each Application for Payment, either indicate in writing a recomrr�endation 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-53 GENERAI CONDITIONS Page 53 of 62 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 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. Liqaridated Damnges. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 54 GENERAL CONDITIONS Pagc 54 of 62 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. Reda�ction 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. 14.04 PQY11Ql UIIIIZLlil011 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.OS.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-55 GENERAL CONDITIONS Page 55 of 62 14.05 Finallnspection 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. 14.07 Final Payment A. Application for Payment.� l. 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; 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 Dtre: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-56 GENERA� CONDITIONS Page 56 of G2 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 enritled, 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 iinal 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 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payrnent 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 iinal quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Strspend 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 C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oo �a oo - s� GENERAL CONDITIONS Pasc 57 of 62 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 evety 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 rehuning the necessary equipment to the job when it is detertnined 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 conshuction project for the City. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFfCATION DOCUMENTS Revised: September 8, 20l t 00 �z oo - ss GENERAL CONDITIONS Page 58 of 62 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or S. 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, af�er 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 a$er 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 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 ar 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 Q07200-59 GENERAL CONDITIONS Page 59 oF62 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. 15.03 City Mcry 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. Reeeipt 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: l. 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 60 GENERAL CONDITIONS Page 60 oF 62 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 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 terrnination, 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. 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): l, 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 CITY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-6I GENERAL CONDITIONS Page 6l of 62 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 nnd Procedtrres 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: l. 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 Givirrg 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 rnade 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 t 00 72 00 - 62 GENERAL CONDITIONS Page 62 of G2 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 frst 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 Ca�mulative 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. 17.04 Szervival 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 payrnent, 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 (�7300- l SUPPLEMENTARY CONDITIONS Page l of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. Ail provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modi�ed or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. De�ned Terms The terms used in these Supplementary Conditions which are defined in the Generai Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resoiving Discrepancies" Plans govern over Speci�ications and Specifications shall govern over standard details. SC-4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the �nal easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of September, 2011: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the �nal easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORTH Ncighborltood Stree�s Contract 3!i STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Citv Projecl No. 0I225 Revised (lnsert Rei�i,sion DaleJ 007300-2 SUPPLEMENTARY COND(TIOfYS Page 2 of 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of September, 2011: EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates tisted above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "5ubsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report No. 131-09-86, dated May, 2009, prepared by CMJ Engineering, Inc. a sub- consultant of Teague Nalt and Perkins, a consuitant of the City, providing additional information on subsurface conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None 5C-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City; None SC-5.03A., "Certificates of Insur�►nce" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Teague Nall and Perkins (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accidenboccurrence $100,000 Disease - each empioyee $500,000 Disease - policy limit 5C-5.04B., "Contractor's Insurance" CITY OF FORT WORTH Nerglthorltood S�reels Conn•act 3L3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Clry Projec� No. Ol225 Revised [/nsert RerLsion Du1eJ 007300-3 SUPPLEMENTARY CONDLTIONS Page 3 of 5 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum lirnits of: $1,000,000 eachoccurrence $2,000,000 aggregate timit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certifcate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and materiai deliveries to cross railroad properties and tracks None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: _ Required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DaCUMENTS Revised (lnsert Re��ision DrrteJ N/A N/A X Not required for this Contract Neighbo�•ltood Sb�eets Conn•ac� �Q City Project No. 0l225 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same rai(road company, separate coverage may be required, each in the amount stated above, 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company, 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an origina( policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks invotved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Heavy & I-Iighway Construction Prevailing Wage Rates 2008 and 2008 Prevailing Wage Rates Construction Industry 5C-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: I�tone SC-6.09B. "City obtained permits and licenses" The fol(owing are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding pe►mits and licenses" CITY OF FORT WORTH Neighbor•hood 5h•ecls Conn•ac� 3Q STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.t N�. 0l225 Revised [lnserf Re��isio�i DuleJ 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of September, 201 l: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" Paragraph Deleted SC-7.02., "Coordination" The individuals or entities tisted below have contracts with the City for the performance of other work at the Site: None SC-8.01, "Communications to Contractor" N/A SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: None SC-13.03C., "Tests and Inspections" None SC-16.O1C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised (/nsert Rerision Dute) Nerghhorhood S�reets Conn•nc13D Ciry Yroject No. Dl225 o�i�oo-i SUMMARY OF WORK Page l oF 3 SECTION Ol 1100 SUMMARY OF WORK PART1- GENERAL l.l SUMMARY A. Section Includes: l. Surnmary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to" l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents l. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Neighborhood Sn•eets Cann•uct �8 STANDARD COIYSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.� No. 01225 Revised July l, 201 I oi iioo-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shatl be stored in such a way 1s not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be clrried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, ctear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work 1s a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 1ppurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and rernoved during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is v�cated overnight, and/or at all times to provide site security. c. The cost for all fence work associated with easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Nc�ighhorhood Sb�ee�s Conn•nc� �!� STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciry Projecl No. 01225 Revised July l, 20l 1 01 ll (�-3 SUMMARY OF WORK Page 3 of 3 1.5 5UBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE NIATERIAL SUBNIITTALS [NOT USED] 1.9 QUALITY ASSURANCC [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - �XECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neishborliaod S�reevs Corinric� 3!� STANDARD CONSTRUCTION SPECIFICAT[ON DOCUIvSENTS City Projec� No. 012?5 Revised July l, 20l 1 oi?soo- � SUBSTITUTION PROCEDURE3 Page t of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GEN�RAL 11 SUMMARY A. Section Includes: The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to I or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENT5 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Ncrghborhood Sb•ee�s Contruct 3B 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. Ot 225 Revised July l, 2011 O12500-2 SUBSTITUTION PROCEDURES Page 2 of d b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 5UBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Mlnufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowtedgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Neiglthorltood Streets Contract 3[i STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Crry Projecl No. 0l225 Revised July l, 201 l � 012500-3 SUBSTITUTtON PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL 5UBMITTAL5 [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [5ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT U5ED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Ncighhor•hood Streets Contract �B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Projer,� No. 01225 Revised July l, 20l 1 oi2soo-a SUE3STITUT[ON PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIEp ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C, Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City S ignature 1s noted _ Recommended _ Recommended Firm Address Date Telephone For Use by City: Approved City Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH Nei,ghba�ltaod Slreels Conh•act �Ci STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projecl Na 01225 Revised July I, 20l 1 Ol 31 19 - I PRECONSTRUCTfON MEETWG Page I of 3 SECTION 0131 19 PRECONSTRUCTION MEETING PART1- G�NERAL 1.1 SUMMARY A. Section Includes: l. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily (imited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCE5 [NOT U5ED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. Z. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. ' 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request C[TY OF FORT WORTH STANDARD COI�STRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Neighhorhood Sn�eeis Cnntrnct ,�1� City Project Na U1225 Ol 31 l9 - 2 PRECON3TRUCTION MEETING Pagc 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personne( b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedu(e e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention P(an w, Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Ncighborltood Sh•ee�s Con�rac� _�L3 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Cily Prnject No. 0122.i Revised July l, 201 l 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL5 [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A5SURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EYECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CtTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July l, 2011 Nei,qhborhood S�reets Conh•ac� 3!3 Ciro Projer.t No. 0l225 013120-1 PROJECT MEETINGS Page t of 3 S�CTION Ol 3120 ' PROJECT MEETINGS (S��ecifier•: "lht�� Specific�rtion i�� i�t�e�tc/ecl for rrse un prujects dc�sigrrc�ted us 1'ier 3 ur 7ic�r 4.J PARTI- GENERAL l.l 5UMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderty review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July l, 2011 Neishfiorliood Stree�s Conn•ac! 3B Cilv Projecr No. 0/225 Ol 3t 20-2 PROJECT MEETINCS Page 2 of 3 a. Contractor b. Project Representative c. Other City representltives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additionat progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance sha(1 include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, detivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quatity standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Nei,ghborlrood Sn�eets Conn•ac� �I3 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Citv Projec� No. O1225 Revised July l, 2011 OI3120-3 PRO1 ECT M EET W GS Page 3 of 3 p. Review statt►s of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. l) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings witl be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITION5 [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighhahood S�reets Contrnct 3fi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Yrnject No. 0l225 Revised July l, 20(1 013216-1 CONS'IRUCTION PROGRESS SCHEDULE Page t oF 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL l.l SUMMARY A. Section Includes: l. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule ' 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions l. Schedu(e Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large andlor complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Neiyhhorhood SYreets Contract �Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Projer.t No. 01225 Revised July l, 20I 1 01321G-2 CON3TRUCTfON PROGRESS SCHEDULE Page 2 of 5 4. Schedule N�rrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule L . Generll a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. Z. Prepare the Schedule Narrative to accompany the monthly progress 5chedule. 3. Change Orders a. Incorporate approved change orders, resu(ting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance l. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: t) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as wi(1 substantially eliminate the backlog of work 1nd return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH Nefghborlroa�l S'h�eels Contrnct .3L� STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Ciry Prnjer.! No. U122_S Revised July f, 2011 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City witl, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shail revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Nei,ghhorhood S�reets Conrract _�[i STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Clty Projecl No. 01225 Revised July l, 2011 oi 3z tb-a CONSTRUCTION PROGRESS SCF{EDULE P.ige d oF S c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 5UBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file formlt and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process l. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3, Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH Neigltbor/tood Streets Conn�rrct �ti STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Prajer.� No. UI225 Revised J�ly l, 2011 O13216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT U5ED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NANIE SUMMARY OF CHANGE CITY OF FORT WORTH Nciglt6orhood Stree�s Conn•ncl i[� STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS Citv Prajec� No. 0I225 Revised July I, 20l 1 SCCTION 0132 33 PRECONSTRUCTION VIDEO PART1- G�NERAL 1.1 SUMMARY 01 32 33 - 1 PRECONSTRUCTION VIDEO Page t of 2 A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos ' B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment ' l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video l. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a, Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL 5UBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT U5ED] 1.11 FIELD [5ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Nni,�hborliood SJreets Cann•nct i!i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0(225 Revised July l, 2011 oi 3zss-a PRECONSTRUCTION V[DEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF 5ECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighba•ltoo�l S�reels Conn•aci 3I3 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Prnjecr No. 01225 Revised July l, 2011 OI3300-t SUBNIITTALS Page l of S SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUlYIMARY A. Section Includes: l. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Re(ated Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENT5 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficient(y in advance of the Work. CiTY OF FORT WORTH N�ighborhood Stree�s Conn•ar,t 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projecr No. U1225 Revised July 1, 2011 01 3300-2 SUBMtTTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such seqt�ence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When tiubmitting shop drawings or samples, utilize a 9-character submittal cross- referr �ce identification numbering system in the following manner: 1. ,e the first 6 digits of the applicable Specification Section Number. ur the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number woutd be as follows: 03 30 00-08-B 30 00 is the Specification Section for Concrete is the eighth initial submittal under this Specification Section ., the third submission (second resubmission) of that particular shop cir. � �v ing C. Contractor Certification Review shop drawings, product data and samples, including those by ���ntractors, prior to submission to determine and verify the following: , ' �easurements b. i nstruction criteria c. Cat�ilu�; numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drlwing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8�/z inches x 11 inches to 81/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Nei4hborhovd Slree�s Contrnct 3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projecl No. 0l225 Revised July 1, 20l 1 O13300-3 SUDMITTALS Page 3 of A 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b, Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clear(y identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Productphotographs CITY OF FORT WORTH Ncighhorltaod S�reets Conn•ac�.�8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Projec� No. 0I225 Revised July l, 2011 oi 33oo-a SUBMITTAL.S Page 4 oF S 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports (() Product operating and maintenance instructions and recommended spare-parts tisting and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Comp(ete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b, Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies tisted lbove. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samp(es 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) C[TY OF FORT WORTH iVerglthorhoo�l S�reets Conn•nc1.�13 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projer.•i No. 01225 Revised July l, 201 l 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals , b) 7 copies for all other submittals ' c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data , 1) Distributed to the City 2) Copies a) 4 copies c. Samples ' 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. ' 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as , directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review l. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b, Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Neigh6orhood Stree�s Conn•nct 3!3 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Pr<rject No. 01225 Revised July l, 20l 1 0I 3300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for minufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMTT". This combination of codes is assigned when notations and co►nments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 calendar days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other de(ay in obtaining City's ceview of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Working Days prior to release for manufacture. CITY OF FORT WORTH Neighfiorl�oo�l S�r•eeis Conn•ac� .iB STANDARD CONSTRUC'I'[ON SPECIFICATION DOCUMENTS City Projecl No. 0/225 Revised July l, 2011 O13300-7 SUI3MITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 calendar days following receipt of submittal by the City. L. Mock ups l. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, comp(ete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications L If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "Ol" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. CITY OF FORT WORTH Neiglthorltood Sh•ee�s Conn•act 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projec� No. 01225 Revised July I, 20l 1 013300-8 SUBMITTALS Page 8 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNIITTAL5/INFORMATIONAL 5UBMITTALS [NOT USED) 1.7 CLOSEOUT 5UBIVIITTAL5 [NOT USED] 1.8 NiAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT U5ED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT U5�D] PART 2 - PRODUCTS [NOT USED] PART 3 - CYECUTION [NOT USED] END OF S�CTION Revision Log DATE Nt1ME SUMMARY OF CHANGE CiTY OF FORT WORTH Nei,ghhorhoo�l S�reets Conn•�ct :7B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projec� No. 0l225 Revised July l, 20l 1 O13513-i SPECIAL PROIECT PROCEDURES Page I of 8 SECTION 0135 13 SPECIAL PROJECT PROCEDURES �7C'�l'l iYl �i�(4C l,S,fOY lilf0l'll1QCdOib Ol",�'ill�(1CUICG'. 12G'Y)lONG' G�� i)LILB Cl?:fir 111 t�18,f(11GC1 jJi"OJL'Cl C10C1lY12L'!1/.� PART1- GENERAL 1.1 SUI�IMARY A. Section Includes: l. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking l. (Coordination with North Central Texas Council of Governments Clean Construction Specification [remove if nat required] } B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates CITY OF FORT WORTH Neighborhood S�reets Conn•act 3B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Ci�v Prnjer.t No. 0l225 Revised [Insert Revision Date] 01 35 13 - 2 SPEC[AL PROJECf PROCEDURES Page 2 of & 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of 1nd/or from the construction of the Project. 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site . c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Fllgmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 R�FERENCES A. Reference Standards l. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date (ogged at the end of this Specification, unless a date is specifically cited. 2. Noi�th Central Texas Council of Governments (NCTCOG) — Clean Construction Specification � 1.4 ADMINISTRATIVE REQUIREMENT5 A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines L Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 2. Equipment operating within 10 feet of high voltage lines will require the following safety features 1. Insulating cage-type of guard about the boom or arm b. Insulator links on the (ift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 3. Work within 6 feet of high voltage electric lines a. Notification shall be given to: C[TY OF FORT WORTH Neighborhood Streeis Conu•nc� �Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project �Vo. 0l225 Revised [Insert Revision Date] 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: 1) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high vottage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manho(es b. A(1 other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days l. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (LJLSD), diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. l. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 F. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Neigfthorliood Sb�eels Conu•nci .38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Ciry Project No. 0l225 Revised [InseR Revision Date] 01 35 l3 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 2. Coordinate any event that will require connecting to or the operation of an existing City wlter (ine system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on 1n existing tive system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing wlter system. a) Failure to comply will render the Contractor in violation of Texas Penat Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. G. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare f(yer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number t� Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review priar to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption during Construction 1, In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number CITY OF FORT WORTH Nci�hborhood Sn�ecis Conn•nc� 3D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised [Insed Revision Date] c. � e. O13513-5 SPECIALPROJECTPROCEDURES Page 5 of 8 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number A samp(e of the temporary water service interruption notification is attached as Exhibit B. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. No interruption of water service can occur until the f(yer has been delivered to a(I affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. I. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. J. Coordination within Railroad Permit Areas l. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were personnel were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. NI. {Coordinatiaii �vith North Ceticral Tex�s Council ot� Governments (NCTCUG) Cle�n Construction SE7ecif'ication [if required for the project — vecify with City] L. C�'omply with ec{uipment, operationat, reportitig and enforcement requii•emci�ts set Porth in NCTCOG's Clean Construction Specification, } CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised [Insert Revision Date] Nei�hhorhood Strec�s Conn•act 3B City Yrojer,� No. 01225 O13513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT U5ED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OI+' 5ECTION Revision Log DATE NAME SUMMARY OF CHANGE July 2011 CITY OF FORT WORTH Nnisltborhood Slrecls Cann•ac� 3fi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ctry Prnjec� No. 0l225 Revised [Insert Revision Date] O13513-7 SPEC[AL PROJECT PROCEDURES Page 7 of 8 CXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mf'. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YDU CALL CITY OF FORT WORTH ,Verghhorhaod Streets Cann•ac! 3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.t No. 01225 Revised [Insert Revision Date] 0135(3-8 SPECIALPROJECTPROCEDURES Page 8 of 8 EYHIBIT B FORTWORTH � DOE HO. X][]IX Projec/ Ma+ne: �10?ICE OF ?�MPORARY WATER SERVICE II'lTERRilPTIOi�i DUE TO UT[LITY IMPROVEMENT9 IN YOUR NEIGI3BORHOOD, YOUR WA'TER SERVICE WILL BE INTERRUPTED ON BETWEEN TFIE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SAUT-OUT, PLEABE CALL: MR. AT (CONTRACTORS SUPERINTENDEN77 (TELEPHONE NUMBER) C�7:� MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THI3 INCONVENIENCE WILL AE A5 SiIORT AS PO5SIBLE. TIiANK YOU, ,CONTRACTOR CITY OF FORT WORTH Neighborlrood S�reels ConmaG i!S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crlv Projecl �Vo. 0I225 Revised [Insert Revision Date] otas2s-i "I'ESTING AND INSPEC'I'ION SGRVICGS Page I of 2 SECTION Ol 45 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements ' 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH Neiglrhorhaod S�ree�s Contruc� .i6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prnjecl No. 012?S Revised July I, 2011 01 �45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 oF 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submitta(s submitted to the Project Representative b, Hard Copy Distribution (iP required in lieu of electronic distribution) t) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection l. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U5ED] 1.9 QUALITY ASSURANCE [NOT US�D] 110 DELIVERY, STORAGE, AND HANDLING [NOT U5ED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighhorltood SYree�s Cann�cic� 3L3 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Cilv Projer.( No. 0!2?5 Revised July l, 20l 1 O150(�-I TEMPORARY FACILIT(ES AND CONTROLS Page l of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUNIMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service cornpanies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired C1TY OF FORT WORTH Neighborhood Su•eets Contrnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Yrojecr No. 01225 Revised July I, 2011 oi s000-z TEMPORARY FACILIT[ES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction wlter meter from City for payment as bitled by City's established rates. 3. Electricity and Lighting a, Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Te(ephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities l. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, � , inspection and inventory. 4. Equip building with lockab(e doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from ternporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D, Temporary Fencing l. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Ncighborhood Strecls Conn•ac! 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 01225 Revised July l, 201 l 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 l. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORNiATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED) PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION (NOT USED) 3.1 IN5TALLEI2S [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RE5TORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oe] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Ncighbor•/too�l Streets Cnnn•act �l3 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Projec� No. 0I225 Revised July l, 2011 QI5000-4 'CEMPORARY FAC[LITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better thln prior to stait of Work. 3.12 PROTECTION [NOT U5ED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OF 5ECTION . Revision Log DATE NAME SUMMARY OF CIIANGE CITY OF FORT WORTH Neighborltood S1reels Conn•act .�8 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Ciry Prnject No. 0l225 Revised July l, 20l 1 01 55 26 - l STREET USE PERMIT AND MODIFICAT[ONS TO TRAFF[C CONTROL Page ( of 3 SCCTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- G�NERAL 1.1 SUMMARY A. Section Includes: l. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. ' 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE R�QUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Ncighborhood Strec�s Con�rnc� �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 0l225 Revised July I, 20l t 01 55 26 - 2 STREET USE PERMIT AND MODIFICAT[ONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage l. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinsta(1 the permanent sign. F. Traffic Control Standards l. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTAL5 [NOT USED] 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USEDJ 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT US�D] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Neighhorhood Strecis Conh•ac� 38 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENT3 Ciry Prnject Na 0I225 Revised July l, 20l f 015526-3 STREET USE PERMIT AND MODIF[CAT[ONS TO TRAFFIC CONTROL ', Page 3 of 3 Revision Log DATE I�IAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborftaod SYreets Contract 3!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.� No. 01225 Revised July l, 2011 015713-t STORM WATER POL[.UT[ON PREVENTION Page t of 3 5ECTION O1 57 13 STORM WATER POLLUTION PREVENTION PART1- G�NERAL 1.1 5UMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES ; A. Abbreviations and Acronyms l. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifical(y cited. , 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Neighborhood SYreets Contract 3D STANDARD CONSTRUCTION SPEC[FICATION DOCUMENT3 Citv Project No. 01225 Revised July l, 2011 015713-2 5TORM WATER POLLU'tION PREVENTION Page 2 oF 3 B. Construction Activities resulting in: l. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 001nd Drawings. 2. l to less than 5 acres of disturbince a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: 1) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: � a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP l. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 1s fo((ows: 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 Neigl�6orhaod S�i•eets Conn•ncl 3fi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pi�njecl No. 0/225 Revised July l, 20l 1 0157I3-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section Ol 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL5 [NOT USED] 1.7 CLOSEOUT SUBNiITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - �XECUTION [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENT3 Revised July 1, 2011 Ncig{ihorltood Slreels Cain•aci _�B Citv Yroject �Vo. 01225 0158t3-t '1'EMPORARY PROJECT 3ICNAGE Page 1 of 3 SECTION Ol 58 13 TEMPORARY PROJECT SIGNAGE PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] ' 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] ' l.11 FIELD [SITE] CONDITIONS [NOT U5ED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND NIATERIAL5 A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Ncighborhoad Sn•eets Conn•ac� �Li STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS City Prnjer,t Na 01225 Revised July l, 2011 01 58 (3 - 2 TEMPORARY PROJECT SICNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 2.3 ACCE5SORIE5 [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALL�RS [NOT US�D] 3.2 �XAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT U5ED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT U5ED] 3.11 CLOSEOUT ACTIVITIE5 [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1, Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED) END OF 5ECTION CITY OF FORT WORTH Neighhor�hood Sn•eets Conn•aci 34 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 0l225 Revised July l, 201 l OlS8l3-3 TEMPORARY PROJECT SICNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhoo<[ S�reets Conn•act .�L3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Projer.t No. (7/225 Revised July l, 20l 1 oi 6oa�- i PRODUCT REQUIREMENTS Page t of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. A listing of the approved products for use in the City B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINI5TRATIVE REQUIRENIENTS A. A list of City approved products for use is attached to this Section. B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A5SURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH N�ighha•haod S�reets Conn•ac! :?13 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Cilv Prnjec� Nn. 0I225 Revised July l, 2011 0160(�-2 PRODUCT REQUfREMENTS Page 2 of 2 1.11 FIELD [SIT�] CONDITION5 [NOT USED] 1.12 WARRANTY [NOT U5ED] PART 2 - PRODUCTS [NOT U5ED] PART 3 - EX�CUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborliood Sh•eeis Conn•nc� 3!� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Yroject No. 0I225 Revised Juty 1, 20l 1 016600-t PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- G�NERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Nei,ghhorhoocl S�reets Conn•act .�B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Praject No. 0/225 Revised July l, 2011 O1 G600-2 PRODUCT STORACE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manuflcturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations 1nd requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access 1t all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Neighfiorhood Streets Contrac� .JD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS G�y Projecr No. 0l225 Revised July I, 20l 1 O16600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [5ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT U5ED] PART 3 - CYECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED) 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect atl products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SY5TEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT U5ED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. , C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT U5ED] 3.14 ATTACHNiENT5 [NOT USED] END OF SECTION CPI'Y OF FORT WORTH Neighborhood Sn•eets Conn•uc� 3fi STANDARD CONSTRUC'i'ION SPECIFICATION DOCUMENTS City Prnjec� No. 0l225 Revised July I, 20l 1 Q16600-4 PRODUCT STORAGE AND HANDUNG REQU[REMENTS Page 4 oF 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Ncighborhood Strects Contract �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnject iVa 01225 Revised July 1, 2011 O17123-1 CONSTRUCTION STAKING Page 1 of 3 S�CTION Ol 7123 CONSTRUCTION STAKING PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Requirements for construction staking. B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINI5TRATIVE REQUIREMENTS A. Construction Stakes 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. 3. General a. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. b. Contractor is responsible for preserving and maintaining stakes furnished by City. c. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect such that the contracted Work cannot take place, then the Contractor wili be required to pay the City for new staking with a 25 percent markup. 1) The cost for staking will be deducted from the payment due to the Contractor for the Project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section Ol 33 00. 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH Nciglthorltood Streets Conrract 3/� STANDARD CONSTRUCTIOIY SPECIFICATION DOCUMENTS Citv Projec� No. O1225 Revised July 1, 20l 1 017123-2 CONSTRUCTION STAKING Page 2 of 3 1.6 ACTION SUBMITTALS/INi'ORNIATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 1.9 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work. 1.10 DGLIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 I+'IELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT U5ED] PART 2 - PRODUCTS [NOT U5ED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Verify (ocation and protect control points before commencing Work. B. Notify City's Project Representative immediately of any discrepancies discovered. 3.4 APPLICATION [NOT U5ED] 3.5 REPAIR / RESTORATION [NOT U5ED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oa] SITE QUALITY CONTROL A. Preserve permanent reference points during progress of the Work. B. Do not change or relocate reference points without approval from the City. C. Utilize recognized engineering survey practices. CITY OF FORT WORTH Neighhorlrovd Sn•ec�s Conn•nc! 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Prtrject tVo, 0/225 Revised July l, 201 l 017123-3 CONSTRUC'I'ION STAKING Page 3 of 3 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD,JUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhood Su•ecis Conti�act �I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Prnject No. 0l22� Revised July l, 20l 1 01 74 23 - I CLEAN WG Page l of 4 SECTION 0174 23 CLEANING PARTl- GENERAL 11 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 5UBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements l. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Nei,ghhorhaod Sn•ee�s Conmac� 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry ProjecllVo. 01225 Revised July l, 2011 oi�az3-2 CLEAN W G Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oK] OWNER-SUPPLIEDPRODUCT5 [NOT USED] 2.2 MATERIALS A. Cleaning Agents l. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORI�S [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT U5ED] PART 3 - EXECUTtON 3.1 INSTALLERS [NOT USED] 3.2 EYAMINATION [NOT USED] 3.3 PR�PARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT U5ED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT U5ED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Neighhorhood Su�ec�s Conn•ad 3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projer.t Na Ol225 Revised July l, 201 l 017423-3 CLEANINC Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all toose or unsecured items, which may become airborne or transported by fiowing water during the storm. C. Interior Final Cleaning I. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, (amps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Nei�hborliood Su•ects Contruct 3Li STANDARD CON3TRUC'CION SPECIFICATION DOCUMENTS Citv Projec! No. 0I225 Revised July 1, 20l 1 o� �aa3-a CLEANINC Page 4 oF 4 4. If no longer required for maintenance of erosion facilities, 1nd upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENT5 [NOT USED] END OF SECTION D/' .v,��IE � Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Nefgl�horlmoJ Slrecrts Corth•act 3B Ciry Projec! Na. 0/225 oi��i�-i CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIlZEMENTS PARTl- GENERAL 1.1 SUMMARY A. Section Includes: l. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Neighborhoo�l Streets Cnn�rnct :�I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cifv Projer,� No. 0l225 Revised July l, 2011 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 oF 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EX�CUTION 31 INSTALLCR5 [NOT USED) 3.2 EYAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROC�DURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance with Section Ol 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. Final inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is comp(eted. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any plrticulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of 111 chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendab(e items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH ,Ncighborhood S�rects Conmac� .�B STANDARD CONSTRUCCION SPECIFICATION DOCUMENTS Crlv Prnjecl No. 01215 Revised Jidy l, 2011 01 77 19 - 3 CC.OSEOUT REQUIREMENTS Page 3 of 3 l. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Re(ease of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance l. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RE5TORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD �oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLO5EOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT U5ED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CPI'Y OF FORT WORTH ,Vei,ghho�ltood Siree�s Conn�ct �I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 0I225 Revised July 1, 2011 oi �x Zs - i OPERAT(ON AND MAINTENANCE DATA Page t of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PARTl- GENERAL l.l SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not (imited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section Ol 33 00 Submittal Procedures. All submittats shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form l. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Ncighhorliood Strects Conu•�ct .�B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci{v Projer.l No. 0l225 Revised July l, 201 l 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operlting equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAIlVTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH NcighborhooJ Su�ects Conn�act �B STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Citv Projer.! No. 0/225 Revised July 1, 2011 O(7823-3 OPERATION AND MAINTENANCE DATA Page 3 oF 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, app(ied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CPI'Y OF FORT WORTH Nei�hborhoo�l Sn•ects Connnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0I225 Revised July l, 201 l oi �azs-a OPERATION AND MAINTENANCE DATA Page 4 of S i. Charts of valve tag numbers, with location and function of each valve j. List of origin�l manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normat operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of pane(boards 1) Electrical service 2) Controls 3) Communications c. As installed cotor coded wiring diagrams d. Operating pracedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL 5UBMITTALS [NOT USED] 1.9 QUALITY AS5URANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skil(ed as draftsman competent to prepare required drawings CPCY OF FORT WORTH Nei,gltbor•hoo�l Sb•eets Cont�nc! �D STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Ciry Projecr No. 01225 Revised July (, 201 l OI7823-5 OPERATION AND MAWTENANCE DATA Page S of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF 5ECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT �VORTH Nci,gh6orlfood S�reets Co�in•act �t3 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Prnjer.t No. Ul225 Revised July l, 2011 01 78 39 - l PROJEC'I' RECO2D DOCUMENTS Page t of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMNiARY A. Section Includes: l. Work associated with the documenting the project and recording changes to project documents, including: a. ReEord Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— B idding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURE5 A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Neighbor•hood Streets Conrracl 38 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ciry Yrnject No. 01225 Revised July l, 2011 U17839-2 PROIECT RECORD DOCUMENTS Page 2 of 4 3. To Facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storlge and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of (oss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT U5ED] 1.12 WARRANTY [NOT U5ED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oe] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents l. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCE550RIE5 [NOT U5ED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 IN5TALLERS [NOT USED] 3.2 EXAI�IINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENT5 A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Neighborhood Sb•eets Coitd•act 3B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Projec� No. 01225 Revised July l, 2011 017839-3 PROJECT RECORD DOCUMENTS 4 5. 2. Preservation a. Considering the Contract comptetion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section Ol 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. Making entries on Drawings a. Record any deviations from Contract Documents. b, Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be re(ated reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. , b. Clearly indicate at each affected detail and other Drawing a full description of ' changes made during construction, and the actual location of items. Page 3 oF 4 CITY OF FORT WORTH Nerglaborhood Streets Conn�act �L3 STANDARD CONSTRUC'I'ION SPECtFICATION DOCUMENTS Ciry Prnjec� No. 0I225 Revised July 1, 2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c, Call attention to each entry by drawing a"ctoud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefu(ly transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 I�'IELD (ox] 5ITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C[TY OF FORT WORTH Neighborlrovd Sb•ecls Conn•nc� _�B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. U1225 Revised July 1, 201 l 02 4I 13 - l SELECTIVE SITE DEMOLITION Page 1 oF 5 S�CTION 02 41 13 SELECTNE SITE DEMOLITION PART1- GENERAL 1.1 SUMMARY A. Section Includes l. Removing sidewalks and steps. 2. Removing ADA ramps and landings. 3. Removing driveways. 4. Removing fences. 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall). 7. Removing mailboxes. 8. Removing rip rap. 9. Removing miscellaneous concrete structures including porches and foundations. 10. Disposal of removed materials. B. Standard Details l. Paving Removal and Selective Site Demolition — Removal Pay Limits C. Deviations from City of Fort Worth Standards l. None ' D. Related Specification Sections include but are not necessarily limited to i_ 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. ' 2. Division 1- General Requirements. 3. Section 31 23 23 - Fill. 1.2 PRICE AND PAYMENT PROCEDURES i A. Measurement and Payment 1. Measurement: a. Remove Sidewalk: measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along the face of the rail in p(ace including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment: � CITY OF FORT WORTH Neighhorhood Sn•ee�s Conn•act 3Q STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0l225 Revised July l, 201 I 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 oF 5 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining watl (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. b. Remove Steps: fu(1 compensltion for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp 1lnding removal. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. e. Remove Fence: full compensation for removal, hauling, disposal, too(s, equipment, labor and incidentals needed to remove fence. f. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. g. Remove Retaining Wall (tess than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wa(1 footing) shall be paid as sidewalk removal. h. Remove Mailbox: full compensation for removal, hauling, disposat, toots, equipment, labor and incidentals needed to execute work. i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, removal, hauting, disposal, tools, equipment, labor and incidentals needed to execute work. 1.3 REFERENCES A. Definitions 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. CITY OF FORT WORTH Neighborliood SYreets Conn•nc� :t13 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci�y Projer,r No. 0l215 Revised Juty l, 201 l 0241 13-3 SELECTIVE SITE DEMOLtTION Page 3 of 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSURANCE [NOT USED] ' 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [5ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 NtATERIAL5 A. Fill Material: See Section 31 23 23. 2.3 ACCESSORIE5 [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 IN5TALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. C. Remove ADA Ramp l. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4,K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. D. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH Neighborhoad Sireets Conn•ac� 3B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Citv Projec�r Na 0/225 Revised July I, 2011 o2ai i3-a SELECTIVE SITE DEMOLITION Page 4 of 5 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4, Remove adjacent sidewalk to nearest existing dummy, expinsion or construction joint on existing sidewalk. E. Remove Fence l. Remove all fence components above and belaw ground and backfill with �cceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on plans. 4. CONTRACTOR responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Remove Guardrail 2. 3. 4. 5. � Remove rail elements in original lengths. Remove fittings from the posts and the metal rail and then pull the posts. Do not mar or damage salvageable materials during removal. Completely remove posts and any concrete surrounding the posts. Furnish backfill material and backfill the hole with material equal in composition and density to the sunounding soil unless otherwise directed. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wa(1 to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A H. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. I. Remove Rip Rap 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. Remove Miscellaneous Concrete Structure 1. Remove portions of misce(laneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. K. Sawcut 1. Sawing Equipment a. Power-driven CITY OF FORT WORTH Neighborltood Sn•ee�s Contrac! 3B STANDARD CONSTRUC['ION SPECIFICATION DOCUMENTS Crlv Projecl No. 01225 Revised July 1, 2011 02d1 13-5 SELECTIVE 3ITE DEMOLIT[ON Page 5 of 5 b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spalt or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED) 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIE5 [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHNIENTS [NOT U5ED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CPI'Y OF FORT WORTH Neighhor•lroo<l Sn•eets Conn•nct 3I� STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ci�y Project Na O1225 Revised July 1, 201 l 024t 14-1 UTILITY REMOVAUABANDONMENT Page 1 of I S OSECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT PART1- G�NERAL 1.1 SUMMARY A. Section Includes: l. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes l. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 24 — Installation of Carrier Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar-wrapped Pipe, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYNiENT PROCEDURES , A. Utility Lines 1. Abandonment of Utility Line by Grouting a, Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20l l Neighborhnod Streets Conn'act 3C3 Citv Project No. 0/225 ozai ta-a UTILITY REMOVAUABANDONMENT Page 2 of IS 1) Measurement for this Item sh111 be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materiais furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) MeasuremenC for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposat of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Plyment CITY OF FORT WORTH Neighhorhooc! Sfreels Contrncl 3B STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Ci�v Prnjeci Nn. Ol225 Revised July l, 201 l 024t 14-3 UTILITY REMOVAUABANDONMENT Page 3 of l5 l) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances l. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b, Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materiats furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITY OF FORT WORTH Neighborhood Strects Conh•nct �B STANDARD CONSTRUC'I'[ON SPECIFICATION DOCUMENTS City Project No. O1225 Revised July 1, 20l 1 ozat ta-a UTILITY REMOVAUABANDONMENT Page 4 of 15 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill S) Clean-up 4. Water Valve Removal and Sa(vage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling �) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Ciean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve CITY OF FORT WORTH Neighborltood S�reets Connnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.t No. 0/225 Revised July I, 2011 ozai ia-s UTILITY REMOVAUABANDONMENT Page S of ►5 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-ttp 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". CITY OF FORT WORTH Neighhorhood Sn•eejs Contract 3D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. O1225 Revised July 1, 2011 oaai ta-6 UTILITY REMOVAUAE3ANDONMENT Page 6 of IS c. The price bid shall include: 1) Removal and salv�ge of water sampling stltion 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment O The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid sha(1 include: t) Removal and disposal of concrete water vault 2) Remova(, salvage and delivery of cast iron lid to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances L. Abandonment of Sanitaiy Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement CITY OF FORT WORTH Neighhorltood Streets Conn�nct .�Ci STANDARD CONSTRUC'I'ION SPECIFICAT[ON DOCUMENTS Cily Project Na 0/225 Revised July l, 2011 0241 14-7 UT[LI'I`Y REMOVALIABANDONMENT Page 7 of 15 L) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and rnaterials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removat and disposal of manhole 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonrnent plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITY OF FORT WORTH Nei,ghborhoo�l Streets Co�in•nct 3!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prnjecr No. 0!2?5 Revised July l, 2011 ozai ►a-� UT(LlTY REMOVAUABANDONMENT Page 8 of l5 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Ctean-up 2. Storm Sewer Manhole Remov�il a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials ftirnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposat of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junetion Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure CITY OF FORT WORTH Neighborhood Sn•ee�s Conn•nct 3[� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. U1225 Revised July I, 201 I o2ai ia-� UTILITY REMOVAUABANDONMENT Page 9 of I S 2) Remova(, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer In(et Removat a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, p(acement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwa(I or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove HeadwalUSET". CITY OF FORT WORTH Neighbarhood S�reets Contrac� 3(3 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ciry Prajecr No. 01225 Revised July 1, 2011 ozai ia-io UTILITY REMOVAUABANDONMENT Page 10 oF IS c, The price bid shall include: 1) Removll and disposal of Headwall/SET 2) Pavement remov�l 3) Excavltion 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 8. Trench Drain Removal a. Measurement t) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and rnaterials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation 4) Hauting 5) Disposal of excess materials 6) Furnishing, placement and compaction of bacl�ill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Fie(d Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL 5UBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS5URANCE [NOT U5ED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. CPI'Y OF FORT WORTH Neighhorhood S�reets Coiurnct _�Li STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS C'itv Project No. 01215 Revised July 1, 201 I o2ai ia-ii UTILITY REIvtOVAUABANDONMENT Pnge l( of I S 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - CXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. Water Lines and Appurtenances l. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines l) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug CITY OF FORT WORTH Nc�i,ghhorlfood 5treets Connnc� 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Cilv Projec� No. 01225 Revised July 1, 2011 ozat ia-iz UTILITY REMOVAUABANDONMENT Page l2 of 15 a. Excavate and backfill in accordance with Section 33 OS 10. b. Plug with CLSM in accordance with Section 03 34 13. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 t0. b. Dewater from eristing line to be grouted. c. Fill line with Low Density Cetlular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 5, Water Valve Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b, Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove Fire Hydrant. c. Place abandonment p(ug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. W1ter Meter Removal and Salvage 1. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide rep(acement meter for installation. d. Meter Box and Lid 1) Remove 1nd salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Y1rd. 4) Remove and dispose of ineter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. CITY OF FORT WORTH Neighba�liood Sirecls Conh•acr .3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Ciry Projecr No. 01225 Revised July l, 201 l 02 4l l4 - 13 UTILITY REMOVAUABANDONMENT Page 13 of l5 b, Deliver salvaged material to the Water Department Field Operation Storage Yard. 1 l. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and satvage meters. e. Deliver salvaged material to the W1ter Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 OS 10 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. B. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 OS 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fili iine with Low �ensity Lellular iirout in accordance with �ection 3"s t�� L4 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and salvage manhole lid. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole lid. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. C. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 10. CITY OF FORT WORTH Nei,ghhorhood Sn•ects Contracr 38 STANDARD CONSTRUCTION SPECIFICATION DOCUbiENTS Ciro Projeci No. 01225 Revised July l, 2011 ozai �a-ia UT[LITY REMOVAllABANDONMENT Page l4 of IS b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 OS 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordlnce with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manholes Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete manhole. c. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removat a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RE5TORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oe] SITE QUALITY CONTROL 3.8 SYSTENI STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] CI'CY OF FORT WORTH NcighborhooJ S�recls Cann•nct 3fi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Prnjer.� No. 0l225 Revised July 1, 2011 02 41 14 - 15 UTILITY REMOVAUABANDONMENT Page l5 of IS 3.13 MAINTENANCE [NOT US�D] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhood Sn�eets Contrac� 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pinjer,� No. 01225 Revised July 1, 20t 1 oaai is-� PAVING REMOVAL Page l of 6 SECTION 02 41 15 PAVING REMOVAL PARTI- GENERAL 1.1 SUMMARY A. Section Includes 1. Removing concrete paving, asphalt paving and brick paving. 2. Removing concrete curb and gutter. 3. Removing concrete valley gutter. 4. Milling roadway paving. 5. Pulverization of existing pavement. 6. Disposal of removed materials. B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements 3. Section 32 11 33 - Cement Treated Base Course 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Vatley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 l N�ighborlrood Sti�eels Gontrnc! 3B Clry Projecl No. 01225 0241 IS-2 PAVING REMOVAL Page 2 of 6 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removll, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. e. Remove Concrete Valley Gutter: fult compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for atl milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposat, tools, equipment, labor, and incidentals needed to execute the work. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. l. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-Ibf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH Neighhorhood S'trects Contraci 3!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Prqjeci iVo. 0l22_S Revised July l, 2011 024115-3 PAVING REMOVAL Page 3 of 6 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT US�D] 1.5 SUBMITTAL5 [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANC� [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. l. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. CITY OF FORT WORTH Nerghbo�•haod Sn-eels Conn�act 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ci�y Project �Vo. 0/225 Revised July 1, 201 I oza� is-a PAVING REMOVAL Page 4 of 6 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is dacnaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving l. Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salv�geable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General: a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehictes or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly v�rying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. CITY OF FORT WORTH Neighborlrood S'Irects Conn•ac� .�C� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Projecl No. 01225 Revised July l, 20l 1 ozai is-s PAVING REMOVAL Page 5 of 6 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C. surface contacts the curb face, the ' wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. ' e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile yard af 3300 Yuma Street or as directed. H. Pavement Pulverization l. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5°Io Portland cement. b. See Section 32 11 33. 3. Mixing: see Section 32 11 33. 4. Compaction: see Section 32 11 33. CPI'Y OF FORT WORTH Neighhorltood Stree�s Conn•act 3B STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS Citv Project Na 01225 Revised July 1, 2011 0241 15-6 PAVING REMOVAL Page 6 of 6 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT U5ED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJU5TING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIE5 [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CI-IANGE CITY OF FORT WORTH Neighha•hooil Streets Cond•ncl iB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Clry Projeci No. 0/225 Revised July 1, 201 I 03 30 00 - t CAST-W-PLACE CONCRETE Page t of 25 SECTION 03 30 00 CAST-IN-PLACE CONCRETE [Text in Blue is for information or guidance. Remove all Blue text in the project final documentJ PART1- G�NERAL 1.1 SUMMARY A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs-on-grade d. Foundation walls e. Retaining walls f. Suspended slabs g. Blocking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCE5 A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Otherpozzolans 4) Ground granulated blast-furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification CI'I`Y OF FORT WORTH Neighborhoad Streets Conu�act .iB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 20(1 033000-2 CAST-[N-PLACE CONCRETE Page 2 of 25 B. Reference Standards l. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Americ�n Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. .1• k. l. m. n. o. P• q• r. s. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structurll Steel. b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. C94, Standard Specification for Ready-Mixed Concrete. C109, 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. C150, 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 Neighborhood Streels Contract 31i STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 201 I 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast-Ft►rnace Slag for Use in Concrete and Mortars. x. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. Dl.l, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice S. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included ' 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast-in-place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish atl labor and materials required to perform the following: a. Cast-in-place concrete b. Concrete mix designs c. Grouting 1.5 SUBNIITTALS A. Submittals shall be in accordance with Section Ol 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. CITY OF FORT WORTH Neighborhood Sn•eets Contrnct 3B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Project No. 01225 Revised July l, 201 l 033000-a CAST-IN-PLACE CONCRETE Page 4 of 25 1.6 ACTION SUBI�IITTAL5/INI�'ORMATIONAL SUBMITTALS A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information l. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. 1.7 CLOS�OUT SUBMITTALS [NOT U5ED] 1.8 MAINTENANCE MATERIAL 5UBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready-mixed concrete products and that com- plies with ASTM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 1 source from a single manufacturer. C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Docu- ments: a. ACI 301 Sections 1 through 5 b. ACI 117 D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests. 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement l. De(iver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. CITY OF FORT WORTH Neighborhood Sh•eets Contrnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0/225 Revised July l, 20l 1 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 B. Waterstops Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work inctude, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form-Facing Materials 1. Rough-Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/a-inch x 3/a-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form-Release Agent a. Commercially formulated form-release agent that witl not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form-facing materials, formulate with rust inhibitor. 5. Form Ties a. Factory-fabricated, removable or snap-off inetal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. CITY OF FORT WORTH Neighborhoo�t Sh•eels Contrnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No, 01225 Revised July l, 201 I 03 30 00 - 6 CAST-IN-PLACE CONCRETE Page 6 of 25 d. Furnish ties with integral wlter-barrier piates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement l. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports 1. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) For slabs-on-grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material wi(1 not support chair legs or where vapor banier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout-filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic-Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 CITY OF FORT WORTH Neighborhood Sd�eets Co�itract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Ciry Project No. 01225 Revised July l, 201 l 0330(�-7 CAST-IN-PLACE CONCRETE Page 7 of 25 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot-dip zinc coating, ASTM A153, Class C H. Inserts Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/a-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension farces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/a-inch bolt size, unless otherwise indicated. I. Concrete Materia(s Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C 150, Type UII, gray b) Supplement with the fo(lowing: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C 1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse-Aggregate Size a) 3/a-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air-Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water-Reducing Admixture 1) ASTM C494, Type A CITY OF FORT WORTH Neighfiorhood Streets Conrrnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 201 l 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 d. Retarding Admixture 1) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1) ASTM C494, Type D f. High-Range, Water-Reducing Admixture 1) ASTM C494, Type F g. High-R1nge, Water-Reducing and Retarding Admixture t) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C 1017, Type II K. Waterstops 1. Self-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/a- inch x 1-inch. b. Availabte Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro-Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1, Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture-Retaining Cover a. ASTM C171, polyethylene film or white burlap-polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane-Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure-Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OF FORT WORTH Neighborhoo�! Streets Corttr•nct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prajec� No. 01225 Revised July l, 201 l 033000-9 CAST-[N-PLACE CONCRETE Page 9 of 25 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 l4) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials l. Bonding Agent a. ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as fol(ows: 1) Types I and II, non-load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) �o not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or btended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment CITY OF FORT WORTH Neighborhood Sn•eets Conh•nct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July l, 2011 03 30 00 - l0 CAST-IN-PLACE CONCRETE Page 10 of 25 a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of I/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C 109 O. Concrete Mixtures, General Prepare design mixtures for each type and strength of concrete, proportioned on the blsis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent CITY OF FORT WORTH Neighborhood Sd•ee�s Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. O1225 Revised July 1, 2011 033000-1t CASTJN-PLACE CONCRETE Nage I ( of 25 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to <Clioose one: 0.06, 0.1, 0.30, 1.00> percent by weight of cement. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water-reducing high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water-reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure s(abs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures l. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal-weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies l. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shal( be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an I epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted . assemblies after welding with same type of paint. CITY OF FORT WORTH Neighborhood Streets Contrnct .iB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July I, 2011 03 30 00 - I 2 CAST- W-PLACE CONCRETE Page l2 of 25 S. Concrete Mixing l. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. 1. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project-Site Mixing: Me�sure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 2.3 ACCESSORIES [NOT U5ED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EYECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 IN5TALLATION A. Formwork l. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vettical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 Feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. CITY OF FORT WORTH Neighborhoorl Sn•eets Conlract 3D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 20l 1 03 30 00 - I 3 CAST-IN-PLACE CONCRETE Page l 3 of 25 b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of (arger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs-on-grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, ' as follows: a. Class B, 1/4 inch for smooth-formed finished surfaces. b. Class C, 1/2 inch for rough-formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust-stained steel form-facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. CITY OF FORT WORTH Neighborhood Streets Contr�ct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July 1, 201 l 03 30 00 - I 4 CAST-IN-PLACE CONCRETE Page 14 of 25 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walis, 1nd columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 1 l. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and butkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, �nd other debcis just before placing concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): Ih inch 3) Rotation of bolt group: 5 degrees 4) Angle off vertical: 5 degrees 5) Bolt projection: ± 3/8 inch b. Install reglets to receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 75 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form-removal operations and curing and protection operations are maintained. CITY OF FORT WORTH Neighbor{�aod Streets Corth•nct 3Q STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 0/225 Revised July l, 2011 03 30 00 - I 5 CAST-IN-PLACE CONCRETE Page 15 of 25 �� LC' c. � e. f. g• I� � Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. Minimum cumulative curing times may be reduced by the use of high-early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. Completely remove wood forms. Provide temporary openings if required. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. CITY OF FORT WORTH Neighbarhood Streets Conn•act 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Ciry Project No. 01225 Revised July l, 201 I 03 30 00 - l6 CAST- W-PLACE CONCRETE Page l6 of 25 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comp(y with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. C(ean reinforcement of loose rust and mill sca(e, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with b1r supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: ±3/8 inch 2) Members more than 8 inches deep: ±l/2 inch b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 inches deep or less; ±1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field wetds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcernent through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. CITY OF FORT WORTH Neig/ttioi•ltootl Streets Contrnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 20l 1 03 30 00 - 17 CAST-IN-PLACE CONCRETE Pnge 17 of 25 � e. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement l. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. CITY OF FORT WORTH Neighborhood Streets Cantrnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July 1, 2011 03 30 00 - ( 8 CAST-IN-PLACE CONCRETE Page l 8 oF 25 b. Conso(idate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators verticatly at uniformly spaced locations to rapidly penetrate placed (ayer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Disclyd pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during ptacement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open- textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold-Weather P(acement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and tow temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical acce(erators unless otherwise specified and approved in mixture designs. 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces CITY OF FORT WORTH Neighborhood Streets Contrnct 3l3 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 20l 1 03 30 00 - l9 CAST-IN-PLACE CONCRETE Page 19 of 25 l. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items l. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3 @ 16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing l. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 305.1 for hot-weather protection during curing. 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water-fog spray CITY OF FORT WORTH Neighborhood Streets Contract 38 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 01225 Revised July l, 201( 03 3o a� - zo CAST-IN-PLACE CONCRETE Page 20 of 25 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch 11p over adjacent absorptive covers b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair 1ny holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture- retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR A. Concrete Surface Repairs 1. Defective Concrete: Repair and pltch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. C[TY OF FORT WORTH Neighborl�ood Sh•eets Contract 3Ii STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July I, 20l l 03 30 00-21 CAST-IN-PLACE CONCRETE Page 2l of 25 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface to(erances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or complete(y through unreinforced sections regard(ess of width, and other objectionable conditions. b. After concrete has cured at (east 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections l. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms from beams and slabs CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July 1, 20l 1 03 30 00 - 22 CAST-IN-PLACE CONCRETE Page 22 of 25 C. Concrete Tests: Perform testing of composite samp(es of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for elch additional 50 cubic yard or fraction thereof. 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C23 l, pressure method, for normal-weight concrete; 1 test for elch composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive-Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cy(inder for testing at 56 days as needed. 7. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate operltions and provide corrective procedures for protecting and curing in-place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that s(ump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 oc by other rnethods as directed by Engineer. CiTY OF FORT WORTH Nerghborhoad Streets Contmct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. Ol225 Revised July l, 20l t 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. l 1. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flamess and levelness according to A5TM El 155 within 48 hours of finishing. E. Concrete Finish 1Vleasurement and Tolerances 1. All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM El 155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of ineasurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines C[TY OF FORT WORTH Neighborhoocl Streets Con�rnct .3B STANDARD CONSTRUCfION SPECIFICATION DOCUMENTS City Project No. 01225 Revised Juty l, 2011 03 30 f� - 24 CAST-IN-PLACE CONCRETE Page 24 of 25 b. Test sample measurement lines within each test section shall be multidirectional a(ong 2 orthogonal lines, as defined by ASTM El 155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4, Concrete Floor Finish Tolerance a. The following values 1pply before removal of shores. Levelness values (FL) do not 1pply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab-on-Grade Construction: ± 3/a inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: ±'/a inch 3) Top surfaces of all other slabs: ± 3/a inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to 3/a inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A, Defective Work 1. Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH Neighha�hood Sh�eets Contmct 3l3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry ProjectNo, 0/225 Revised July l, 2011 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 NIAINTENANCE [NOT USED] 3.14 ATTACHNiENTS [NOT U5ED] END OF SECTION 0330(�-25 CAST-IN-PLACE CONCRETE Page 25 of 25 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhoorl Sn•eets Con�ract .3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 201 l 03 34 ( 6 - l CONCRETE BASE MATERIAL FOR TRENCH REPA[R Page t of 4 5ECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- GENERAL l.l SUMMARY A. Section includes: l. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 RErERENCES A. Reference Standards l. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. CITY OF FORT WORTH Neighborhoad SYreets Conti•ac� 3L3 STANDARD CONSTRUCI'ION SPECiFICATION DOCUMENTS Crtv Yrnjecl No. 0l225 Revised July l, 2011 03 3a ib - z CONCRETE EiASE MATERIAL FOR TRENCH REPAIR Page 2 of d 1.4 ADiViINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section Ol 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery and/or Fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1, Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggreglte a. Concrete sand (does not need to be in accordance with ASTM C33). b, No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 1nd no plastic fines shall be present. 6, Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH Neighborhood S�rects Connnd 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prnject No. 0l225 Revised July l, 20l 1 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EYECUTION 3.1 INSTALLER5 [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, setf-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General l. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additiona150 cubic yards or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH Nei,ghborhood SYreets Conn�aci 3B 3TANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS Ciry Project No. 0l225 Revised July l, 20l 1 o33a i6-a CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive-Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SY5TEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT U5ED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENT5 [NOT USED] CND Or SECTION Revision Log DATE NAME SUMMARY OF CHANGE CPI'Y OF FORT WORTH Nei,qhborlioo<l Strec�s Conn•ncl 3B STANDARD COhISTRUCTION SPECIFICATION DOCUMENTS Cilv Projer.l No. 0/225 Revised July 1, 20l I 311000-1 SITE CLEARING Page i of 5 SECTION 31 10 00 SITE CLEARING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 14 — Utility Removal/Abandonment 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Grading and backfilling of holes CITY OF FORT WORTH Neighborlioad Streets Conn•ac� 3(i STANDARD CONSIT2UCTION SPECIFICATION DOCUMENTS CiryYrojec� No. 0l225 Revised July l, 20l 1 31 (000-2 SITE CLEARING Page 2 of 5 4) Excavation 5) Ferti(ization 6) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment I) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREM�NTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits when required by the City Ordinance No. 18615-OS-2009. B. Preinstallation Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division O1. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT U5ED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Neiglifior/ioo�l Strecls Connrd .i8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec� No. 0/225 Revised July l, 20l 1 3l 1000-3 S fTE CLEAR ING Page 3 of 5 PART 2 - PRODUCTS [NOT USED] PART 3 - EYECUTION 3.1 INSTALLERS [NOT USED] 3.2 �YAMINATION [NOT USED] 3.3 PRCPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12'/a gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on-site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. SiCe Clearing CITY OF FORT WORTH Ncigltborhood Slrects Conh•�ct 3D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project Na 0I225 Revised July l, 2011 31 f000-4 SITE CLEARING Page d of 5 I. Cle1r areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor s(abs d. Concrete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewecs, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14, 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet be(ow natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal l, Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off-site in accordance with local, state, and federal laws and regulations. 3.5 REPAIR [NOT U5ED] 3.6 RE-INSTALLATION [NOT U5ED] CITY OF FORT WORTH Ncighborhoo�l Streets Conn•nc! �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Projecl No. O1225 Revised duly (, 20l 1 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] ' 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 3l 1000-5 SITE CLEARING Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nefgfthorhood SYreets Cont�•act .3f3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih Yrojer.l Na 01225 Revised July l, 201 l 312316-I UNCLASSIFIED EXCAVATION Page 1 of 4 SECTION 3123 16 UNCLASSIFIED EXCAVATION PARTl- GENERAL l.l SUNiMARY A. Section Includes: 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation evolving the excavation of on-site materials. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 24 00 — Embankments 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of ineasurement is shown on the Drawings b. When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. ' 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price ' bid per cubic yard of "Unclassified Excavation". No additional compensation will be allowed for rock or shrinkage or swell factors as these are the Contractor's responsibility. 3. The price bid shall include: a. Excavation b. Excavation Safety c. Drying ; d. Dust Control e. Reworking or replacing the over excavated material in rock cuts f. Hauling CITY OF FORT WORTH Neigltborhood Sh•ee�s Contrnc� 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 2011 312316-2 UNCLASSlFIED EXCAVATION Page 2 of 4 g. Disposat of excess material not used elsewhere onsite h. Scarification i. Clean-up 1.3 REFERENCES [NOT USED] A. Definitions l. Unc(assified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavated. Any reference to Rock or other materials on the Drawings or in the specifications is solely for the City and the Contractor's information and is not to be taken as a classification of the excavation. 1.4 AllNiIN�TRATiVF R�C'�$ f�EMENTS A. T>> ;� the City with a Disposal Letter in accordance to Division ,L� �. ��1� �?��] 1.6 ACTiUN SUBI�IITTALS/INFORMATIONAL 5UBMITTALS [NOT USED] 1.7 CLOSE(��JT ,�UBMITTALS [NOT USED] 1.8 MA�" IAL SUBMITTAL5 [NOT USED] ,i� Y A5Sv. , ,�.�. A. Excavation Safety 'Tt,e Contractor sha(1 be solely responsible for making all excavations in a safe elated sheeting and bracing shall comply with the requirements u�i�. ,t safety standards 29 CFR part 1926 and state requirements. 1.10 D�LIVLRY, STORA+ITE, AND HANDLING A. Storage 1. `���-' ithin Ex � .� ����� <f ' - ;hts-of-Way (ROW) a. Soil may b� �tored within existing ROW, easements or temporary construction easement:, !�nless specifically disallowed in the Contract Documents. b. Do not block �rainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in lctive traffic areas, store materials only in areas barricaded as provided in the traffic control p(ans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit thlt rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. CtTY OF FORT WORTH Neishbahaod Slreeis Contracl �I3 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Prnjer.r No. 0l225 Revised July 1, 20l ( 312316-3 (INCLASSIFIED EXCAVATION Page 3 of 4 d. Do not block drainage ways. 111 rIELD CONDITIONS A. Existing Conditions l. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Unacceptable Fill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CONSTRUCTION A. Accept ownership of unsuitable or excess material and dispose of material off-site accordance with local, state, and federal regulations at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and properly dispose according to disposal plan. ; D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Excavate to finish grades. CITY OF FORT WORTH Nei,ghborhood Stree�s Conn•ncf 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 01225 Revised July l, 20l l 3i z3 ib-a UNCLASSIFIED EXCAVAT[ON Page 4 of 4 2. In the event of over excavation due to contractor error below the (ines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated 1t no additional cost to City. H. Earth Cuts 1. Excavate to finish subgrade 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment materill compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 3.5 REPAIR [NOT USED] 3.6 RE-IN5TALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances l. Excavate to within 0.1 foot in all directions. 2. In areas of over excavation, Contractor provides fill material approved by the City at no expense to the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT U5ED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.1a ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighbo�•fiood Sn•ec�s Cnnnnct iB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiJy Yrnjer,t No. 0I115 Revised hdy l, 20l 1 3125(�-t EROSIOIY AND SEDIMENT CONTROL Pagc 1 of 9 SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART1- GENERAL 1.1 SUMMARY 1.2 1.3 A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification l. None. �. Related Specification Sections include, but are not necessarily limited to: I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. ' 2. ASTM Standard: CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS Revised July (, 201( Ncrighborhood Streets Conn•act 38 Citv Projer.i No. O1225 3�Zsao-2 EROSION AND SED[MENT CONTROL Page 2 of 9 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics—Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDE5 General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 1.6 ACTION 5UBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U5ED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY (NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oa] OWNER-SUPPLIED PRODUCTS [NOT U5ED] 2.2 PRODUCT TYPES AND N�ATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cteanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH Nnighborhaod S�reets Conmacl 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec� Na 0I22_5 Revised July 1, 20(1 312500-3 EROSION AND SED[MENT CONTROL Page 3 oF 9 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double-twisted, hexagonal weave with a nominal mesh opening of 21/a inches x 3 �/a inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags l. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 CITY OF FORT WORTH Neighborhoad Sn•ec�s Connnc� 3f� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cf(V Pl'OfQC! N0. OI Z2S Revised ]uly l, 20(1 3izsoo-a EROSION AND SEDIMENT CONTROL Page 4 of 9 5and GradAtion G. Temporary Sediment Control Fence 1. Provide a net-reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric l) Provide Fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum tength of 48 inches, un(ess otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION [NOT USED] 3.4 IN5TALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structurll and nonstnictural BMPs to reduce potlutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drlwings or as directed. CITY OF FORT WORTH Nei,qhhorltood S�reels Conn•act :tD STANDARD CONS'I'RUCTION SPEC[FICATION DOCUMENTS Ciry Projeci �Vo. O1225 Revised Juty l, 20l 1 312500-5 EROSION AND SEDIMENT CONTROL Page S of 9 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at [he construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR 150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish-grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control l. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types l, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. CITY OF FORT WORTH Neighhorhood Su•eets Conn•nct 3ti STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crtv Projec� �Vo. 01225 Revised July 1, 2011 3t 2500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non-reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter d1m 2) Top Width - At least 2 feet 3) S(opes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top W idth - At least 2 feet 3) S(opes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At teast 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop—double (oop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Sh1pe sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH NciShbafioocl Sh�ee�s Conn•act .�l� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv P�•ojecl No. 0/225 Revised July l, 20l 1 ��2soo-� EROSION AND SEDIMENT CONTROL Pnge 7 of 9 2) Place swa(es and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to a(low for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. P(ace additional sandbags as necessary or as directed for supplementary support to ' berms or darns of sandbags or earth. K. Temporary Sediment-Control Fence 1. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion-control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand-tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equa(ly spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. CITY OF FORT WORTH Neigftfiorhood Sb�eets Contracl 38 STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS City Projecr No, 01225 Revised July l, 2011 312500-8 EROSfON AND SEDIMENT CONTROL Page 8 of 9 d. Fabric and Net Splices t) Locate splices at a fence post with a minimum lap of 6 inches attached in 1t least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment-control fence include the following: a) Fabric with minimal or no visib(e signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oe] SITE QUALITY CONTROL [NOT USEll] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management l. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been emptoyed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporlry erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. CITY OF FORT WORTH Nei,ghborhood Streets Conn•ac13Q STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Ciry Prnjer.t No. 0I225 Revised July l, 2011 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CI-iE1NGE CITY OF FORT WORTH Neighhorhaod S�ree�s Conhact .�Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cllv Prnjert No. 01225 Revised July 1, 201 l 32 01 17 - t PERMANENT ASPHALT PAVING REPAIR Page l of 4 SECTION 32 Ol 17 PERMANENT ASPHALT PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes flexible pavement repair to inc(ude but not limited to: I. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.). 2. Warranty work. 3. Repairs of damage caused by CONTRACTOR. 4. Any permanent asphalt pavement repair needed during the course of construction. B. Deviations from City of Fort Worth Standards. 1. None. C. Re(ated Specification Sections include but are not necessarily limited to l. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1— General Requirements. 3. Section 03 34 16 — Concrete Base Material for Trench Repair. 4. Section 32 13 13 — Concrete Paving. 5. Section 32 12 16 — Asphalt Paving. 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement: a. Asphalt Pavement Repair: measure by the linear foot based on defined width and roadway classification specified per detail. b. Asphalt Pavement Repair Beyond Defined Width: measure by the square yard for asphalt pavement repair beyond the pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified per detail. c. Extra Width Asphalt Pavement Repair: measure by the square yard for surface repair (does not include base repair) by the specified thickness. 2. Payment: contract unit price bid for the work performed and all materials furnished. 1.3 REFERENCES [NOT USED] A. Definitions 1. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. CITY OF FORT WORTH Neighborhoo�! Srreeu Conn•act _�B STr�NDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projec� Na 0l22i Revised July l, 201 l 3201 U-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 4 2. The Transportation and Public Works Department witl inspect the paving repair after construction. 1.5 SUBMITTALS [NOT U5ED] 1.6 ACTION SUBNiITTAL5/INFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 1.7 CLOSEOUT SUBMITTALS [NOT U5ED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 112 FIELD CONDITIONS A. Place mixture when the roadway surface temperature is 45 degrees F or higher and rising unless otherwise approved. 1.13 WARRANTY [NOT U5�D] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED� 2.2 MATERIALS A. Backfill: see Section 33 05 10. B. Base Material 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 2. Concrete Base: See Section 32 13 i3. C. Asphalt Paving: see Section 32 12 16. 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT U5ED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EYECUTION 3.1 IN5TALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation: 1, Mark pavement cut for repairs for approval by the City. 2. CONTRACTOR and City meet prior to saw cutting to confirm limits of repairs. CITY OF FORT WORTH Neighfiarltood Sli•ec�s Connnc! iB STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Cftv Projer.t No. 0/225 Revised July 1, 201 l 32 01 l7 - 3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 4 3.4 INSTALLATION A. General: 1. Equipment a. Use machine intended for cutting pavement. b. Mi(ling machines may be used as long as straight edge is maintained. 2. Repairs: In true and straight lines to dimensions shown on the plans. 3. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. c. If the existing flexible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: l. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base: Install replacement base material per detail.. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3. Depth: per detail. 4. Place surface mix in lifts not to exceed three inches. 5. Last or top lift shall not be (ess than two inches thick. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 5YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLO5EOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT U5ED] END OF SECTION Revision Log CITY OF FORT WORTH Ncighba�hoo�l Streets Conn�ac1.38 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Citv Projer.r No. 0I225 Revised July l, 2011 320t 17-4 PERMANENT ASPHALT PAV WG REPAIR Page 4 of 4 CITY OF FORT WORTH �Veigf�horhood SI�•eels Conn•nc! 3!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.r No, 0/225 Revised July 1, 201 l 32011t3-1 TEMPORARY ASPHALT PAVING REPAIR Page 1 of 3 SECTION 32 O1 18 TEMPORARY ASPHALT PAVING REPAIR PART1- GENCRAL l.l SUMMARY A. Section Includes l. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance Program. 2. Repairs of damage caused by CONTRACTOR. 3. Any other temporary pavement repair needed during the course of construction. B. Deviations from City of Fort Worth Standards. l. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 11 23 - Flexible Base Courses. 4. Section 32 12 16 - Asphalt Paving. 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement: a. Temporary Asphalt Paving Repair: measure by the linear foot. 2. Payment: Contract unit price bid for the work performed and all materials furnished. No payment for repairs of damage to adjacent pavement caused by Contractor. 1.3 REFERENCES A. Definitions l. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. The Transportation and Public Works Department will inspect the paving repair after construction. CITY OF FORT WORTH Neighhorliood Sn•eets Connnc� 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnjer,� No. 01225 Revised July I, 2011 3201 18-2 TEMPORARY �\SPHAL'I' PAV ING REPAIR Page 2 of 3 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBl�1ITTAL5/INFORNIATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 1.7 CLOSEOUT SUBNIITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT US�D] l.11 FIELD CONDITION5 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees F or higher and rising unless otherwise approved. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT US�D] 2.2 MATERIALS A. Backfill: see Section 33 OS 10. B. Base Material: 1. Flexible Base: Use existing base and add new flexible base as required in accordance with Section 32 11 23. C. Asphalt Concrete: See Section 32 12 16. 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EYAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Removal: 1. Use an approved method that produces a neat edge. 2. Use care to prevent fracturing existing pavement structure adjacent to the repair area. CITY OF FORT WORTH Ncighha•ltaod Su�ee�s Conn•nc! 3[i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projeci No. 0l22S Revised July l, 20l 1 3201 18-3 't'EMPORARY ASPHALT PAVING REPAIR Page 3 of 3 B. Base L Install flexible blse material per detail. 2. See Section 32 11 23. C. Apshalt Paving 1. H.M.A.C. placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3.5 [REPAIR]/[RE5TORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT U5ED] 3.8 SYSTEM 5TARTUP [NOT U5ED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.1�t ATTACHMENT5 [NOT USED] END OF 5ECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nei4hhorhood S�ree�s Cont�r�c! _�B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 0I225 Revised July (, 20l 1 32O129-1 CONCRETE PAVING REPAIR Page ( oF 4 SECTION 32 O1 29 CONCRETE PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes concrete pavement repair to include but not limited to: l. Utility cuts (water, sanitary sewer, drainage, etc.). 2. Warranty work. 3. Repairs of damage caused by CONTRACTOR. 4. Any other concrete pavement repair needed during the course of construction. B. Deviations from City of Fort Worth Standards 1. None. C. Related Specification Sections include but are not necessarily limited to l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 Ol 18 - Temporary Asphalt Paving Repair. 4. Section 32 12 16 - Asphalt Paving. 5. Section 32 13 13 - Concrete Paving. 6. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: l. Measurement: a. Concrete Pavement Repair: measure by the square yard per thickness and type. a) Limits of repair based on the time of service of the existing pavement as determined by ENGINEER. (1) 10 years or less: repair entire panel. (2) Greater than 10 years: repair to limits per plans. 2. Payment: contract unit price bid for the work performed and all materials including base material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting: l. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. CITY OF FORT WORTH Neiglifiorhao�l Sn-eets Conn•nc! _3B STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Citv Yrojer.t Na 01225 Revised July l, 2011 320129-2 CONCRETE PAVINC REPA[R Page 2 of d 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNiITTALS/INFORNiATIONAL SUBMITTALS A. Concrete Mix Design: submit for approvaL Section 32 13 13. 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A55URANC� [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place concrete as specified in Section 32 13 13. 112 WARRANTY [NOT U5ED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Embedment and Backfill: see Section 33 OS 10. B. Base material: Concrete base: see Section 32 13 13. C. Concrete: see Section 32 13 13. 1. Concrete paving: Class P or Class HES. 2. Replace concrete to the specified thickness. 2.3 ACCE5SORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support traffic. 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. CITY OF FORT WORTH Ncighhafiond Su�ects Conn•acl iB STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENT3 Cilv Project Na (7/225 Revised July l, 20l 1 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing: 1. GeneraL• a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment: a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or facture concrete adjacent to the repair area. 3. Repairs: In true and straight lines to dimensions shown on the plans. 4. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: per detail. D. Concrete Paving: 1. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement: per detail. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT U5ED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD,JUSTING [NOT U5ED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT U5ED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Ncighhorhood Streets Contract 3Li STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Crtv Project No. 0I225 Revised July 1, 20l 1 320129-d CONCRE'I'E PAV(NG REPAIR Page 4 oF 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH �Veighborlmod Su�eels Corttrac! 3/3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Prnjec� Na 0/225 Revised July l, 2011 321123-t FLE�CIBLE BASE COURSES Page I oF 7 SECTION 32 11 23 FLEXIBLE BASE COURSES PART1- GENERAL 1.1 SUMNiARY A. Section Includes 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from City of Fort Worth Standards l. None C. Related Specification Sections include but are not necessarily (imited to 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 1.2 A. Measurement and Payment 1. Measurement: measured by the square yard of the required depth per plan of completed flexible base course by type and gradation. 2. Payment: based on the work performed and materials placed and includes full compensation for: a. preparation and correction of subgrade b. furnishing of material c. hauling d. blading e. sprinkling f. compacting g. and furnishing all labor and equipment necessary to complete the work. REFERENCES 1.3 A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soi(s d. Tex-110-E, Particle Size Analysis of Soils CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 2011 Neighhorhood Slreets Contract 38 Ciry Projec� No. 0I225 321123-2 FLEXIIILE BASE COURSES Page 2 of 7 e. Tex-1 l6-E, Ball Mi(( Method tor Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-4l 1-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBNIITTALS [NOT U5ED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 NIAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED� 21 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the plans and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the plans. CPI'Y OF FORT WORTH Neighhorhooc! Stree�s Cann•nct .�Li STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Citv Prnjec� rVn. UI225 Revised July l, 20(1 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Nlaterial Re uirements Yrn ert Test Method Grade 1 Grade , Master gradation sieve size % retained) 2-1/2 in. - 0 t-3/4 in. 0 0--10 ��8 in Tex-1 IO-E ��35 - 3/8 in. 30-50 - No.4 45�5 45-75 No.40 70-85 60-85 Liquid limit, % max. Tex-l04-E 35 d0 Wet ball mill, % max.` 40 45 Wet ball mill, % max. Tex-116-E increase passing the 20 20 No. 40 sieve Classification l.0 l.1-2.3 Min. compressive strength3, psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure IS psi 175 175 1. Determine plastic index in accordance with Tex-107-E Qineac shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness va(ue is required by the plans, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the plans. 4, Material Tolerances: a) The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b) When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c) The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a) Do not use fillers or binders unless approved. b) Furnish the type specified on the plans in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Onty for use as base material for temporary pavement repairs. b) Do not exceed 20°Io RAP by weight unless shown on plans. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH N�ighborhood Sircets Conn•nct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projer,t No. 0l225 Revised July l, 20l 1 3? �i a3-a FLEXfBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify comptiance. d) Crushed concrete must meet the following requirements: (1) Table t for the grade spec ified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have �t most 1,5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 50URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on-site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non-uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch. 2) Areas that are unstable or non-uniform. 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General CITY OF FORT WORTH N�ighborl�oad SN�ee�s Coritrnct 3B STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Pi�ojer.l No. 0122.i Revised Jiily l, 201 l 321123-5 FLEXIBLE BASE COURSES Pnge 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. 3. Haui approved flexible base in clean, covered trucks. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers: a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing l. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the plans, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in two or more courses of equal thickness. 5. Minimum lift depth: 3 inches. 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction l. General: a. Compact using density control unless otherwise shown on the plans. b. Multiple lifts are permitted when shown on the plans or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling. a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. CITY OF FORT WORTH Ncighborliood Sirec�s Conn•act 3!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Yrojecl Na O/225 Revised July l, 2011 321123-C FLEXIE3LE BASE COURSES Page 6 of 7 b. On superelevlted curves, begin rolling at the low side and progress toward the high side. c. Offset a(ternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the plans to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprink(ing and rol(ing. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the CONTRACTOR. 4. Density Control. a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing l. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediltely by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water 1s needed during rol(ing. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. CITY OF FORT WORTH Neighhorhood Strecls Conn•act 3!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Projer,r Na 0l225 Revised Jiily l, 2011 32II23-7 FLEXIBLE BASE COURSES Page 7 of 7 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. ' 8. Reshape and recompact in accordance with 3.4.C. 3.5 [REPAIR]/[RESTORATION] [NOT USED] ; 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test l. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhood S�reets Conn•nc13B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec� No. 0I225 Revised July l, 2011 321129-I LIME TREATED BASE COURSES Page 1 of 9 SECTION 321129 LIME TREATED BASE COURSES PART1- GENERAL l.l SUMMARY A. Section Includes ' 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the plans. ' B. Deviations from City of Fort Worth Standards l. None ' C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 31 23 23 - Fill 4. Section 32 11 23 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Lime. 1) Hydrated Lime a) Slurry: measure by the ton (dry weight) of the hydrated lime used to prepare the slurry at the job site. 2) Commercial Lime Slurry: measure by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 3) Quicklime. a) Dry: measure by the ton (dry weight) of the quicklime. b) Slurry: measured by the ton (dry weight) of the quicklime used to prepare the slurry. b. Lime Treatment. 1) Measure by the square yard of surface area. 2) The dimensions for determining the surface area are established by the widths shown on the plans and the lengths measured at placement. 2. Payment a. Lime: paid for at the unit price bid and full compensation for: 1) furnishing the material 2) all freight involved 3) all unloading, storing, and handling b. Lime Treatment: based on the work performed and placed and includes full compensation for: CITY OF FORT WORTH Ncighhorltood Su•�eis Contract 3B STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Citv Projecl No. 01225 Revised July I, 2011 32 1l?9-2 LIME TREATED BASE COURSES Page 2 oF 9 1) preparing the roadbed, 2) loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) ►nixing, shaping, sprinkling, compacting, finishing, curing and mlintaining 4) for manipulations required 5) and for all labor, equipment, fuels, tools and incidentals necessary to comp(ete the work. 1.3 REFERENCES A. Definitions l. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry forrn. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of slurry for wet placing. b. Grade S— finely graded quicklime for use only in the preparation of slurry for wet placing. B. Reference Standards l. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuc(ear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry l.a ADMINISTRATIVE REQUIREMENT5 [NOT USED] 1.5 ACTION SUBMITTALS [NOT U5ED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLA5 [NOT USED] 1.9 QUALITY ASSURANCE [NOT US�D] 110 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. CITY OF FORT WORTH Neighborlrood Sh•ee�s Caurac� �B STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Citv Project No. 0/225 Revised July 1, 20l l 321129-3 LIME TREATED BASE COURSES Page 3 of 9 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCT5 [NOT USED] 2.2 MATERIALS A. General l. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water b. solids portion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Table 2 Lime Chemical Re uirements Hydrated Commercial Lime Quicklime Lime Slur Total "active" lime 90.0 Min 87.0 Min content, percent by wei ht Unhydrated lime 5.0 Max 87.0 Min content, percent by weight Ca0 "Free Water" 5.0 Max content, percent by wei ht water CITY OF FORT WORTH Neighfiorltaod Su•ects Conn•nct .3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 0I225 Revised July l, 201 l 321129-d L1ME TREATED BASE COURSES Page 4 of 9 b. Physical Requirements Table 3 Lime Ph sical Re uirements Hydrated Commerciul Lime Quicklime Lime Slurr Wet Sieve Requirement, As percentage by Weight Itesidue• Retained on No. 6 sieve 0.2 Max 0.2 Ma�c 8.0 Max Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue• Retained on a 1-in sieve 0.0 Retained on a 3/4 —in sieve 10.0 Max Retained on a No. 100 Grade Ds — 80 Min sieve Crade S— no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max 1 The amount totat "active" lime content, as CaO, in the material retained on the [Yo. 6 sieve must not exceed 2.0% b wei ht of the ori inal uicklime. c. Slurry Grades Table d Lime Slurry Grades Minimum Dry Solids Contents b Percenta e of the Slurr Grade 1 31 Grade 2 35 Crade 3 �46 C. Flexible Base Courses: Fumish base material that meets the requirements of Section 32 11 26, for the type and grade shown on the plans, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Fill: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EYANIINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: CITY OF FORT WORTH Neighhorhood Su•ee�s Contrnc� ;iQ STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Citv Prnjer.! No. 0I225 Revised July 1, 20(1 321129-5 LIME TREATED E3ASE COURSES P�ge 5 of 9 a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment l. General: Provide machinery, too(s, and equipment necessary for proper execution of the work. 2. Rollers: a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment. a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurty when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment. a. Provide pulverization equipment that: 1) cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, 2) provides a visible indication of the depth of cut at all times, and uniformly mixes the materials. C. Pulverization. l. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, e;ccavate and windrow the material to expose a secondary grade to achieve processing to plan depth. D. Application of Lime. 1. Uniformly apply lime as shown on the plans or as directed. 2. Add lime at the percentage specified in plans. CITY OF FORT WORTH Neighhorhoad Sn�eets Conn•act 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl Na 01225 Revised July l, 20l t 321129-6 I,IMETREATED BASECOURSE3 Page 6 of 9 4. 5. 3. Apply lime on(y on an area where mixing can be completed during the same working day. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. Slurry Placement. a. Hydrated Lime 1) Mix Lime with water 1nd apply slurry 2) Appty Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the plans 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing. l. Begin mixing within 6 hours of application of lime. 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material 1nd lime is obtained, free from all clods and lumps. 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 6. Materials containing plastic clay or other materials that are not readi(y mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration 1nd proper moisture content. 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 1 l. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 5, Table 5 Gradation Re uirements (Minimum % Passing) Sieve Size Base i-3/4 in. 100 3/4 in. 85 No. 4 60 CITY OF FORT WORTH ;Vcighba•hood Sn•ec�s Connrc! i8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Prnjec� No. UI2Z5 Revised Jttly l, 201 l 321129-7 LIME TREATED BASE COURSES Page 7 of 9 F. Compaction. L Generat a, Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multip(e lifts are permitted when shown on the plans or approved. d. Bring each layer to the moisture content directed. 2. Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, over(apping on successive trips by at least one-half the width of the roller unit. b. On superetevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the (ime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section. a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. CITY OF FORT WORTH Neiyhborhood S�reels Cnnhnc� .3l� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec� No. 0I225 Revised July 1, 2011 321129-8 L(ME TREATED BASE COURSES Page 8 of 9 c, Reworking includes loosening, adding material or removing unacceptable materiat if necessary, mixing as directed, compacting, and Finishing. H. Finishing. 1. After completing compaction of the final course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. Z. Remove loosened material and dispose of at an approved location. 3. Roll the c(ipped surface immediatety with a pneumatic tire roller until a smooth s�irface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. I. Curing. 1. Cure for the minimum number of days shown in Tabte 6 and by finished pavement type: a. Concrete pavement: t ) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Tuble 6 Minimum Curin Re uirements Before Placin Subse uent Coursesl Untreated Material Curin (Da s) PI<_35 2 PI > 35 5 t. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test I. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In-place depth will be evaluated for each 500-foot roadway section CPCY OF FORT WORTH Nerghbor•lioo�! Su•eets Conn•act 36 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 01225 Revised July ►, 20l 1 321(29-9 L1ME TREATED BASE COURSES Page 9 of 9 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLO5EOUT ACTIVITIES [NOT U5ED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighha�haod SYreets Cann�nct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.r No. 01225 Revised Ju(y l, 2011 32 12 16 - i ASPHALT PAV [NG Page t of 23 SECTION 32 1216 ASPHALT PAVING PARTl- GENERAL 1.1 SUMMARY A. Construct a pavement layer composed of a compacted, dense-graded mixture of aggregate and asphalt binder for surface or base courses. B. Standard Detail 1. H.M.A.C. Pavement Construction Details C. Deviations from City of Fort Worth Standards 1. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 32 O1 17 - Permanent Asphalt Paving Repair 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Asphalt Pavement: measure by the square yard of completed and accepted asphalt pavement in its final position for various thicknesses and types. b. H.M.A.C. Transition: measure by the ton of composite hot mix. c. Asphalt Base Course: measure by the square yard of completed and accepted in its final position for various thicknesses. d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted in its final position. e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its final position. 2. Payment: Based on the work performed and all materials furnished and subsidiary work and materials include: a. shaping and fine grading the roadbed b. furnishing, (oading and unloading, storing, hauling and handling all materials including all freight and royalty c. traffic control for all testing d. asphalt, aggregate, and additive e. materials and work needed for corrective action, f. equiprnent, labor, tools g. trial batches, h. tack coat, i. removal and/or sweeping excess material. 1.3 REFERENCES A. Abbreviations and Acronyms CITY OF FORT WORTH NeigJtborhood Sireets Connnc� _�li STANDARD CONSTRUCI'ION SPECIF[CATION DOCUMENTS Citv Project No. 0l225 Revised July (, 2011 32 12 16 - 2 ASPHALT PAVING Page 2 of 23 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Qullity Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. National Institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices 3. ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphatt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary V iscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the P(asticity Index of Soils d. Tex 107-E, Determining the Bar Linelr Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse J• k. l. m a � Aggregates Tex-226-F, Indirect Tensile Strength Test Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures Tex-243-F, Tack Coat Adhesion Tex-244-F, Thermal profile of Hot Mix Asphalt Tex 280-F, Determination of Flat and Elongated Particles Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) Tex 408-A, Organic Impurities in Fine Aggregate for Concrete Tex 410-A, Abrasion of Coarse Aggregate using the Los Ange(es Machine C[TY OF FORT WORTH Nei�h6orlroad Sn•eets Conmac� 3fi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Projer.i Na 0/225 Revised July l, 20l 1 32 l2 l6 - 3 ASPHALT PAVING Page 3 oF 23 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Ptant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITION5 A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table 1. Table 1 Minimum Pavement Surface Tem eratures Minimam Pavement Surface Temperatures in De rees 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 55' 60' PG 76 or hi her 601 601 ��Contractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand held thermal camera or a hand held infrared thermometer operated in accordance with Tex-244-F to demonstrate to the satisfaction of the City that the uncompacted mat has no more than 10° F of thermal segregation. CITY OF FORT WORTH Nerghborhoo�! S�reets Conn•nct .�li STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Cily Prnject No. 0/225 Revised ]uly 1, 20t 1 321216-4 ASPHALT PAVfNG Page 4 of 23 2. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface 1re suitable in the opinion of the City. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General: 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. 4. When the CONTRACTOR makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at (east two times the nominal maximum aggregate size. B. Aggregate. General: a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by p(an note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the plans. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify CONTRACTOR test results. k. Stockpile aggregates for each source and type separately and designate for the City. l. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. CITY OF FORT WORTH Neighhorl�oocl S�reels Contrcic� .38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crly Prnjer.� No. 0l225 Revised July 1, 20l I SAC Deleterious Table 2 A�gregate Quality A ty Coarse A��r max liecancacion, percenc, max Micro-Deval abrasion, percent, max Los Angeles abrasion, percent, max Magnesium sulfate soundness, 5 cycles, percent, Coarse aggregate angularity, 2 crushed faces, percent, min Flat and eloneated narticles @ 5:1, percent, max 321216-5 ASPHALT PAVING Page 5 of 23 Test Method Tex-217-F, Part I Tex-217-F, Part II Tex-461-A Tex-410-A max Tex-411-A Tex 460-A, Part I Tex-280-F Fine A re ate Linear shrinkage, percent, max Tex-107-E Combined A re ate Sand equivalent, percent, min Tex-203-F i. Not used for acceptance purposes. Used by the City as an indicator of the need for 2. Unless otherwise shown on the ptans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. As shown on 1.5 1.5 Note 1 40 3�� 853 10 3 45 investigation. m. Coarse Aggregate. 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size shou(d not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from nonlisted sources only when tested by the City and/orapproved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for nonlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the ' No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. 9) When blending, do not use Class C or D aggregates. 10) For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. I 1) Provide coarse aggregate with at least the minimum SAC shown on the plans. 12) SAC requirements apply only to aggregates used on the surface of travel ' lanes, unless otherwise shown on the plans. n. RAP is satvaged, milled, pulverized, broken, or crushed asphalt pavement. 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20l 1 Neighbor(iaod Slr•ee�s Cwm�nc! 3B Citv Yrnject No. 0I225 32 12 16 - 6 ASPHALT PAVING Page 6 of 23 2) Use no more than 20 percent RAP on TYPE B H.M.A,C. unless otherwise shown on the plans. 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch sieve. 4) RAP from either CONTRACTOR or City, including RAP generated during the project, is permitted only when shown on the plans. 5) City-owned RAP, if allowed for use, will be available at the location shown on the plans. 6) When RAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the plans. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the plans. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticity index using Tex-106-E if the decantation value exceeds Spercent. 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle CONTRACTOR-owned RAP stockpiles with City- owned RAP stockpiles. 15) Remove unused CONTRACTOR-owned RAP material from the project site upon completion of the project. 16) Return unused City-owned RAP to the designated stockpile location. o. Fine Aggregate. 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. 6) With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in T1ble 2, unless otherwise approved. 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). CITY OF FORT WORTH Nnr,qhborhood Sh�ee�s Cann•nc! 3If STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS City Prnjer.� No. Ul225 Revised July I, 201 I 32 t 2 l6 - 7 ASPHALT PAVING Page 7 of 23 T�ble 3 Gradation Re uirements for Fine A re at percent Passing by Weight or 5ieve Size Volume 3/8" 100 #8 70-100 #200 0-30 2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2 percent hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: a. is sufficiently dry, free-flowing, and free from clumps and foreign matter; b. does not exceed 3 percent linear shrinkage when tested in accordance with Tex-107-E; and meets the gradation requirements in Table 4. Table 4 Gradation Re uirements for Mineral Filler percent Passing by Weight or 5ieve Size Volume #8 l00 #200 55-100 3. Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment may be reintroduced into the mixing drum. 4. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt binder specified as follows: a. Performance-Graded Binders. PG binders must be smooth and homogeneous, show no separation when tested in accordance with Tex-540-C, and meet Table 5 requirements. CITY OF FORT WORTH Neighbor•lrood S�reets Co�tn•ac� .�I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project �Vo. 0I225 Revised July l, 20l l �� � � �i � O �� � � a � c�� F, �a M ,� a x a d 'n a d � � ` F � c a � � a Q 00 � �o 0 N /� t` I I� 00 C'� �� °O � N o� � 01 a � � ^ �o 0 � M � M O O �p c�! � %� � �D � � � � � �'' �� v n �i � � �n � � , ^ �p O ,� m h M �D L�i C7 00 � o0 0 a� o �;� n c�i �n � �� o o � o U o � � � � p" �� v � �i � � o ' � � e�,� � � ir aJ � � �O � i py n � � I `. � z � W � � � � n r`t, � O i M � � � oo � oo � o � �i n �i M w ! � � � � � � � p,� c�l � �y �-i I �`� /� ri F4 E � ' O � � � � ' � ' `o I + n .� � a n � M � (�i � � � �i � n � � � � a N /� N � � U � a a � � U o � � � � o '� a� � � A" ti � � � � � � � � � � � z a °' � � o � � � o o+-�+ .—w v � � �"' a � � pp � � (�3 F aa q � t-� '� bU ��"� �-�+ M� N �D V M�� N vi a � � �� � � r� � � � � Q � H � � � o G H c" o � ^ a. a�i a'�i �.�; Q. a� -d > 'v a� v 'b ai ,.� E" cn �" � o F' N..' � O I� t-� � G � +-� V vi .� .-� {:y b�A i.a. > O •• �~' N U � ~ 1 N cd cd •y � '� ,;F O .�i .yF � � � cd O � � U` H � . 'r�' c� � � F"� ¢ � � w � Q w � � Q � � �i ti �i v � ^�'' o j L U � ��� �. �� �v 0 � H w � � U O Ca z 0 d � w a � z 0 U F� �i 3z F � p� U � � � Q � H U v� �z � `O o �� Q rn --� a � �� �, � M � 0. a � "U '� b O �.Vi � � Cd F 00 �J o0 00 N rl �� � t`) � 00 N �n (�l �! a U �� �" � � �� , , � a � � . C � �� � � p O w � M � N N "� i i i 0 C � �) � � � �C � `� N � i � i � a a � N ~ �� 3 � � � .n �O oo � i �� � � 'b .� d' '�I' OO b M � N f�l a A m v,�. oo N N o0 00 8 Q O � � � � O a � �l'�N � � a � � ,_r � � y � � � � � i � `D f�7 °O � a , a c�� � �o 0 a a j M � � N N � � a ~ � y 00 W �� 00 00 � d. N V7 �y � � � � � � � n, � A � a �, � ,,, N N � N � N •-' •-� .� M � �J � � � Fti ) � v � � y ;' � N � � p � U o� � c�n � N N ' � � ~ '� 00 r�h� 00 N o0 00 c� V �� a N 'i i� bA a �� N � N N y� N N � .� +� � � � Y � o � U ° ,r� '� o � °� a � o � � � � � � � � a� �� ..� U o � � � � •� i H �; o Ua • o @1 ~ @j ; . '�- � a� � � o N �; ' � a> 2 � � X � � � � `�! � � H � c� � .r�. H M A � � +"'+ " � � � � � `� � 7�i E ``�' - 7 � `��' ``' ai � q � � a ; � � � � � � � � � � � � � � �°. � � � � •`� � > � � � � c ' �" ��� �7H N� �H YwH e: cd � V � P�, �i U Ga a : � � n .� w .`�" c. a ,� .. a o o � w �`5 � � � ay v • G �U V Q ~ �~y � N �U.� � •^d M '� � '�y O F' O ro � � y '� b � � a ,� C� � � w .� � T a `� p v0 � � � � � '� � O �U � � � � ,[, ti .a � �v a o � � � � � o U � o [ � 6 � o � ° � � � �'� A o .� � 0 .� a�i V (�I p. � '� � p � F .� O > � o '�'a° .b o �, � � .ti ld V �) ��y � �3' t"' � 7 � u o '� � w q ,� '� � n � °oo 3 ❑ a CLy �.� � U � � y N W u �~ �.� �:� � � �. ,� � .'� � u � � ,n ,g � .� v �' � U T7 7Z � �b b a A � � �, � 4' �+ >. g Aq .O t�u � C7 �d o �a �� � � N .6q bq �" O �� .�b v� y �.4 �a �� � N O O 'U '� b � p � .D � X"•n ��y � J ;� y .`" �o ° N �� V .,.N� N�+ � � ' � ' y � � O w 3 a`'i � � °' yy � �, � 3 'J� O�� � � � � `3° °v b v �a" N �� �� ,� � � 'ti � � �ia ;� a a o � a��i •`� v qo w y,ra �,y � � �`�d A �" .� � [ � C � � o � �Q 'U ° .� �`� Qa° �f >q, rn ' .9 ^�' q � O O Q � 7'�i y" ° V v a.d � a ti �� ��n+ O • � b � � c3 'C �' � � �n p. � M C4 ,0 �' �� N w+ A c A�'�'�".��°��a � a '�..» � o� � �.S � a � a y p � � � :�� o o y zA � � > 7�.� �,�.`� ,�n.•q " a v ° a � � :� � a �v g � .n v � � � � � � � o � '�d � a� .� � V p y A� ) � ° U � � '� .� � '� ' aQi p°�•n o a v� �i a�i � (� p N td V O .L! q a v o0 �'� �,� 3 y�� 3'� .� H�' .�. �'� � q a v ;��o�o�.a y �.T,p .`�,�� ��� U,� `� V, � °n tz' � `� `,� �, ±(�i Vl M N fd d' u Vl �O 4 � nl �, N Q O .- O U 2 C, ' :l .� � � �y �v .� � � W � � U A O Q V � w a z O F� C.�' OvFi� F O O x�� OO � >, y � A '� ���' ��a 32 l2 16 - 10 ASPHALT PAVING Page 10 of 23 0 2 b. Separation testing is not required if: 3 I) a modifier is introduced separately at the mix plant either by injection in the 4 asphllt 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 sampting 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. l2 l3 14 15 1C 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 6. Additives. a. General: 1) When shown on the plans, use the type and rate of additive specified. 2) Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. b. Liquid Antistripping Agent. 1) Furnish and incorporate all required asphalt antistripping agents in asphalt concrete paving mixtures and asphalt-stabilized base mixtures to meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows no evidence of crystallization, settling, or separation. 3) Ensure that all liquid antistripping agents arrive in: a) properly labeled and unopened containers, as shipped from the manufacturer, or b) sealed tank trucks with an invoice to show contents and quantities. c) Provide product information to the City including: (1) Material safety data sheet (2) Specific gravity of the agent at the manufacturer's recommended addition temperature, (3) Manufacturer's recommended dosage range, and (4) Handling and storage instructions. 4) Addition of lime or a liquid antistripping agent at the Mix Plant, incorporate into the binder as follows: a) Handle in accordance with the manufacturer's recommendations. b) Add at the manufacturer's recommended addition temperature. c) Add into the asphalt line by means of an in-line-metering device. c. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of ineter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gal. or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 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 Ncighborhood Sh•ecls Conh•nct �f� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Nrnjed No. 0I225 Revised July 1, 201 l 1 2 3 4 5 6 32 12 16- 11 ASPHALT PAVING Page 11 of 23 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Pro erties Sieve B C D S�ZQ Fine Coarse Fine Base Surface Surface 1-1/2" - - - 1" 98.0-100.0 - - 3/4" 84.0-98.0 95.0-100.0 - 1/2" - - 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #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 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Desi n VMA ercent Minimum - 13.0 14.0 15.0 Plant-Produced VMA ercent Minimum - 12.0 13.0 14.0 l. Voids in Mineral Aggregates. 7 8 9 10 I1 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 Table 7 I1�Iixture D� Property Test Requirement Method Tar et laborato -molded densit , ercent Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93 Tex-226-F 85-2002 ercent ±1 ercent densit ) Boil test Tex-530-C - l. 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. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is atlowed for use at the CONTRACTOR's option unless otherwise shown on the plans. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. C1TY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July I, 20I 1 Neighborhood Stree�s Conn�nc� ,�B Ci�y Pi•ojer.t No. 01225 32 l2 16 - 12 ASPHALT PAVING Page I 2 of 23 t �3 d. When WMA is not required as shown on p(ans, 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 CYAMINATION [NOT USED] 9 3.3 PREPARATION l0 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. l2 (3 14 15 16 17 18 2. When a release agent is necessary to coat truck beds, use a re(ease agent approved by the City. 3. Petroleum based products, such as diesel fuel, should not be used. 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or cover the truck bed with tarpaulin. 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Equipment. 1. General: a. Provide required or necessary equipment to produce, haul, place, compact, and core asphalt concrete pavement. b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment: a. Provide: 1) drum-mix type, weigh-batch, or modified weigh-batch mixing plants that ensure a uniform, continuous production; 2) automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions; 3) visible readouts indicating the weight or volume of asphalt and aggregate proportions; 4) safe and accurate means to take required samples by inspection forces; 5) permanent means to check the output of inetering devices and to perform calibration and weight checks; 6) additive-feed systems to ensure a uniform, continuous material flow in the desired proportion. 3. Weighing and Measuring Equipment. a. General. 1) Provide weighing and measuring equipment for materials measured or proportioned by weight or volume. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIviENTS E2evised July l, 201 I Ner,qhhorltood Slreets Connncl ?8 Ci�v Projec� No. 0I225 32 12 t6 - 13 ASPHA[.T PAVING Page l3 of 23 1 2 3 4 5 6 7 8 9 l0 11 12 l3 l4 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 0 2) Provide certified scales, scale installations, and measuring equipment meeting the requirements of NIST Handbook 44, except that the required accuracy must be 0.4 percent of the material being weighed or measured. 3) Furnish leak-free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales. 1) Furnish platform truck sca(es capable of weighing the entire truck or truck— trailer combination in a single draft. c. Aggregate Batching Scales. 1) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper. 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales. 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. f. Asphalt Material Meter. 1) Provide an asphalt material meter with an autornatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of ineter output for asphalt primer, fluxing material, and (iquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. Drum-Mix Plants. Provide a mixing plant that complies with the requirements below. a. Aggregate Feed System. 1) Provide: a) a minimum of 1 cold aggregate bin for each stockpile of individual materials used to produce the mix; b) bins designed to prevent overflow of material; c) scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials; d) a feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer; e) an integrated means for rnoisture compensation; t� belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate; and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juty l, 2011 Neighho�•hood Streels Carttrnct �B Citv Prnject No. 0/225 3z iz ib - ia ASPHALT PAVING Page l4 of 23 t g) cold aggregate bin flow indicators that automatically signal interrupted 2 material flow. 3 b. Reclaimed Asphalt Plvement (RAP) Feed System. 4 I) 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 supp(y of mineral filler to plant production and t0 provide a consistent percentage to the mixture. l t d. Heating, Drying, and Mixing Systems. 12 1) Provide: 13 a) a dryer or mixing system to agitate the aggregate during heating; l4 b) a heating system that controls the temperature during production to IS prevent aggregate and asphalt binder damage; 16 c) a heating system that completely burns fuel and teaves no residue; and 17 d) a recording thermometer that continuously measures and records the t S 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 accurltely 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 � total weight of the (oad, 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 5cales. 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 Neiglthor•haod Sh•ecls Conn•nc! iB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Project Na 01225 Revised Jtdy t, 20l t t 2 3 � 5 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 � 32 12 16 - IS ASPHALT PAVING Page I 5 of 23 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. b, Aggregate Weigh Box and Batching Scales. 1) Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. c. Asphalt Binder Measuring System. 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer. 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period. 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. Modified Weigh-Batch Plants. Provide a mixing plant that comp(ies with Section 2.2.B.5. "Weigh-Batch Plants," except as specifically described below. a. Aggregate Feeds. 1) Aggregate control is required at the cold feeds. Hot bin screens are not required. b. Surge Bins. 1) Provide 1 or more bins large enough to produce 1 complete batch of mixture. c. Hauting Equipment. 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment. 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. 7. Asphalt Paver. a. General: 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. 4) Equip the paver with an automatic, dual, longitudinal-grade control system and an automatic, transverse-grade control system. b, Tractor Unit. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I Neighhorltood Sireets Conn�acf 3/3 Citv Projecl No. 01225 32 12 16 - 16 ASPHALT PAVING Pnge 16 of 23 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 l5 l6 17 18 l9 20 21 22 23 24 25 26 1) Supply a tractor unit that can push or propel vehicles, dumping directly into the finishing machine to obtain the desired lines and grades to eliminate any hand finishing. 2) Equip the unit with a hitch sufficient to maintain contact between the hauling equipment's rear wheels and the finishing machine's pusher rollers while mixture is unlolded. c. Screed. 1) Provide a heated compacting screed that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Screed extensions must provide the same compacting action and heating as the main unit unless otherwise approved. d. Grade Reference. 1) Provide a grade reference with enough support that the maximum deflection does not exceed 1/16 inch between supports. 2) Ensure that the longitudinal controls can operate from any tongitudinal grade reference including a string line, ski, mobile string tine, or rnatching shoes. 3) Furnish paver skis or mobile string line at least 40 feet long unless otherwise approved. 8. Material Transfer Devices. a. Provide the specified type of device when shown on the plans. b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt paver. c. When used, provide windrow pick-up equipment constructed to pick up substantially all roadway mixture placed in the windrow. 2'7 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 35 36 37 38 39 40 4l 42 43 44 45 �46 47 48 49 1 l. Handheld Infrared Thermometer. a. Provide a handheld infrared thermometer meeting the requirements of Tex-244-F. 12. Rollers. a. The CONTRACTOR may use any type of ro(ler to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment 1nd furnish the specified equipment if the desired resutts are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised 7uly I, 20l ( Neighborlfood Streets Conn•nc! 3B Cilv Projeci No. Ul225 32 12 l6 - 17 ASPHALT PAV ING 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 shoutd 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. l4 a. When coring is required, provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 17 18 B. Construction. Design, produce, store, transport, place, and compact the specified paving mixture 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 �5 C. Production Operations. l. General. a. The City may suspend production for noncompliance with this Section. b. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 2. Operational Tolerances. a. Stop production if testing indicates tolerances are exceeded on: 1) 3 consecutive tests on any individual sieve, 2) 4 consecutive tests on any of the sieves, or 3) 2 consecutive tests on asphalt content. b. Begin production only when test results or other information indicate, to the satisfaction of the City, that the next mixture produced will be within Table 9 tolerances. 3. Storage and Heating of Materials. a. Do not heat the asphalt binder above the temperatures specified in Section 2.2.A. or outside the manufacturer's recommended values. b. On a daily basis, provide the City with the records of asphalt binder and hot- mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixture for a period long enough to affect the quatity of the mixture, nor in any case longer than 12 hours. 4. Mixing and Discharge of Materials. a. Notify the City of the target discharge temperature and produce the mixture within 25 degrees F of the target. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July l, 20l l Nei�hborhoo�l Sn�eets Conn•ac! .iti City Project No. 0l225 32 12 16 - 18 ASPHALT PAV WG Page 18 of 23 1 2 3 4 5 6 7 8 9 t0 11 12 13 14 15 16 17 l8 19 20 21 � c. Monitor the temperature of the material in the truck before shipping to ensure [hat it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 350 degrees F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. � D. Placement Operations. 1. Place the mixture to meet the typical section requirements and produce a smooth, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6, Hand-placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 9, unless otherwise shown on the plans or allowed. 22 Table 9 23 Com acted Lift Thickness and Re uired Core Hei Com acted Lift Thickness Mixture Type Minimum Maximum : 11 11 � �� �� � / 11 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 9. Tack Coat. a. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneumatic-tire roller when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. g. The City may suspend paving operations until there is adequate adhesion. h. The tack coat should be placed with enough time to break or set before applying hot mix asphalt layers. i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 l Neighborhood Slreels Contrnc1.3I3 Ciry Project No. 01225 32 I2 16 - I9 ASPHALT PAVtNG Page 19 of 23 i 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. S a. Mlterial should be delivered to maintain a relatively constant head of materiat 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. t0 E. Lay-Down Operations. l i 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 l7 Su ested Minimum Mixture Placement Tem eral High-Temperature Minimum Placement Binder Grade Temperature (Before Enterins Paver PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or hi�her 290°F 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 F. Compaction. 1. Use air void control unless ordinary compaction control is specified on the plans. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. 3. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. 4. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 6. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 inches. 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. 8. The City may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. 9. A(low the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. 10. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Nei,Qhborhood Streefs Conn•ac! .3Q City Projer.t No. 0l225 32 12 16 - 20 ASPHALT PAVING Page 20 of 23 l l l. Air Void Control. 2 a. Generai. 3 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 4 �ercent in-pllce air voids. S 2) Do not increase the asphalt content of the mixture to reduce pavement air f voids. b. t0 11 l2 13 t4 IS l6 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 44 45 46 47 48 �9 50 c. .� Rollers. 1) Furnish the type, size, and number of rollers required for comp�ction, as approved. 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on the plans. 3) Use additional rollers as required to remove any roller marks. Air Void Determination. 1) Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the City for in-place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in-place air voids at the selected location. Air Voids Out of Range. 1) If the in-place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in-place air void content within requirements. Test Section. 1) Construct a test section of 1 lane-width and at most 0.2 mi. in length to demonstrate that compaction to between 5 percent and 9 percent in-place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in- place air voids can be produced. 3) The City will atlow only 2 test sections per day. 4) When a test section producing satisfactory in-place air void content is placed, resume full production. 12. Ordinary Compaction Control. a. Furnish the type, size, 1nd number of rol(ers required for compaction, as approved. Furnish at least 1 medium pneumatic-tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rotling pattern. e. Compact the pavement to meet the requirements of the plans and specifications. f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. g. Proceed tow�rd the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. h. Make alternate trips of the roller slightly different in length. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Neiy/tborhoo�l Str•eels Contract 36 Ciry Yrojec! No. Ol225 32 12 IC> - 21 ASPHALT PAVING Page 21 of 23 1 2 i. On supere(evated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. 3 4 5 6 7 8 9 t0 il l2 13 14 l5 l6 17 18 19 20 21 22 G. Irregularities. l. Identify and correct irregularities including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. 2. The City may also identify irregularities, and in such cases, the City shall promptly notify the CONTRACTOR. 3, If the City determines that the irregularity will adversely affect pavement performance, the City may require the CONTRAC'I'OR to remove and replace (at the CONTRACTOR'S expense) areas of the pavement that contain the irregularities and areas where the mixture does not bond to the existing pavement. 4. If irregularities are detected, the City may require the CONTRACTOR to immediately suspend operations or may a(low the CONTRACTOR to continue operations for no more than 1 day while the CONTRACTOR is taking appropriate corrective action. 5. The City may suspend production or placement operations until the problem is conected. 6. At the expense of the CONTRACTOR and to the satisfaction of the City, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. 23 3.5 REPAIR 24 A. See Section 32 Ol 17. 25 3.6 QUALITY CONTROL 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �40 41 �2 43 44 A. Production Testing 1. Perform production tests to verify asphalt paving meets the performance standard required in the plans and specifications. 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identifies location of cores. a. Minimum core diameter: 4 inches b. Minimum spacing: 200 feet c. Minimum of one core every block d. Alternate lanes between core 4. City to use cores to determine pavement thickness and calculate theoretical density. a. City to perform theoretical density test a minimum of one per day per street. B. Density Test 1. The average measured density of asphalt paving must meet specified density. 2. Average of ineasurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the CONTRACTOR'S expense as show in Table 1 l. Neighborhaod Sn�eets Contracl.�B Citv Prnject Na 0/225 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20l l 32 12 t 6- 22 ASPHALT PAVMG Page 22 of 23 l 2 3 4 5 6 7 8 9 l0 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 T��ble 11 Densit Pa ment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of CONTRACTOR as directed b OWNER, 90 75- ercent 91-93 100- ercent 94 90- ercent 95 75- ercent Over 95 remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 4. These requirements are in addition to the requirements of Section 1.2 Measurement and Payment. C. Pavement Thickness Test. l. City measure each core thickness by averaging at least three measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR'S expense. , 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5, Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. Tabte 12 Thickness Deficiency Penalties Deticiency in Thickness Determined by Cores Greater Than 0 percent - Not More than 10 percent Greater Than 10 percent - Not More than 15 percent Greater Than LS percent C� 7. Proportional Part Of Contract Price 90 percent 80 percent remove and replace at the entire cost and expense of CONTRACTORas directed by OWNER. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with asphalt paving of the thickness shown on the plans. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20I 1 Nnighl�or•hood Slreets Conn�nct .?Q Ciry Prnjer.l No. 0I225 32 12 l6 - 23 ASPHACI' PAVING Page 23 of 23 t 2 3 4 5 6 7 8 � � 3.7 rIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July l, 20l l Nnighbaltood Strecls Contract .�13 Cttv Prajerr No. (7l225 32 13 l3 - I CONCRETE PAVING Page t of 21 S�CTION 32 13 13 CONCRETE PAVING PART1- GENERAL 1.1 5UMMARY A. Section includes finished pavement constructed of portland cement concrete including monolithically poured curb on the prepared subgrade or other base course. B. Standard Details. l. Reinforced Concrete Pavement Construction Details. C. Deviations from City of Fort Worth Standards. 1. None. D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 Ol 29 - Concrete Paving Repair. 4. Section 32 13 73 - Concrete Paving Joint Sealants. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment. 1. Measurement: measured by the square yard of completed and accepted pavement in its final position and measured from back of curb for various classes and thicknesses. 2. Payment: based on the work performed and all materials furnished for concrete paving. Subsidiary work and materials include: a. shaping and fine grading the roadbed b. furnishing and applying all water required c. furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved d. mixing, placing, finishing and curing all concrete e. furnishing and installing all reinforcing steel f. furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the plans g. sealing joints h. monolithically poured curb i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary to complete the work. 1.3 REFERENCES A. Reference Standards. CITY OF FORT WORTH Ner,ghborhood Sn�eets Conn•ac! 3B STANDARD CONSTRUC'I'[ON SPECIFICAT[ON DOCUMENTS Ciry Project No. 0/225 Revised July l, 20I I 321313-2 CONCRETE PAV [NG Page 2 of 2l 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 specificalty cited. 2. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. d. e. g� h. i. J• k. 1. m � � C33, 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/C94M, Standard Specifications for Ready-Mixed Concrete C 150, Portland Cement C156, Water Retention by Concrete Curing Materials C 172, Standard Practice for Sampling Freshly Mixed Concrete C260, Air Entraining Admixtures for Concrete C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 C494, Chemical Admixtures for Concrete, Types "A", "D", "F" 1nd "G" C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete C 1064, 5tandard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTAL5 A. Mix Design: submit for approval. See Item 2.4.A. CITY OF FORT WORTH Nr ighl�or•hood Sn•eers Conn•nct 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Prnjec� No. 01225 Revised July I, 2011 321313-3 CONCRETE PAVING Page 3 of 2l 1.7 CLOSCOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNiITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions. 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C 1064 at point of placement. 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cementitious Material: ASTM C 150. B. Aggregates: ASTM C33. C. Water: ASTM C 1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air-Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF FORT WORTH Ncigh6o�•hood Sn•eets Conn•nct 3l� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Project No. 0l22� Revised July l, 201 I 3z i3 i3-a CONCRETE PAVING Page 4 of 2l G. Dowels and Tie Bars. t. Dowel and tie bars: ASTM A615. 2. Dowel Caps. a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowe( bars shatl be of the length shown on the plans and sha(1 have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for powet and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpso� Strong Tie SpecPoxy 3QOOFS SpecChem b. Epoxy Use, Storage and Handling. 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and wlrnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components; b) Br1nd name; c) Name of manufacturer; d) Lot or batch number; e) Temperature range for storage; t� Date of manufacture CITY OF FORT WORTH Neighborlfaod S�reets Conn•nct 3!� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. Ot 225 Revised July l, 20l 1 321313-5 CONCRETE PAVING Page 5 of 2l g) Expiration date; and h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs. 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or CONTRACTOR'S personnel walking on the reinforcing bars. 2. Bar chairs may be made of inetal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler. l. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the plans or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) 7oint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the plans; the width shall be not less than that shown on the plans, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials. l. Membrane-Forming Compounds. CITY OF FORT WORTH NcighBorhood S�rec�s Conn•nc� 3!� STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Cily Yrnjec� No. 0l225 Revised July 1, 20l 1 321313-6 CONCRETE PAV (NG Page 6 of 2l a. Conform to the requirements of ASTM C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound sha(l produce a firm, continuous uniform moisture-impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious film without running off or appreciably sagging. e. It shall not disintegrate, check, peel or crack during the required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. g. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be corre(ated. h. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane-forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Mix Design 1. Concrete Mix Design and Control. a. At least 10 calendar days prior to the start of concrete paving operations, the CONTRACTOR shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall produce a quality concrete complying with these specifications and shall include the following information: 1) Design Requirements and Design Summary. 2) Material source. 3) Dry weight of cemendcu. yd. and type. 4) Dry weight of fly ash/cu. yd. and type, if used. 5) Saturated surface dry weight of fine and coarse aggregates/cu. yd. 6) Design waterlcu. yd. 7) Quantities, type, and name of admixtures with manufacturer's data sheets. 8) Current strength tests or strength tests in accordance with ACI 318. 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests. 10) Fineness modulus of fine aggregate. 11) Specific Gravity and Absorption Values of fine and coarse aggregates. 12) L.A. Abrasion of coarse aggregates. c. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. d. No concrete may be placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete. CITY OF FORT WORTH Ncighborltoad Sh•eets Cnntrnct 3fi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crtv Projec� No. 01225 Revised July l, 20l 1 321313-7 CONCRETE PAVING Page 7 of 21 Q a. Consistency. l) In generat, the consistency of concrete mixtures shall be such that: a) mortar shall cling to the coarse aggregate, b) aggregate shall not segregate in concrete when it is transported to the p(ace of deposit, c) concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow, d) concrete and mortar shall show no free water when removed from the 2) 3) 4) 5) 6) 7) mixer, e) concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal, and � surface of the finished concrete shall be free from a surface film or laitance. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum lmount. The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. Excessive bleeding shall be avoided. If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the CONTRACTOR may use, or the City may require, an approved cement dispersing agent (water reducer); or the CONTRACTOR shall furnish additional aggregates, or aggregates with different characteristics, or the CONTRACTOR may use additional cement in order to produce the required results. The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. The CONTRACTOR is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actua(ly incorporated in the pavement. Standard Class. 1) Unless otherwise shown on the plans or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table. CITY OF FORT WORTH Ncighborhood Sn�eets Contrac� �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci�y Project No. 01225 Revised July l, 20l 1 321313-8 CONCRETE PAVING Page 8 oF 21 �tandard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete� Cementitious, Compressive, Water/ Aggregate Lb,/CY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 L-1/2 H 564 4500 0.45 1-1 /2 L All exposed horizontal conerete shall have entra�neu-a�r. 2. Minimum Compressive Strength Required. 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. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete� Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. Slump. 1) Slump requirements for pavement and related concrete shall be as specified in the following table. Concrete Pavement Sl Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Sli -Form/Form-Ridin Pavin 1-1/2 Hand Formed Pavin 4 Sidewalk, Curb and Gutter, Concrete 4 Valley Gutter and Other Miscellaneous Concrete 2) No concrete sha(1 be permitted with slump in excess of the maximums shown. CI'I`Y OF FORT WORTH Neighhorhoad S�reets Co��n•nc� �B STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Ciry Prnjer.t Na. 01225 Revised July l, 201 l 321313-9 CONCRETE PAVING Page 9 of 21 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. PART 3 - EYECUTION 3.1 INSTALLERS [NOT US�DJ 3.2 EYAMINATION [NOT USED] 3.3 PREPARATION [NOT U5ED] 3.4 INSTALLATION A. Equipment l. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine-Laid Concrete Pavement a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip-Form Paver. 1) Slip-form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip-Form Paver if paver requires over-digging and impacts trees, mailboxes or other improvements. 4. Hand-Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand-laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M.City shatl have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15°Io and 85% of the load. CITY OF FORT WORTH Nei�hhorhood Sn•eets Cann•uc� �I3 STt1NDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 01225 Revised July 1, 2011 32 13 13 - 10 CONCRETE PAVING Page l0 of 21 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3. Delivery. a. De(iver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets. a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier. 2) Serial number of ticket. 3) Date. 4) Truck number. 5) Name of purchaser. 6) Specific designation of job (name and location). 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications. 8) Amount of concrete in cubic yards. 9) Time loaded or of first mixing of cement and aggregates. 10) Water added by receiver of concrete. 11) Type and amount of admixtures. C. Subgrade 1. When manipulation or treatment of subgrade is required on the plans, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines 1nd grades shown on the plans or established by the City. 3. Atl holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at (east 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. CiTY OF FORT WORTH Neig/thorhoocl S�reels Conh�ac� 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July 1, 2011 321313-It CONCRETE PAVING Page l l of 2l 9. The CONTRACTOR shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the CONTRACTOR shall maintain the subgrade moisture and density in accordance with this Section. 1 l. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D. Placing and Removing Forms l. Placing Forms a. Forms for machine-laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or defiection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at (east 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand-laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. ' 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. ' c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH Nerghborhaor! S'�reels Conu•ac� �f3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project �Vo. UI225 Revised July l, 2011 32 13 t3 - 12 CONCRETE PAVING Page 12 of 2l d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse constniction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavernent. E. Placing Reinforcing Steel, Tie, and Dowel Bars L General. a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the plans. b. Alt reinforcing steet shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the plans. c. Reinforcing bars sha(1 be securely wired together at the alternate intersections and atl splices and shall be securely wired at each intersection dowel and load- transmission unit intersected. d. Atl bars shall be installed in their required position as shown on the plans. e. The storing of reinforcing or structural steel on completed roadway slabs genera(ly shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices. a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for minimum lap of sp(iced bars where not specified on the documents 3. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the plans. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the plans and shall be 1pproved by the City prior to extensive fabrication c. After the reinforcing stee( is securely installed above the subgrade as specified in plans and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. 4, Installation of Dowel Bars a. Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets. 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps. 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. 5. Tie B1r and Dowet Placement. a. Place at mid-depth of the pavement slab, parallel to the surface. b. Place as shown on the plans. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the plans. CITY OF FORT WORTH Neighl�orhood SYi•ecls Conn•ncl 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01225 Revised July l, 2011 32 13 l3 - 13 CONCRETE PAVING Page 13 of 21 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. S) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the plans or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions. a. The width of the joint shall be shown on the plans, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the plans. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints. a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the plans, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de-bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the p(ans. 6. Transverse Contraction Joints. a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the plans. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the plans. C[TY OF FORT WORTH Neighhorhoad Streets Contrncl.�l3 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Citv Project No. 01225 Revised July l, 2011 3z �s i3 - ia CONCRETE PAV [NG Page 14 of 2 t f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool welther conditions. g. If sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints. a, Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of inetal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. 8. Longitudinal Construction Joints. a. Longitudinal construction joints shall be of the type shown on the plans. 9. Joint Filler. a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the plans. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the plans. h. After the removal of the side forms, the ends of the joints at the edges of the s(ab shall be carefully opened for the entire depth of the s(ab. 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details and as specified in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer's recommendations as specified in Section 32 13 73. G. Placing Concrete CITY OF FORT WORTH Neishba•hoad Sh•eets Conn•act 3B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Cilv Project No. 0/225 Revised July l, 20l 1 32 t3 13 - IS CONCRETE PAV ING Pagc I 5 of 21 l. 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. Tem erature — Time Re uirements Concrete Temperature Max Time — minutes Max Time — minutes (at oint of lacement) (no retardin a ent) (with retardin a ent)1 Non-A itated Concrete All tem eratures 45 45 A itated Concrete Above 90°F Time may be reduced by 75 Cit Above 75°F thru 90°F 60 90 75°F and Below 60 120 i tvormai uosage ot retarcier. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing. a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing l. 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 Ncighha�hood S�re�ts Connact:?!� STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENT3 Citv Project No. Ol225 Revised July l, 201 t 32 13 l3 - l6 CONCRETE PAVING Page l6 of 2l b, Edging. t) The edges of slabs and all joints requiring edging shlll be carefully tooled with an edger of the radius required by the plans at the time the concrete begins to take its "set" and becomes non-workable. 2) All such work shall be left smooth and true to lines. 2. Hand. a. Hand finishing permitted only in intersections and areas inaccessible to a finishing machine. b. When the hand method of striking off and consolidating is permitted, the concrete, as soon as placed, shall be �ipproximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown on the plans. c. A slight excess of material sha(1 be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein. I. Curing l. The curing of concrete pavement shall be thorough and continuous throughout the entire curing period. 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the CONTRACTOR. 4. If any selected method of curing does not afford the desired resttlts, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. S. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing so(ution. 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11. CONTRACTOR shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs l, Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. CITY OF FORT WORTH Neighborltood Sn•eels Contrncl 3!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projer.l No. 0I225 Revised July l, 20l 1 32 l3 t3 - 17 CONCRETE PAVING Page l7 of 21 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the plans. 4. A(1 exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving l. Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the plans, and with the following additional provisions: a. Alley paving shall be constructed to the typical cross sections shown on the plans. b. Transverse expansion joints of the type shown on the plans shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the plans. d. Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be provided at location indicated on the plans or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. 3.5 REPAIR A. Repair of concrete pavement concrete shall be consistent with paving details and as specified in Section 32 O1 29. 3.6 RE-INSTALLATION [NOT USEDJ 3.7 SITE QUALITY CONTROL A. Concrete Placement Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the plans. CI'I'Y OF FORT WOR1'I-I Ncighhor•lfood Sn-eets Contract 3l3 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Ciry Projecl Nn. O/225 Revised July l, 2011 32 13 l3 - 18 CONCRETE PAV ING Page l8 of 21 2. In the event the initial samp(ing and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the materill is acceptable shall be at the CONTRACTOR' S expense at the same rate charged by the commercial laboratories. 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test. l. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans. 3. The cost for the initial pavement thickness test sha(1 be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR'S expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional P�rt Determined b Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or I/10 of the plan thickness, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. 1 l. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. D. Pavement Strength Test. CITY OF FORT WORTH Neigftfiorhood Streels Conn•nct 3B STANDARD CONST[tUCTION SPEC[FICATION DOCUMENTS City Prnjec� Na 0l225 Revised July l, 2011 32 f3 l3 - l9 CONCRETE PAVING Page l9 of 21 l. During the progress of the work the City shall provide trained technicians to cast test cy(inders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. 2. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. 3. In each set, one of the cylinders shall be tested at 7 days, two cylinders shall be tested at 28 days, and one cylinder shall be held or tested at 56 days, if necessary. 4. If the 28 day test results indicate deficient strength, the CONTRACTOR may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100% of the minimum specified strength, with no individual core resulting in less than 90°Io of design strength, to override the results of the cylinder tests. 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the CONTRACTOR. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the CONTRACTOR'S expense as show in the following table. 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. E. Cracked Concrete Acceptance Policy. l. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The CONTRACTOR shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. CI'I'Y OF FORT WORTH Ncrghhorhood S�rects Conn•ac13C3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 0l225 Revised July l, 201 I 32 13 13 -20 CONCRETE PAVING Page 20 of 21 3. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the CONTRACTOR will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials or workmanship, the CONTRACTOR shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new materia( and workmanship that meets the requirements of the contract. 4. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the CONTRACTOR agree that the cause of the cracking is not deficient materials or workmanship, the City may request the CONTRACTOR to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the CONTRACTOR will perform that work at the agreed-upon price if the City elects to do so. 5. If remedial work is necessary, and the Inspector and the CONTRACTOR cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50°Io of the proposed costs of the geotechnical contract with the City. The CON'TRACTOR and the City shall use the services of a geotechnical firm acceptable to both parties. 6. If the geotechnical engineer determines that the primary cause of the cracking is the CONTRACTOR'S deficient material or workmanship, the remedial work will be performed at the CONTRACTOR'S entire expense and the CONTRACTOR will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 7. If the geotechnical engineer determines that the primary cause of the cracking is not the CONTRACTOR'S deficient material or workmanship, the City will return the escrowed funds to the CONTRACTOR. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USCD] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENT5 [NOT USED] END OF SECTION Revision Log CI'PY OF FORT WORTH NeighfiorhooJ Streets Connr�ct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Prajecl �Vo. U1225 Revised July l, 2011 32 l3 l3 - 2l CONCRETE PAViNC Page 21 of 21 CITY OF FORT WORTH Neighborhnod Slree�s Contrac� 3Q STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Citv Project iVo. 0I225 Revised July l, 20L t 32 13 20 - I CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 SECTION 3213 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART1- GENERAL 1.1 SUNINIARY A. Section Includes 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Concrete sidewalk: measure by the square foot of completed and accepted sidewalk in its final position by thickness and type. b. Driveway: measure by the square foot of completed and accepted driveway in its final position by thickness and type. 1) From back of projected curb, including the area of the curb radii and extend to the limits specified in plans. 2) Sidewalk portion of drive included in driveway measurement 3) Curb on driveways included in driveway measurement. c. Barrier free ramps: measure by each unit of completed and accepted barrier free ramp per type by width of connecting sidewalk including: 1) curb ramp 2) landing and detectable warning surface as shown on the plans. 3) adjacent flares or side curb 2. Payment: contract unit price bid for the work performed and all materials furnished. Subsidiary work and materials include: a. excavating and preparing the subgrade b. furnishing and placing all materials c. manipulation, labor, tools, equipment and incidentals necessary to complete the work. 1.3 REFERENCE5 A. Abbreviations and Acronyms CITY OF FORT WORTH Neighbor{iood St�rers Contract 3(i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Prnject No, 0l225 Revised July l, 20l I 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non-extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) 1.4 ADNIINI5TRATIVE REQUIREMENTS [NOT U5ED] 1.5 SUBNIITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approvll. Section 32 13 13. B. Product Data: submit product data and sample for pre-cast detectable warning for barrier free ramp. 1.7 CLOSEOUT SUBMITTAL5 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIAL5 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the plans or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concretej Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. CITY OF FORT WORTH Nei,gl�bo��haod S�reets Contrc�cr 3li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crtv Prnject iVo. 01225 Revised July l, 20l t 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 2.3 2.4 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on-center-both-ways at the center plane of all slabs. D. Joint Filler. l. Wood Fitler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler: a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in plans. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral fitler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the plans. ACCESSORIES [NOT USED] SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the (ines and grades as shown on the plans or as established by the City. 2. Fine Grading a. The CONTRACTOR shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over-excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by plans and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the plans and details. CITY OF FORT WORTH Neighborhood S�reets Conn•uc! iB STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Citv Pr•ojer.t Na (1l225 Revised July 1, 20l I 32 isao-a CONCRETE SIDEWALKS, DRIVEWAYS AND BARR[ER FREE RAbtPS Page 4 of 5 � 4. All pedestrian facilities shall comply with provisions of TAS inc(uding location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the CONTRACTOR and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forrns shall be securety staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing l. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shatl be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4, Detectable warning Dome-Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH Neighhorhood S�reels Conn�nc13L3 STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS Ciry Projec� No. 0l225 Revised July l, 201 l 321320-5 CONCRETE S[DEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 I+ IELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE ' CITY OF FORT WORTH NeiFhborhood Sn•eels Conn�nct .3D STANDARD CONS'IRUCTION SPECIFICATION DOCUMENTS Cilv Projer.t No. (71225 Revised Jaly l, 201( 321373-I CONCRETE PAVING JOINT SEALANTS Page 1 of 4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART1- GENERAL l.l SUMMARY A. Section Includes 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Standard Detail 1. Typical Street Construction Details C. Deviations from City of Fort Worth Standards 1. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 13 13 - Concrete Paving. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment. 1. Measurement: when specified in the plans to be a pay item, measure by the linear foot of completed and accepted joint sealant. 2. Payment: Unless otherwise specified on plans, the work performed and materials furnished as required in this Section will not be paid for directly but will be subsidiary to other bid items. 1.3 REFERENCES A. Reference Standards 1. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evlluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Ner,Qhha•hood S�reeis Cannact _�B STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS Ciry Prnjecl No. 0l225 Revised July l, 20l 1 321373-2 CONCRETE PAVMG JOINT SEALANTS Page 2 oF 4 2. Submit verifilble documentation that the manufacturer of the silicone joint sealant has a minimum two-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTAL5 [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35°F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion-type joint if surface temperature is below 35°F or above 90°F. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIAL5 8i EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - �XECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General. CITY OF FORT WORTH Nei�hhorhaod Sh•eets Cwin•nct 3/3 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Ciry Project No. 0I2?5 Revised July l, 20l t 32 l3 73 - 3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1, The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See plans for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the OWNER prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in one direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, one directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. ' S. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. ' 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant CITY OF FORT WORTH Neighborhood Sn•eels Cann•nc� 38 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Cilv Project No. 0I225 Revised July l, 201 l 32 13 73 - 4 CONCRETE PAV ING 101NT SEALANTS Page 4 of 4 Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack-free. F. Approval of Joints l. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrlte to the CONTRACTOR and the City the acceptabte method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 5YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT U5�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nci,qhborltood Siree�s Conn•nct .3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ctry Prnject No. 0l225 Revised July 1, 2011 32�ai6-i BRICK UNIT PAVING Page t of 8 SECTION 3214 16 BRICK UNIT PAVING PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. All labor, materials and equipment necessary to install brick pavers, set in mortar on reinforced concrete base for: a. New brick paving b. Brick paving repair B. Standard Details C. Deviations from City of Fort Worth Standards D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements. 3. Section 32 13 13 - Concrete Paving. 1.2 PRICE AND PAYMENT PROCEDURE5 A. Measurement and Payment l. Measurement: a. Brick Paving: measure by the square yard of completed and accepted brick pavement in its final position per detail. b. Brick Paving Repair: measure by the square yard of completed and accepted pavement in its final position per detail. 2. Payment: based on the work performed and all materials furnished for brick unit paving. Subsidiary work and materials include: a. sample panels b. shaping and fine grading the roadbed c. furnishing and applying all water required d. furnishing, loading and unloading, storing, hauling, handling, mixing, placing, finishing and curing all concrete ingredients for concrete base material e. furnishing and installing all reinforcing steel for concrete base f. furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint filler and high bond mortar mix g. furnishing and setting all brick unit pavers h. sealing joints i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary to complete the work. 1.3 REFERENCES A. Reference Standards l. ASTM International (ASTM): a. C67, Test Methods of Sampling and Testing Brick and Structural Clay Tile C[TY OF FORT WORTH Nerghborhood S�reets Conn�ac! �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecr No. t)1225 , Revised July l, 201 l 3z ia ib-a BR[CK UNIT PAVING Page 2 oF 8 b. C 144, Aggregate for Masonry Mortar c. C 150, Portland Cement d. C207, Specification for Hydrated Lime for Masonry Purposes e. C902, Specification for Pedestrian and Light Traffic Paving Brick f. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete 2. The Brick Industry Association, Technical Notes a. No. 1, Cold and Hot Weather Construction 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting: 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department wil( inspect paving repair after construction. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's technical data for each manufactured product, including certification that each product complies with specified requirements. B. Samples: 1. For material verification purposes submit the following: a. Manufacturer's testing certification conforming to ASTM C67 testing methods for: 1) Compressive strength, pounds per square inch 2) Absorption, 5 hour submersion in cold water 3) Absorption, 24 hour submersion in cold water 4) Maximum saturation coefficient 5) Initial rate of absorption (�uction) 6) Abrasion index 7) Freeze-thaw 8) Efflorescence b. Masonry paving unit samples for each type of masonry paving required. Include in each set the full range of exposed color and texture to be expected in the completed work. 1.6 ACTION 5UBMITTALS/INFORMATIONAL SUBMITTAL5 [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS5URANCE A. Installer: Brick paver and any subcontractors shall have experience in brick paving and their previous work will be reviewed by the City prior to start of work. B. Sample Panel: Prior to installation of masonry paving work, fabricate sample panel using materials, pattern and joint treatment indicated for project work, including special features for expansion joints and contiguous work. CITY OF FORT WORTH Nei,Qhhorlrood Slreels Conn•act �B STANDARD CONSTRUCTION SPECIFICATIO[Y DOCUMENTS Ciry Projer,t No. 0/225 Revised July l, 20l 1 32 14 16 - 3 E3RICK UNIT PAVING Page 3 of 8 Include color range, size, texture, bond, expansion jointing, pattern, finish, and workmanship. 2. Make 6 feet x 6 feet minimum. 3. Provide range of color, texture and workmanship to be expected in the completed work. 4. Sample panel shall be inspected by the City. If the sample is not acceptable, construct additiona( panels at no cost to the City until an acceptable panel is constructed. 5. Obtain City's acceptance of visuat qualities of the panel before start of masonry paving work. 6. Maintain the sample panel as the standard of minimal quality for approval of all proposed brick pavement work required for the project. Locate sample panel near the pavement work to facilitate comparison 7. Do not change source of brands for masonry units, setting materials, or grout during progress of work. 8. Remove sample panel from the site at completion of project. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery: Brick pavers and associated installation materials shall be delivered to the job adequately protected from damage during transit. 1. Brick pavers shall be carefully packed by the supplier for shipment with name of manufacturer and identification of contents. 2. Pavers damaged in any manner will be rejected and replaced with new materials at no additional cost to the City. B. Storage: Protect grout and mortar materials during storage and construction against wetting by rain, snow or ground water and against soilage or intermixture with earth or other types of materials. 1. Protect grout and mortar materials from deterioration by moisture and temperature. 2. Store in a dry location or in waterproof container. 3. Keep containers tightly closed and away from open flame. Protect liquid components from freezing. 1.11 FIELD CONDITION5 A. Ambient Conditions 1. Normal construction: temperatures between 40 degrees and 100 degrees. 2. Cold Weather Construction: temperatures below 40 degrees a. Comply with requirements for masonry construction in cold weather from the BIA Technical Notes on Brick Construction, No. l, Cold and Hot Weather Construction, Table No. 1 as summarized in the following table. CPI'Y OF FORT WORTH �Veighhorhaod Streets Conn•ac� .3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 0I225 Revised July 1, 20l 1 3z ia i�-a f3RICK UNIT PAVING Page 4 of 8 Preparation Construction Protection Temperature' Requirements Requirements Requirements Prior to Work (After Masonry is ( ) (Work in Progress) Placed Do not lay masonry units having either a temperature Heat mixing water or sand to below 20 degrees F or produce mortar between 40 containing frozen moisture, degrees F and 120 degrees visibfe ice, or snow on their F surface. Completely cover newly 40 degrees F to Do not heat water or constructed masonry 32 de rees F Remove visible ice and with a weather-resistive 9 aggregates used in mortar or snow from top surface of 9rout above 140 degrees F. membrare for 24 hr after existing foundations and constructfon. masonry to recefve new Heat grout materials when construction. Heat these thefr temperature is below 32 suriaces above freezing, degrees F. using methods that do not result in dama e. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in 32 degrees F to Comply with cold weather masonry. Comply with cold 25 degrees F requirements above, weather requirements Heat grout materials so grout above. is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 de rees F. Comply with cold weather Completely cover newiy requirements above, constructed masonry Heat masonry surfaces under W�th weather-resistive construction to 40 degrees F �nsulating blankets or 25 degrees F to Comply with cold weather and use wind breaks or equal protection for 24 hr 20 degrees F requirements above. enclosures when the wind aker completion of work. velocity exceeds 15 mph. Extend time period to 48 hr for grouted masonry, Heat masonry to a minimum unless the only cement of 40 degrees F prior to in the grout is Type III routin . Portland cement. Maintain newly constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using heated 20 degrees F and Comply with cold weather Comply with cold weather enclosures, electric below requirements above, requirements above. heating blankets, infrared lamps, or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type 111 Portland cement. 1. Preparation and Co�struction requirements are based on ambient temperatures. Protectlon requirements, after masonry is placed, are based on mean daily temperatures. CITY OF FORT WORTH iVeighhorlraod Sn•e�^fonlract STANDARD CONSTRUCTION SPEC[FICATION DOCUMENT3 City Prn,�uVo. U" Revised Ju(y l, 201 l ' 32 t4 l6 - 5 BRICK UNIT PAVING Page 5 of S 3. Hot Weather Construction: temperatures above 100 degrees a. Comply with requirements for masonry construction in hot weather from the BIA Technical Notes on Brick Construction, No l., Cold and Hot Weather Construction, T1ble No. 1 as summarized in the following table. Preparation Protection � Construction Requirements Requirements Temperature Requirements �N/ork in Progress) (After Masonry is (Prior to Work) Piaced Above 115 Use cool mixing water for degrees F or Shade materials and mixing mo�tar and grout. Ice must be 105 degrees F equipment from direct melted or removed before with a wind sunlight. water is added to other mortar Comply with hot weather velocity over 8 or grout materials. requirements below. mph Comply with hot weather requirements below. Comply with hot weather requirements below. Maintain mortar and grout at a temperature below 120 degrees F. Provide necessary Flush mixer, mortar transport Above 100 conditions and equipment to container, and mortar boards Fog spray newly degrees F or produce mortar having a W�th cool water before they constructed masonry until 90 degrees F with temperature below 120 come into contact with mortar damp, at least three times 8 mph wind degrees F. ingredients or mortar. a day until the masonry is Maintain sand piles in a three days old. damp, loose conditi�n. Maintain mortar consistency by retempering with cool water. Use mortar within 2 hr of initial mixin . 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean daily temperatures. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Rigid Concrete Base: See Section 32 13 13. B. Reinforcing Steel: Section 32 13 13. C. Paving Brick for Heavy Vehicular Traffic: Standard Solid (uncored) Paving Brick of modular size, 2-1/4 inches x 3-5/8 inches x 7-5/8 inches except as indicated, as per ASTM C1272, Type R, Application PX. D. Setting Materials l. The mortar setting bed shall consist of: a. 1 part Portland cement - ASTM C150, Type 1 b. 1/4 part hydrated lime by volume - ASTM C207, Type 5 CITY OF FORT WORTH Neighborhood S�reets Conn•uct 3I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July 1, 20l 1 3z ia ib-6 BR[CK UNIT PAVtNG Page 6 of 8 c. 3 parts damp sand - ASTM C144 (for high-bond mortar, gradation in accordance with additive manufacturer's recommendations). d. Add water to obtain stiff mix - ASTM C 1602. 2. The wet mortar joint filler shall consist of: a. 1 part Portland cement - ASTM C150, Type l. b. 3 parts dry sand - ASTM C 144. c. Add water to obtain a wet mix - ASTM C 1602 High bond mortar mix shall consist of: a. 1 sack Portland cement - ASTM C150, Type t b. 50 pounds workability additive -"A" Marble Dust by Armco Steel Corporation, Piqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote Corporation, or Micro Fill No. 2 by Pure Stone Company, Marble Falls, Texas or approved equal. c. 3-1/4 cubic feet of sand - ASTM C144 d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Corporation or approved equal. e. Mix with water in accordance with High Bond Additive manufacturer's recommendations. 2.3 ACCESSORIE5 [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EYECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USEDJ 3.3 PREPARATION [NOT U5ED] 3.4 INSTALLATION A. Place 6-inch reinforced concrete base under proposed brick pavement. l. Concrete base: See Section 32 13 13. a. Design concrete mix design for a minimum compressive strength of 3,000 pounds per square inch at the age of two (2) days for either type I or type III cement 2. Reinforcing Steel: Section 32 13 13. a. No. 3 bars at 24 inches on center both directions. 3. Keep concrete surfaces to receive pavers dry, clean, free of oily or waxy films and level. 4. Verify gradients and elevations of base are as indicated on plans. B. Protect adjacent finished surfaces from soiling, staining, and other damage during construction. Clean and restore any damage or stains to adjacent surfaces to equal or better than original condition. C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an amount that can be covered with pavers before initial set. CITY OF FORT WORTH NeighhorhaoJ Strecls Conn•nc! 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projer,t No. U1225 Revised July 1, 2011 3aiai6-� QRICK UNIT PAVING Page 7 of 8 D. Set pavers in the patterns shown in the field with uniform tight joints (1/4-inch). E. Do not use pavers with chips, cracks, or voids. F. Set paver in 1-inch layer of neat cement paste over setting bed. G. Tolerances: Tolerances shall be checked continuously as work progresses so that nonconforming areas can be corrected before mortar sets. 1. Alignme�t tolerances: maximum 1/4 inch in 20 feet; 1/2 inch in 40 feet. 2. Surface to(erance: maximum plus or minus I/8 inch in 8 feet noncumulative. 3. Alignment and surface tolerances will be checked and enforced. The Contractor shall make provisions that brick pavers can meet these to(erances as they are supplied. Imperfections in the brick dimensions and surfaces will not constitute as reasons to accept inferior paving and the work will be rejected. H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large areas of pavers for later leveling. I. After pavers are set and cleaned free of mortar, fill joints with mortar, completely filling voids. J. Remove excess dry joint filler mixture and fog surface with fine water spray. K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed broken edges will not be allowed. L. A seven day damp cure is required. Employ barricades to restrict traffic during the seven day cure period. After the seven day damp cure period, clean the surface with stiff brush and brick manufacturer's recommended cleaning solution in increments not exceeding 100 square feet, leaving surface clean and free of mortar and grout stains. M. At the end of each day, spray paved areas with a fine mist of water. Fill joints within three days after the pavers are set. Spray paved areas until the joints are filled. N. Sweep and keep brick surfaces clean at all times in order to avoid penetration of cement into the brick surface. 3.5 REPAIR A. General: 1. Remove and replace masonry paving units as directed by the City that are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. 2. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment to eliminate evidence of replacement. 3. Pointing: during tooling of joints, enlarge voids or holes and completely fill with mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform appearance, properly prepared to application of sealant. 4. Cleaning: Remove excess mortar/grout from exposed brick surfaces, wash and scrub clean. 5. Protect masonry paving installations from deterioration, discoloration or damage during subsequent constructions and until acceptance of work, in compliance with recommendations of instalter and paving unit manufacturer. B. Trench Repair CITY OF FORT WORTH Neighfior(tood Sn•ee�s Connnc! �Li STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Clty Prnjer.t Na (1/225 Revised July (, 2011 321416-8 BRICK UNIT PAVING Page 8 of 8 1. Preparltion a. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. b. Surface Preparation: mark pavement cut repairs for approval by the OWNER. 2. Removal: 1) Use care in removing brick pavers to be repaired to prevent damage to brick pavers adjacent to the repair area. 3. Installation: See Item 3.4. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJU5TING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nei4hborhood Sn•ee�s Cann•nc� _�l3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. O1225 Revised July l, 20l 1 321613-( CONCRETE CURB AND GUTi'ERS AND VALLEY GUTTERS Page 1 of 5 SECTION 321613 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS PART1- GENERAL l.l SUMNIARY A. Section Includes ; 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Standard Detail 1. Typical Street Construction Details C. Deviations from City of Fort Worth Standards l. None D. Related Specification Sections include but are not necessarily limited to l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. Concrete Curb and Gutter: measure by the linear foot of the height specified complete and in place. b. Concrete Valley Gutter: measure by the square yard per thickness complete and in place. 2. Payment: contract unit price bid for the work performed and all materials furnished. a. Subsidiary work and materials include: 1) preparing the subgrade 2) furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 3) all manipulation, labor, tools, equipment, and incidentals necessary to complete the work. CITY OF FORT WORTH Ncighfiorhao�l Sa•ec�s Conn•act 3L3 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. OI125 Revised Juty l, 20( I 32 16 (3 - 2 CONCRETE CURB AND GUTI'ERS AND VALLEY GUTTERS Page 2 of 5 1.3 RErERENCES [NOT USED) 1.4 ADI�IINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTAL5 [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 1.8 MAINTENANCE NIATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT U5ED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD CONDITIONS A. Weather Conditions: see Section 32 13 13. 112 WARRANTY [NOT U5ED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: see Section 32 13 13. B. Concrete: see Section 32 13 13. C. Reinforcement: see Section 32 13 13. D. Joint Filler. l. Wood Fil(er: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler: a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in plans. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73. CITY OF FORT WORTH Neighfio�•hood Sn•ecrs Cor�r,•acr .�e STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ci�y Projed No. 01225 Revised Ju(y l, 201 l 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTI'ER3 Page 3 of 5 2.3 ACCESSORIES [NOT USED] 2.4 50URCE QUALITY CONTROL [NOT US�D] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION [NOT U5ED] 3.3 PREPARATION A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness. 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength. 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel. 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement l. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand-Laid Concrete — Curb and gutter. a. Shape and compact subgrade to the (ines, grades and cross section shown on the plans. b, Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strike off with a template i/4 to 3/8 inch less than the dimensions of the finished curb unless otherwise approved. 5. Machine-Laid Concrete — Curb and Gutter. _ a. Hand-tamp and sprinkle subgrade material before concrete placement. b, Provide ctean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH Neighhorhood Su•eets Contract .3B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Cfry Prajeci Na O1225 Revised July 1, 201 I 3a ib �3-a CONCRETE CURB AND CUTTERS AND VALLEY GUTTERS Page 4 of 5 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the machine to provide variab(e heights necessary to conform to the established grldeline. d. Attach a pointer or gauge to the machine so that a continull comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand-Laid Concrete — Concrete Valley Gutter: see Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1'/z inches. c. Place expansion joints at all intersections with conerete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. M1ke expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT U5ED] 3.'7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT U5ED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] �ND OF SECTION CITY OF FORT WORTH Neighborhood SU•ects Conn�ncl3l3 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Cr�v Projer.t No. 01225 Revised July I, 2011 321613-5 CONCRETE CURB AND GUTI'ERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nci,Qhbor•ltood Streets Conn•�ct �B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Crty Yrnject Na 0I225 Revised July I, 2011 329213-1 HYDROMULCHING, SEEDING AND SODDING Page i of 7 SECTION 32 9213 HYDROMULCHING, SEEDING AND SODDING PART1- GENERAL l.l SUMMARY A. Section Inctudes 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as directed. B. Deviations from City of Fort Worth Standards l. None C. Related Specification Sections include but are not necessarily limited to l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES 1.3 1.4 A. Measurement and Payment 1. Measurement a. Block Sod Placement: measure by the square yard. b. Seeding: measure by the square yard by the installation method. c. Mowing: measure by each. 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, tabor, 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] 1.5 ACTION SUBNIITTAL5 [NOT USED] 1.6 INFORMATIONAL SUBMITTAL5 A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS). b. Name and type of seed. 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. CITY OF FORT WORTH Neighborhood Sn•eets Connnct �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 0/225 Revised July l, 201 I 329213-2 HYDROMULCHING, SEEDING AND SODD[NG Page 2 of 7 3. All seed to be of the previous season's crop and the date on the container shall be within twelve months of the seeding date. 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 1.8 MAINTENANCE NIATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS5URANCE [NOT USED] 1.10 DELIV�RY, STORAGE, AND HANDLING A. Block Sod Protect from exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, seed must have been harvested within one hundred (100) miles of the construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. C. Fertilizer Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT U5ED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials l. Block Sod a. Sod Varieties (match existing if �pplicable) 1) "Stenotaphrum secundatum" (St. Augustine grass), 2) "Cynodon dactylon" (Common Bermudagrass), 3) "Buchloe dactyloides" (Buffalograss), 4) an approved hybrid of Common Bermudagrass, 5) or an approved Zoysiagrass. b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materills and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches f. Acceptable growing beds: 1) St. Augustine grass sod: clay or clay loam topsoil. 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. g. Dimensions. 1) Machine cut to uniform soil thickness. CITY OF FORT WORTH Neigh6orhood Sn�eets Conn•nc! 3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projer.t No. 0/225 Revised July f, 20l t 329213-3 HYDROMULCHING, SEEDING AND SODDING ' Page 3 of 7 2. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 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) 5ubstitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture. b) Seed not allowed: (1) Johnsongrass (2) nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multiflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Btuestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Botanical Name Leptocliloa dubia Boa�teloua curtipendula Schizachyrium scopariurrt Buchloe dactyloides Sorghastrzsm nutans Eragrostis tricliodes Andropogon gerardii Tripscact�m dacryloides Boutelorsa gracilis Panicum virgatum Ely�nus canadensis ,'Veighhorlrood Sn•ee�s Contrnc� 3!� Ciry P�•ojec! Na Ol215 329213-4 HYDROMULCHING, SEED[NG AND SODDING Page 4 of 7 d. Wi(dflower Seed l) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botnnical Name 3,0 Bush S�mflower Sinsia calva 5.0 ButtertTy Weed Asclepias tuberosa 2.0 Clasping Conet7ower* Rudbeckia nntplexica�ilis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmantfu�s illinoensis 13.6 Partridge Pea Cassia fascic��lata 2.0 Prairie Verbena Verbena bipinnutifrda 8.0 Texas Yellow Star Lindheimeri te,runa 8.0 Winecup Cnllirhoe involcrnta 2.0 Black-eyed Susan Rudbeckia liirtn 18.0 Cutleaf Daisy Engelmnrmia pinnatifida 2.0 Obedient Plant P{iysostegin intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis ti►lctoria 8,0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within tlu•ee feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mills or recycled newspaper), c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 4. Fertilizer a. acceptable condition for distribution b. applied uniformly over the planted area. c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding. 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 3) Established seeding areas - 150 pounds of nitrogen per acre. 5. Topsoil: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soi( Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. CiTY OF FORT WORTH Neighborhood Sb�eets Contrnct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci No. 0l225 Revised July 1, 201 l 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EYAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation: clear surface of all material including: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling ' 1. Compacted areas: till one inch deep. 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less seed/water run-off. 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 3.4 INSTALLATION A. Block Sodding 1. General: a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last freeze date in the spring and 6 weeks prior to the average first freeze in the fall. 2. Installation a. Plant sod specified after the area has been completed to the lines and grades shown on the plans with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that rnay slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. CITY OF FORT WORTH Nei,ghborhoo�! Sireets Conn•act 3I3 STANDARD CONS'I`RUCI'ION SPECIFICATION DOCUMENTS Citv Project No. 0/225 Revised July (, 2011 329213-6 HYDROMULCHING, SEED(NG AND SODDING Page 6 of 7 d. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied unti( accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding l. General 1. Seed only those areas indicated on the plans 1nd areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in two directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wi(dflower plantings: 1) sca(p existing grasses to one inch. 2) remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the plans or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within thirty (30) minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the plans or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13,B. b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. CPI'Y OF FORT WORTH Neigltborlioocl Sh•eels Co�rfrnc/ 36 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Projer:! No. 01225 Revised July l, 2011 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 7 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-IN5TALLATION [NOT USED] 3.7 I'IELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding l. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed. b. Vegetation is free from bare areas. 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of three inches with one mow cycle performed by the CONTRACTOR prior to consideration of acceptance by the City. C. Rejection 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighhorhood Sn•eets Conn•act 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 City Projecl No. 0l225 Revised July l, 20l 1 330(30-t 3EWER AND MANHOLE TESTING Page I of 5 SECTION 33 Ol 30 SEWER AND MANHOLE TESTING PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test I) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- inch pipe and smaller. 4. Hydrostatic testing is not allowed. 5. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— B idding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 80 00 — Modifications to Existing Concrete 4. Section 33 04 50 — Cleaning of Sewer Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) complete in p(ace, and no other compensation will be allowed. 2. Manhole Testing a. Measurement 1) Measurement for testing manholes shall be per each vacuum test. ' b, Payment 1) The work perEormed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuum test completed. CPI'Y OF FORT WORTH Nerghborhoad S�ree�s Conn•ac� �!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnject No. 0l225 Revised Juty l, 2011 330130-2 SEWER AND MANHOLE TESTING Page 2 oF 5 c. The price bid shall include: 1) Mobilization 2) Plugs 3) Clean-ttp 1.3 R�FERENCE5 [NOT USED] 1.4 ADMINISTRATIVE REQUIRENIENT5 [NOT U5ED] 1.5 SUBMITTAL5 A. Submittals shall be in accordance with Section Ol 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Test and Evaluation Reports t. All test reports generated during testing (pass and fail) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A55URANCE A. Certifications 1. Mandrel Equipment a. If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [5ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EYECUTION 3.1 INSTALLERS [NOT USED] 3.2 �XANIINATION [NOT USED] 3.3 PREPARATION A. Low Pressure Air Test (Pipe) l. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Deflection (mandrel) test (Pipe) l. Perform as last work item before final inspection. CITY OF FORT WORTH Nerghborhood Sn•ee�s Contrnc� �!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P�•njer.t No. Ol225 Revised July l, 20l t 330I30-3 SEWER AND MANHOLE TESTING Page 3 of 5 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) � Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. C. Vacuum test (Manhole) Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. 3. Secure stubouts, manhole boots, and pipe p(ugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 3.4 INSTALLATION A. Low pressure air test (Pipe) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: 5. 0 T = (0.0850*D*K) Q Where: T= shortest time, seconds, allowed for air pressure to drop to 1.0 psig K= 0.000419*D*L, but not less than 1.0 D= nominal pipe diameter, inches L= length of pipe being tested (by pipe size), feet Q= 0.0015, cubic feet per minute per square foot of internal surface UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Deflection (mandrel) test (Pipe) CITY OF FORT WORTH Neighborlrood Stree�s Contract i!� STANDARD CONSTRUC'I'ION SPECIF[CATION DOCUMENTS Clly Prnjer.t Na 01225 Revised July l, 2011 3soi 3o-a SEWER AND MANHOLE TESTING Page 4 of 5 l. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as fotlows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 throu h 30 4.0 Greater than 30 3.0 C. Vlcuum test (Manhole) 1. Draw a vacuum of 10 inches of inercury and turn off the pump. 2. With the valve closed, read the level vacuum level after the required test time. 3. Minimum time required for vacuum drop of 1 inch of inercury is as follows: Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 l0 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective diameter for each 2 feet of additional depth of manho(e to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Tot11 test time would be 70 seconds. 40+6(5)=70 seconds) 4, Manhole vacuum levels observed to drop greater than 1 inch of inercury will have failed the test. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Non-Conforming Work Low pressure air test a. Should the air test fail, find and repair leak(s) and retest. 2. Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b, Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. CITY OF FORT WORTH Neighba•hoo�l Sireels Conn•ac� i[� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City P,•ojecr No. OIlZS Revised July l, 2011 330130-5 SEWER AND MANHOLE TESTING Page 5 of 5 3. Vacuum test (Manhole) a. Should the vacuum test fail, repair suspect lrea and retest. 1) External repairs required for leaks at pipe connection to manhole. a) Shall be in accordance with Section 03 80 00. 2) Leaks within the manhole structure may be repaired internally or externally. 3.8 SYSTEM STARTUP [NOT USED� 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIE5 [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhood Streets Conn•ac� .�D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.r iVo. 0/225 Revised July 1, 2011 33 O1 31 - l CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 5 SECTION 33 0131 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer or storm sewer mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 — Cleaning of Sewer Mains 5. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 6. Section 33 31 21 — Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 7. Section 33 31 22 — Sanitary 5ewer Slip Lining 1.2 PRICE AND PAYMENT PROCEDURE5 A. Pre-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video tape log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Pre-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video tape log. CITY OF FORT WORTH Nerghbor•Itnod Strects Connnct .?B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Na 0l225 Revised July l, 20l 1 33O1 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) [NSPECTION Page 2 oF 5 2. Payment a. The work performed and materills furnished in accordance with this Item and measured as provided under "Measurement" w'rll be paid for at the unit price bid per linear foot for "Post-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shatl include: a. Mobilization b. Cleaning c. Digital file 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the (atest revision date logged at the end of this Specification, unless a date is specifically cited. 2. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). Contact Field Operations to obtain a copy of the CCTV Manual. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Meet with City of Fort Worth Water Department staff to confirm that the equipment, software, standard templates, defect codes and defect rankings are being used, if required. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required 1, Project schedule 2. Listing of cleaning equipment and procedures 3. Listing of flow diversion procedures 4. Listing of CCTV equipment 5. Listing of backup and standby equipment 6. Listing of safety precautions and traffic control measures 1.7 CLOSEOUT 5UBMITTALS A. Post-CCTV submittals l. 2 copies of CCTV video results on DVD 2. 2 hard copies of Inspection Report CITY OF FORT WORTH NeighhorhaoJ S�reets Cann•act 3ff STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ciry Project No. 0I225 Revised 7uly l, 201 I 33 01 31 - 3 CLOSED CIRCUITTELEVIS[ON (CCTV) INSPECTION Page 3 of 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS5URANCE [NOT U5ED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [5ITE] CONDITIONS [NOT U5ED] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. CCTV Equipment l. Use equipment specifically designed and constructed for such inspection. 2. Use equipment designed to operate in 100 percent humidity conditions. 3. Use equipment with a pan (±270 degrees), tilt, and rotates (360 degrees). 4. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the starting manhole. 5. Use camera with height adjustment so camera lens is always centered at 1/2 the inside diameter, or higher, in the televised pipe. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. 8. Use the Fort Worth Water Department standardized inspection and coding program by I.T. software with pre-configured template. a. See CCTV Manual. B. Temporary Bypass Pumping — Conform to Section 33 03 10. C. Cleaning — Conform to Section 33 04 50. 3.4 INSPECTION (CCTV) A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. CITY OF FORT WORTH Neighborltood S�rects Cnnn•ac� 3D STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Ciry Projer,t No. 01225 Revised July l, 2011 33ot3t-a CLOSED C[RCUIT TELEV IS[ON (CCTV) [NSPECTION Page 4 oF 5 a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes b. Service connections c. Joints d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inf(ow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than 1 DVD. B. Pre-Installation Inspection for Sewer Mains to be rehabilitated l. Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manho(e. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20, Section 33 31 21 and Section 33 31 22. C. Post-Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 50. D. Documentation of CCTV Inspection 1. Follow the CCTV Manual for the inspection video, data logging and reporting. 3.5 REPAIR / RE5TORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 5YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT U5ED] 3.10 CLEANING A. See Section 33 04 50. CITY OF FORT WORTH Neighborhood Su•ee�s Conn•act 3/3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0l225 Revised July l, 20l t 3.11 CLOSEOUT ACTIVITIES [NOT USED] ' 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT US�D] ; 3.14 ATTACHMENTS [NOT USED] 33O1 31 -5 CLOSED CIRCU[T TELEVIS[ON (CCTV) INSPEC'I'[ON Page 5 of 5 CND OF SECTION Revision Log DATE NANiE SUMMARY OF CHANGE CiTY OF FORT WORTH Ncrghfiorhood S�rec�s Conn•ac� 3Ci STr1NDARD CONSTRUCTION SPECIFICATION DOCUIvtENTS Ci�y Prnject No. O1225 Revised July I, 20l 1 330430- I TEMPORARY WATER SERV(CES Page l of 4 SECTION 33 04 30 TEMPORARY WATER SERVICES PART1- GENERAL 1.1 SUNIMARY A. Section Includes: l. Temporary Water Service needed to maintain service during water main replacement project B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Instalted But Not Furnished Under This Section 1. Fire Hydrant Meters D. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Specification 32 12 16 — Asphalt Paving 4. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10 — Water Services 1-inch to 2-inch 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "MeasuremenY' will be paid for at the unit price bid for "Temporary Water Service" of the type specified. 3. The price bid shall include: a. Temporary water service line ' b. Connections c. Fittings d. Valves e. Corporation stops f. Temporary asphalt for crossings g. Traffic Control h. Disinfection i. Removal of temporary services CITY OF FORT WORTH NeiQhborhood Sn•ee�s Canu•nct 3!� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci�v Projer,t No. O/225 Revised July I, 2011 33oa3o-z TEMPORARY WATER SERVECES Page 2 of 4 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. N5F International a. 61, Drinking Water System Components — Health Effects 3. ASTM International (ASTM): a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter 1.4 ADMINI5TRATIVE REQUIREMENTS A. Scheduling l. Provide advance notice for service interruption and meet cequirements of Division l. 1.5 SUBMITTALS [NOT U5ED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSCOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED. PRODUCTS A. Fire Hydrant Meters 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Description l. Regulatory Requirements a. All Temporary Water Service components in contact with potab(e water shall conform to the requirements of NSF 61. B. Materials 1. Service Couplings, Fittings, and Corporation Stops a. Conform to Section 33 12 10. 2. Service lines a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 11 CITY OF FORT WORTH Ncighborllood Sn•ee�s Contract 3Ii STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS C'i{v Projecr No. Ol225 Revised July 1, 2011 330430-3 TEMPORARY WATER SERVICE3 Page 3 of 4 3. Temporary Water Service Main a. Galvanized steel pipe b, Conform to Schedule �0. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. 3/a-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size 2.3 ACCESSORIES [NOT US�D) 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION ' A. General l. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. B. Temporary Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. b. If a fire hydrant is not avai(able, tap existing water main. 1) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main, unless approved by the City. 2. Water service a. Connect 3/a-inch water service to 2-inch temporary water service main. b, Remove existing meters, tag with address and provide to City Inspector. c. Connect 3/a-inch temporary water service to existing private service. d. Cover domestic meter box with protective guard or barricade. C. Intersection and Driveway Approach Crossing for Temporary Water Service 1. Crossing for Temporary Water Service Main CPI'Y OF FORT WORTH Nerghhorhood Slreets Contrnct 3Q STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Citv Prnjer.r Na 0l225 Revised July l, 20l l s3oa3o-a TGMPORARY WATER SERVtCES Page 4 of 4 a. Cover temporary service line with sufficient asphalt to protect service line and to provide a drivelble crossing. b. If required to bury temporary service line due to high volume traffic, or other reasons required by the City, excavate, embed and backfill in accordance with Section 33 OS 10. 3.5 REPAIR / RE5TORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oe] 5ITE QUALITY CONTROL A. Field Tests and Inspections l. Check each water service installation for teaks with full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SY5TEM STARTUP [NOT USED] 3.9 ADJU5TING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighhorltood Siree�s Contract _3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prajecl No. 0l215 Revised July 1, 2011 33 04 40 - I CLEANING AND ACCEPTANCE TEST[NG OF WATER MAINS Page 1 of 7 5ECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAIN5 PART1- GENERAL l.l SUMMARY A. General l. Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— B idding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O1 31 — Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacterio(ogical testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel-Cy(inder Type. b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. c. C651, Disinfecting Water Mains. CITY OF FORT WORTH Neigli6orlfood Stree�s Connnct 38 STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Citv Project �Vo. 01225 Revised July l, 20l 1 33oaao-a CLEAN[NG AND ACCEPTANCE TESTING OF WATER MA[NS Page 2 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBNIITTALS A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main c(eaning plan detailing the methods and schedule, including: a. A detailed description of clelning procedures b. Pigging entry and exit ports c. Flushing procedures d. Pl1ns and hydraulic ca(culations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De-chlorination d. Sampling 1.6 ACTION 5UBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL 5UBMITTALS [NOT USED] 1.9 QUALITY A55URANC� [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNI5HED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectionat area of the nomina( pipe diameter CITY OF FORT WORTH Nerghhorhaod Siree�s Conn•act _�f� STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Ciry Project No. 0I225 Revised July l, 2011 33oaao-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. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (ou] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General l. All water mains shall be cleaned prior to bacteriological testing. a. Pig a1136-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method 1. If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, remove cleaning wye covers, etc. b, Where expulsion of the pig is required through a dead-ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH Neighbor•ltood S�reets Contrcic� 3Q STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Projer.t iVn. 01225 Revised July I, 20l 1 33oaao-a CLEAN(NG AND ACCEPTANCE TESTING OF WATER MA1NS Page 4 of 7 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. �. Minimum blow-off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main — 3/a-inch blow-off 2) 10-inch through 12-inch main — 1-inch blow-off 3) 16-inch and greater main — 2-inch blow-off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water mam. 2) Do not unlawftilly discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing l. All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less that 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test Fire hydrants to the fire hydrant valve. CITY OF FORT WORTH Neighbafioad Slreels Conh'nct 3C3 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Cily Projecl �Vo. 0/225 Revised July 1, 201 l 33�tao-s CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 7 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Close isolation valves for air release valves. 5) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch-pound units, L = SD �IP 148,000 Where: L= testing allowance (make up water), gallons per hour S= length of pipe tested, ft. D= nominal diameter of pipe, in. P= average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method ' 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. CITY OF FORT WORTH Neighhorlroad Strects Contrnct 3B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Ci{v Project No. Ol225 Revised July l, 201 I 33oaao-6 CLEANING AND ACCEPTANCE TE3TINC OF WATER MAWS Page 6 of 7 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de-chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/1 or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material �nd labor to satisfactorily prepare the main for the disinfection method 1pproved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new (ine, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH Neishhor�ltood S�ree�s Conn•acl 3D STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Praject Na f)l225 Revised July l, 20l 1 33oaao-� CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 7 c. After satisfactory comp(etion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the , remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Bacteriological Testing (Water Sampling) l. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's (aboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 2001inear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re- sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nerrhfiorhoo�! S'u•eets Contract 3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci�y Projecl No. 0I225 Revised July 1, 2011 33 OS l0 - 1 UTILITY TRENCH EXCAVATfON, EMQEDMENT, AND BACKFILL Page l of l8 SECTION 33 OS 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFII,L PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Backfill g. Compaction B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 15 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 34 13 — Controlled Low Strength Material (CLSM) 7. Section 31 10 00 — Site Clearing 8. Section 31 25 00 — Erosion and Sediment Control 9. Section 33 OS 26 — Utility Markers/Locators 10. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation CITY OF FORT WORTH Nerghbor•hood Sn•eets Conn•act .�d STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Projec� Na 0I225 Revised July I, 20l 1 3305 10-2 UT(LITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILL Page 2 of I 8 a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre-bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported EmbedmendBackfill" delivered to the Site for: a) Various embedmendbackfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the (ump sum price bid for "Ground Water Control" including: a) 5ubmittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water t� Removal of ground water control system 4. Trench Safety a. Measurement 1) Measured per tinear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materia(s furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. CITY OF FORT WORTH Nci�hGorhood Sb•ec�ts Cnnn•nc! 3!3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 011lS Revised July l, 2011 330510-3 UTILITY'CRENCH EXCAVATIOIV, EMBEDMENT, AND BACKFILL Page 3 of l8 1.3 REFERENCES A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: J J � `� � ¢ m J a z �. �\ �\ �: AVED AREAS ������ UNPAVED AREAS �, ,� � J l� Y C� a m J Q z � INITIAL BACKFILL F--- Z W 2 0 m SPRINGLINE � w HAUNCHING BEDDING FOUNQATION. �'� \ .� �: �% :�� �.�, � ,, i i �, i, W Z O N w � n_ OD CLEARANCE EXCAUATED TRENCH WIDTN 3. Deleterious materials — Harmful materials such as clay tumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards CITY OF FORT WORTH Ncighborhooil Sn�ecu Contract 3I� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci{v Project Na 0l225 Revised July l, 20l t 33os io-a UT(LITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILL Page 4 of I8 (. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-OS Soundness of Aggregate by Use of Sodium Sulflte or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture-Density Relations of Soil- Cement Mixture g. ASTM D698-07 Test Method for L�boratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-(b/ft3 600 Kn-m1M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) l. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe instal(ed to complete the embedment 1nd backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals sh111 be approved by the Engineer or the City prior to construction. CITY OF FORT WORTH Nei,ghfia•haod Stree�s Confracl.3Li STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Cilv Projecl No. 0I225 Revised July l, 20l 1 330510-5 UTtL1TY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of l8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 1.7 CLO5EOUT SUBMITTAL5 [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Ncr,ghhorhaod Strecls Connnr,l �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. O1225 Revised July 1, 2011 330510-6 UT![.ITY TRENCH EXCAVATION, EMQEDMENT, AND BACKF[LL Pagc 6 of I8 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNI5HED (oR] OWNER-SUPPLIED PRODUCTS 2.2 MATERIALS A. Materinls 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: 5ieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cyc(es of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per A5TM C88 5. Acceptable Backfill Material a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids CITY OF FORT WORTH Neighborl�ood Sn�eels Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projeci No. 0/22� Revised July 1, 20l l 33OS 10-7 UT[LITY TRENCH EXCAVATION, EMBEDMENT, AND [3ACKFILL Page 7 of (8 d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 ' . 9. Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type UII portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D 1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D 1633, Method A f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant , 6) Mirafi 140N by Tencate, or approved equal i b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High-tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal CITY OF FORT WORTH Nci,ghha•hood Slreets Conn•ac� 3fi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnject No. 01225 Revised July l, 20l 1 330510-8 UTILITY TRENCH EXCAVA'CION, EMBEDIv1ENT, AND BACKFILL Page 8 of I8 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EYECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground Eacilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In-Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all constntction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. CITY OF FORT WORTH Nciglthorltoo�l Sir�ets Cnnn•nct 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Cilv Prnject No. 0/2l5 Revised July I, 2011 330510-9 UT[LITY TRENCH EXCAVATION, EbiBEDMENT, AND BACKFILL Page 9 of 18 f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for remova( in the Drawings in accordance with Section 02 41 13 4. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not btock access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 5. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, putl boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 6. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation l. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in-situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. CITY OF FORT WORTH Nergh6orhood Sn•eels Corttract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projec! Na 0/225 Revised July I, 2011 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKF[LL Page l0 of 18 7, Unacceptable Backfill Materials a. In-situ soi(s classified as unacceptable backfill material shall be separated from acceptable backfill materills. b. If the unacceptable backfill material is to be b(ended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be btended or modified. 8. Rock — No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Brlcing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the cunent Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control l. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the fol(owing conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: CITY OF FORT WORTH Ncighha•ltood Sireets Conn•nc� 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec� No. Ul225 Revised July l, 20l 1 3305t0-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page l l of l8 a) Ground water levets in the trench are unable to be maintained below the top of the bedding ; b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Dacuments g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. ff ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. l. Place marker tape on top of the initial trench backfill in accordance with Section 33 OS 26. 2. Water Lines 16-24 inches in Diameter a. The entire embedment zone shall be of uniform material. CITY OF FORT WORTH Ner,qhhor•hood S�ree�s Corttract 38 STANDARD CONSTRUCI'ION SPECiFICATION DOCUMENTS Ciry Projer.i No. 0I225 Revised 7uly I, 2011 33OS 10- 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 18 b. Utility sand may be used for embedment when the excavated trench depth is (ess than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths greater than 15 feet deep. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment mlterial to adeqt►ately support haunches in accordance with the pipe manufacturer's recommendations. k. P(ace remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. L Where gate vatves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 3. Water Lines Greater than 24 Inches in Diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If ldditional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. CITY OF FORT WORTH Ncr,qhborhood Sb�ec�s Cortn•crcl _tU STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Crty Prnject No. 0I225 Revised July l, 201 I 33 05 l0 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page l3 of I8 j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. l. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit g• h. k. � m. n. price. Place pipe on the bedding according to the alignment shown in the Drawings. The pipe line shall be within ±0.1 inches of the elevation on the Drawings. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. Density test may be performed by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of the initial backfill. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shatl be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. ' f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH Ncighbor•ltoad Sn•eirs Conn•ucr 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pi•ojer.r No. 0I22� Revised July l, 20l 1 3305 10- (4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page Id of I8 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe (ine shal( be within ±0.1 inches of the elevation on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. l. Ptace trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13 or cement stabilized sand (CSS). g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within ±0.1 inches of the elevation on the Drawings. i. Compact the embedment initial backfi(1 to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone sha(1 be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH Neighhorllood Slrec�s Conh•ac! _�C� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnjer.t No. 01225 Revised July l, 2011 33OS l0- l5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page l5 of 18 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill l. At a minimum, place backfill in such a manner that the required in-place density i and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages ' associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth greater than 15 feet and under pavement or future pavement 1) Backfill depth from 0-15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth greater thanl5 feet deep a) Backfill with: (1) SelectFill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth greater than 15 feet and not under pavement or future pavement 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material 3. Required Compaction and Density a. Final backfill depths less than 15 feet 1) Compact acceptable backfill material, blended backfill material or se(ect backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill depths greater than 15 feet and under existing or future pavement 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. CITY OF FORT WOR'I`H Nei�hboi•hood Sn•eets Conn�act _i6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer,t No. 0I225 Revised July I, 201 l 33 OS t0 - l6 UT[LITY TRENCH EXCAVAT(ON, EMBEDMENT, AND BACKFILL Page 16 oF I8 c. Final backfill depths greater than 15 feet and not under existing or future pavement O Compact acceptable blckfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. c. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Wark c1n proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils thlt may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. P(ace in loose lifts not to exceed 12 inches. c. Compact to specified densities. d. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. e. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. f. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 OS 26. 6, Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessive(y dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench CITY OF FORT WORTH Neighbor•lrood Sh�ee�s Conn•act �B STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Citv Projec! No. 0/225 Revised July l, 2011 33OS10-t7 UTILITY TRENCH EXCAVAT(ON, EMBEDMENT, AND BACKFILL Page l7 of 18 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City wi(1 provide a qualified testing lab full time during this period to randomly test density and moisture continent. t) The testing lab will provide resu(ts as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c, Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Test Shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trenches deeper than 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths greater than 15 feet deep: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. CITY OF FORT WORTH Neighhorltood Sn-ee�s Conn•nct 3!� STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Ciry Project No. 01225 Revised July 1, 201 I 3305 t0- 18 UT[LITY TRENCH GXCAVAT[ON, EMBEDMENT, AND BACKFILt, Page 18 of I8 2) The testing lab shall take a miaimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the locltion of the test. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moistt�re 5) Dry density 6) Proctor identifier 7) Percent Proctor Density Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will fotlow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non-Conforming Work 1. All non-conforming work shall be removed and replaced. 3.8 SY5TEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT U5ED] 3.11 CLOSEOUT ACTIVITIES [NOT U5ED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NANIE SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhoo�l Slreels Conh•nc1 �!i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Prnject No. 01225 Revised July l, 2011 330513-t FRAME, COVER, AND GRADE RINGS Page t of 5 SECTION 33 OS 13 FRAME, COVER, AND GRADE RINGS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: l. Frame, cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. This Item is considered subsidiary to the structure containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and Related Castings 1.4 ADl�1INISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTAL5 A. Submittals shall be in accordance with Section O1 33 00, CITY OF FORT WORTH Ncighborhnod S�recls Contract 3l� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.� No. 01225 Revised July l, 201 I 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 fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Insta(lation instructions B. Certificates l. Manufacturer shall certify that alt castings conform to the ASTM and AASHTO designations. 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 1.9 QUALITY A55URANCE [NOT USED] 110 DELIVERY, 5TORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNI5HED [ou] OWNER-5UPPLIED PRODUCTS [NOT USED] 2.2 EQUIPNIENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Castings l. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers CITY OF FORT WORTH Nei,ghhorhood Sn•eets Conn•act .3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.� No. 0/22� Revised July l, 2011 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 5 a. Size to set tlush with the frame with no larger than a 1/8 inch gap between the frame and cover b. Provide with 2 inch wide pick stots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 19 3/a inches for alt storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 24 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non-traffic areas concrete or HDPE can be used. D. Joint Sealant l. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependant on a chemical action for its adhesive properties or cohesive strength. CITY OF FORT WORTH NeiQhhorhood Stree�s Conn�nct 3!i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.t No. 0/115 Revised July (, 201 l �3os i3-a �RAME, COVER, AND GRADE RINCS Page d of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EYECUTION 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Stlndard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicab(e City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Sealing l. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar l. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH Nc�ighhorlrond SMeets Conn•ac! �f� STANDARD CONSTRUCI'IO[Y SPECIFICAT[ON DOCUMENTS Ciry Prnjecr No. OI225 Revised July (, 201 l 3.5 REPAIR / RESTORATION [NOT USED] ' 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] ' 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH �Vcrghha•l�ood Stree�s Conn•act .il3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci�y Projer.t No. 0I225 Revised July 1, 201 l 33 OS 14 - l ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO CRADE Page 1 of 6 SECTION 33 OS 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and other miscellaneous structures to a new grade B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 OS 13 — Frame, Cover and Grade Rings 5. Section 33 39 10 — Cast-in-Place Concrete Manholes 6. Section 33 39 20 — Precast Concrete Manholes 7. Section 33 12 20 — Resilient Seated Gate Valve S. Section 33 12 21 — AWWA Rubber-Seated Butterfly Valve 9. Section 33 04 11 — Corrosion Control Test Station 10. Section 33 04 12 — Magnesium Anode Cathodic Protection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" comp(eted. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and backfill C[TY OF FORT WORTH ' Neiglrborlioo�l Stree�s Conn•acl.3l3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 0/22 i Revised July l, 2011 33os ia-z ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO CRADE Page 2 of 6 7) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to manhole to a grade specified on the Drawings. b. Payment L) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modificltions, grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 3. Inlet a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 4. V�lve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up CITY OF FORT WORTH Nnrghhorliood Su•ee�s Con�rnc� .3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prnject No. O/225 Revised July l, 20l l 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 oF 6 5. Cathodic Protection Test Station a. Measurement l) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall inctude: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 6. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 7. Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b, Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess materiai 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill d. Clean-up CITY OF FORT WORTH Ncighborl�ood Sa•eels Conn•nc! 3I� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Project No. 0/225 Revised July l, 2011 3sos ia-a ADIUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES'CO GRADE Page 4 of 6 1.3 REFERENC�S A. Reference Standards 1. Reference stand�rds 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 daCe is specifically cited. 2. Texas Commission on Environmenkal Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchlpter C, Rule 217.55 — Manholes and Related Structures. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D] 1.5 5UBMITTAL5 [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U5ED] 1.9 QUALITY ASSURANCE [NOT U5ED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oe] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cast-in-Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 OS 13. E. Backfill material 1. See Section 33 OS 10. F. Water valve box extension l. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 33 04 1 l. CITY OF FORT WORTH Nei�hborhooJ Slrects Contruct 3l� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Projecl No. 0I225 Revised July l, 20l 1 3305 14-5 ADJUSTING MANHOLES, WLETS, VALVE BOXES, AND OTHER STRUCTURES TO CF2ADE Page 5 of 6 H. Cast-in-Place Concrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORI�S [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - CXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION A. Verification of Conditions l. Examine existing structure to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification 1. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not, coordinate with City to verify final grade before beginning adjustment. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Structures l. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 4. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 33 05 10. CITY OF FORT WORTH Nei,ghborhood S'n•eets Conn•act :id STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS Citv Prnject No. 0l225 Revised July l, 2011 33OS 14-6 ADJUSTING MANHOLES, fNLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 6 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-IN5TALLATION [NOT U5ED] 3.7 FI�LD (oa] SITE QUALITY CONTROL [NOT USED] 3.8 5Y5TEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT U5CD] 3.11 CLOS�OUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CPI'Y OF FORT WORTH Ncighha�lrood S�rec�s Contrnc� .il� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer,� No. 0l225 Revised July l, 20l t 33 OS 26 - I UTILITY MARKERSILOCATORS Page I of 6 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- G�NERAL 11 SUMMARY A. Section Includes: l. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization , c. Pavement removal d. Excavation e. Hauling , f. Disposal of excess material ; g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 5UBMITTALS A. Submittals shall be in accordance with Section Ol 33 00. CITY OF FORT WORTH Neighborhood Su•eets Conn•nc�.�U STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci�v Projeci iVa 0l225 Revised July l, 2011 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 6 B. All submittals shall be approved by the Engineer or the City prior to de(ivery. 1.6 ACTION SUBMI'rTALS/INFORMATIONAL SUBNIITTAL5 A. Product Data 1, Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT U5ED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-�'URNISH�D (oe] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MAT�RIALS A. Manufacturers l. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. Provide new Uti(ity Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials l. Buried Markers a. Detectable warning tape shall be as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert ptastic jacket (1) 100 percent virgin low density polyethy(ene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH Neigh6a•l�ood Streets Connnct �Ci STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Crry Prnjec� No. O1225 Revised July t, 20l 1 3.30526-3 UTILITY MARKERS/LOCATORS Page 3 of 6 (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) b. Electronic utility marker balls shall be as follows: 1) Sealed shell containing a passive antenna — low-frequency resonance circuit tuned to specific frequency 2) Size — 4.5-inch diameter 3) Range — 5 feet minimum 4) Field Type/Shape — Spherical 5) Material — high-density polyethylene 6) Color and Frequency a) Water Lines (1) Color— Blue (in accordance with APWA Uniform Color Code) (2) Frequency — 145.7 kHz b) Sewer Line Markers (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Frequency — 121.6 kHz 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below CITY OF FORT WORTH Ncighhorliood Sireers Contract �Ci STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnjer.� No. 0122_S Revised Ju1y l, 2011 s3os26-a UTILITY MARKERS/LOCATORS Page 4 of 6 2.3 ACCESSORIES [NOT USED] 2.4 SOURCC QUALITY CONTROL [NOT USED] PART 3 - EYECUTION 3.1 iNSTALLER5 [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers 1. Detectable Warning Tape a. Install in accordance with manufacturer's recommendations be(ow natural ground surface and directly above the utility for which it is marking. 1) Allow 18 inches minimum between utility and marker. 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. 2. E(ectronic Marker Balls a. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. 1) Allow 4 inches minimum between utility and marker. 2) Bury to a depth of 5 feet maximum, or as close to the grade as is practical for optimum protection and detectability. 3) Allow at least 6 feet between each marker. b. Use tie-downs for placement of markers if deemed necessary by the City, or Engineer. c. Upon completion of installation, the City will inspect that electronic marker balls are installed in place, prior to paving over any of the required locations. d. See table below for other details related to marker ball installation: CiTY OF FORT WORTH Nei,�hhorhaod Su•ec�s Conn•act �!� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0I225 Revised July l, 2011 330526-5 UTILtTY MARKERS/LOCA"CORS Page 5 of 6 Marker Ball Clearance S acin Bur and Placement 16-inch and Larger 12-inch and Smaller Water Lines Water Lines Sanitar Sewer Clearance between 4 inches 4 inches 4 inches Utility and ( minimum) ( minimum) ( minimum) Marker Maximum S feet 5 feet 5 feet Bur De th Minimum 6 feet 6 feet 6 feet S acin -Horizontal Bends Placement -Vertical Bends -Horizontal Pts of curvature, tangency, - Horizontal Bends reverse curvature -Vertical Bends -ROW/Casings (Highways) -Horizontal Tees -Horizontal Pts of _ROW/Casings (excluding fire curvature, tangency, hydrants) reverse curvature (Railroads) -Casings -Casings -Other Locations -Cleanin w es shown on Drawings g Y -Dead-ends -Plugs -Stub-outs -Other Locations shown on Drawin s B. Surface Markers l. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. W1ter lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: CITY OF FORT WORTH Neighhorhood Streels Conti•�ct .�B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciry Projecr No. 01225 Revised July l, 201 l 330526-6 UT(LITY MARKERS/LACATORS Paige 6 of 6 I) In undeveloped areas, place marker maximum of 2 feet away from an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RCSTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT U5ED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USEDJ 3.8 SY5TEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighba�hood Sn•eets Contrnc� 3[3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Yrnjec� No. 0/225 Revised July l, 201 l 33 OS 30 - i EXPLORATORY EXCAVAT[ON OF EXISTING UT[LITIES Page t of 4 SECTION 33 05 30 EXPLORATORY EXCAVATION FOR EXISTING UTILITIES PART1- G�NERAL l.l SUMMARY A. Section I�icludes: t. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily (imited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. 2. Payment: a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation of Existing Utilities" of the type specified. 3. The price bid shall include: a. Grade survey b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placing and compaction of embedment g. Furnishing, placing and compaction of backfill h. Clean-up i. Surface restoration 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. CITY OF FORT WORTH Neishborhoo�l Sn•ee�s Conn•ac� 3!� STANDARD CONSTRUC`I'ION SPECIFICATION DOCUMENTS Citv Praject tVo. 0I225 Revised July l, 20t t 330530-2 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 2 of 4 1.4 ADMINISTRATIV� REQUIREMENTS A. Coordination l. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling l. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavltion of Existing Utilities to accommodate City personnel. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL 5UBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Mlterial type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT U5ED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Neighhorltood Sireets Cond•ctc� 3/� STANDARD CONSTRUCI'ION SPECIFtCATION DOCUMENTS Ci�y P1•njer.t Na 0l225 Revised July l, 20l t 330530-3 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 3 of 4 PART 3 - �XECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions l. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Verify location of existing utility at location denoted on the Drawings, or as directed by the City or Engineer. l. Expose utility to spring line, as necessary. 2. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 OS 10. B. Upon completion of the utility exploration, submit a report of the findings. C. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. D. Place embedment and backfill in accordance with Section 33 05 10. E. Once necessary data is obtained, immediately restore surface to existing conditions to: l. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT U5ED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 NIAINTENANCE [NOT USED] 314 ATTACHNIENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Neighhor•hood S�reets Conn•nd .�I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 0122� Revised July l, 20l 1 33 OS 30 - 4 EXPLORATORY EXCAVATION OF EXIST(NG UTILITIE3 Page 4 of 4 Revision Log DATE I�1AME SUMMARY OF CHANGE CITY OF FORT WORTH Ncrghborhood Sh�ects Contract �L� STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 City ProjecJ No. U1225 Revised July l, 20l t 331110-I DUCTILE 1RON PIPE Page I of l4 SECTION 33 11 10 DUCTILE IRON PIPE PART1- GENERAL l.l SUMMARY A. Section Includes: l. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections inc(ude, but are not necessarily limited to: I I. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 O1 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various gaskets e) Various Depths, for miscellaneous projects only fl Various restraints g) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) Mobilization 3) Polyethylene encasement CITY OF FORT WORTH Nei,qhborhood S�ree�s Conn•ac! 3[3 STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciry Projecr Na 0/l25 Revise� July l, 2011 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 14 4) Lining 5) Pavement remov�l 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Clay Dams 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up l6) Cleaning 17) Disinfection 1 S) Testing 2. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by (ump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Hydrocarbon Resistant Gaskets". 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, untess a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A242, Standard Specification for High-Strength Low-A(loy Structural Steel. b. A307, Standard Specification for Carbon Stee( Bolts and Studs, 60,000 psi Tensile Strength. c. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. d. B 117, 5tandard Practice for Operating Salt Spray (Fog) Apparatus. e. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): CITY OF FORT W�RTH Neighhorltoo�l S�ree�s Conn�nc� �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Prnjec! No. 0l115 Revised July 1, 20L l 331110-3 DUC'C[LE IRON PIPE Page 3 of 14 a. C 104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C111/A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C 1 I S/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C600, Insta(lation of Ductile-Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREM�NT5 [NOT USED] 1.5 SUBMITTALS A. Submittlls shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for. specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type CITY OF FORT WORTH Neigltba•haod Sn•ee�s Contr�rct .3D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P�•nject �Vo. 0I225 Revised 7uly I, 20l 1 3s ii io-a DUCT(LE IRON P(PE Page 4 of l4 c. Fittings d. Stationing e. Trinsitions f, Joint deflection C. Certificates l. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made, and that all tests have been performed in accordance with AWWA/ANSI C151/A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS5URANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing l. The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 110 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accordance with Section O1 66 00. CITY OF FORT WORTH Nei�hha•hood Sh•eets Conn•ac� iL� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Projer.r No. 01225 Revised July l, 2011 3311 t0-5 DUCTILE IRON PIPE Page 5 of (4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oe] OWNER-SUPPLIED PRODUCTS [NOT USED� 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers l. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. ; . �. 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150lA21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) ( si) 3 throu h 12 350 14 throu h 20 250 24 200 30 throu h 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWAJANSI C151/A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf CITY OF FORT WORTH Nc�i�hborhood Su•ee�s C�nn�act 3B STANDARD CONSTRllCTION SPECIFICATtON DOCUMENTS City Projer,� No. O/225 Revised July l, 201 I 331110-6 DUCTILE IRON PIPE Page 6 of Id 2) Live Load = AASHTO HS 20 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (P��) = 150 psi 6) Surge Allowance (Pg) = 100 psi 7) Design Internal Pressure (P;) = PW + Py or 2:1 safety factor of the lctual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 8) Maximum Calculated Deflection (Dx) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanica(ly restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall be atlowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (P;) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section O1 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drlwings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soit prism above the pipe, for unsaturated soil conditions. 2) Soil density = 130 pcf (maximum value to be used), for unsaturlted soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 8. Joints a. General — Comply with AWWA/ANSI C111/A21.11. b, Push-On Joints CITY OF FORT WORTH Ncighba•/�oo�l Slrects Conn•ncl i[3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cllv Project No. 01225 Revised July l, 20l 1 33 1l IO-7 DUC'I'ILE tRON PIPE Page 7 of l4 c. Mechanical Joints d. Push-On Restrained Joints I) Restraining Push-on joints by means of a speciat gasket a) Only those products that are listed in Section Ol 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push-on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section O1 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. F(anged Joints — AWWA/ANSI C115/A21.15, ASME B 16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. All rubber joint gaskets utilized on Ductile Iron Pipe shall be in conformance with AWWA/ANSI C111/A21.11. b. Flanged Gaskets 1) Full face 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch 3) Virgin stock 4) Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11. 5) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 6) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 7) Furnish VitonO Rubber gaskets hydrocarbon restraint gaskets, when required. c. Isolation Flanges 1) Flanges required by the drawings to be Isolation Flanges shall conform to Section 3 04 10. 10. Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWA/ANSI Cll 1/A21.11 and ASTM A242. 2) Cor-Blue coated with FluoroKote #l, or equal a) Coating shall conform to the performance requirements of ASTM B 117 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of AWWA C115. a) For buried and non-buried applications, provide ASTM A193 Grade B7 Bolts and ASTM 194 Grade 2H Nuts. CITY OF FORT WORTH Neighborlioorl Streels Connnc� .3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projeci No. 01225 Revised July l, 20l t 331t IO-8 DUCTILE IRON PIPE Page 8 of 14 (1. Flange Coatings a. Connections to Steel Flanges () Coatings for buried flinges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 12. Ductile Iron Pipe Exterior Coatings a. A(I ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 13. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section Ol 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple potyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Pol eth lene Tube and Sheet Sizes for Push-On Joint Pi e Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) � � 10 t2 14 14 16 20 24 27 28 28 32 40 48 54 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20l i Neighhorhood Sireeis Conn•act 3B Crtv Pruject No. 0I225 3311 10-9 DUCTILE fRON PiPE Page 9 of 14 14 30 60 16 34 68 18 37 74 20 4L 82 24 54 l08 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 14. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section O1 60 00. 2) Apply lining at a minimum of 40 mils D�I'. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinhotes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the appticator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH Nei�hborltood Streets Conn•act �Li STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Citv Project Na 0I225 Revised July 1, 2011 3311 IO-10 DUCTILE IRON PIPE Page l0 of 14 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - CXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EYAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General l. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's recommendations. 2. See Section 33 11 11 for instal(ation requirements for Ductile Iron Fittings. 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 OS 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. For installation of canier pipe within casing, see Section 33 05 24. B. Pipe Handling l. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for hand(ing the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals 1nd trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making l. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2, Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH N��i,Qhborhoo�! Sn•eets Conn•nc1 i!3 STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS Citv Project No. 01225 Revised July l, 20l l 3311 (0-ll DUCTILE IRON PIPE Page 1 t of 14 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. F1inged Joints a. Use erection boits and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b, The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overtap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of p'rpe. f. Secure overlap in place. g. Take up s(ack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to po(yethylene. CITY OF FORT WORTH Nei,ghborhood Streets Connnc1313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec� Na 0l225 Revised July l, 2011 33 l 1 10 - I2 DUCTILE IRON PIPE Page I2 of 14 Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately t foot shorter than pipe section. b, Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pu113-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrlp with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is instal(ed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made direct(y through polyethylene, with any resulting damaged areas being repaired as described above, CITY OF FORT WORTH Ncighborltood Sn•eels Connnc� iB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projec� �Vo. 0I225 Revised Juiy 1, 2011 A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 O1 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT U5ED] END OF SECTION 3.5 3.6 3311 10-t3 DUCT[LE IRON PIPE Page l3 of ld 9. Jimctions between Wrapped and Unwrapped Pipe: a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitabie dielectric tape for minimum c(ear distance of 3 feet away from Cast or Ductile Iron Pipe. REPAIR/RESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4, Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. 5. Promptly remove rejected pipe from the site. RE-INSTALLATION [NOT USED] 3.7 FIELD [oe] SITE QUALITY CONTROL CPI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20l t �Veighhal�oo�! Sn•eeis Conn•uct �B C!(v Prnject Na 0l22j 33 l I 10 - I4 DUCTILE IRON PIPE Page 14 of Id Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH �Veighborhood Sireets Conn•nc� .�l� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crlv Yrojec� No. 0l225 Revised JWy l, 20l 1 3311 I(-I DUCTILE IRON FITTINGS Page 1 of 13 SECTION 33 11 11 DUCTILE IRON FITTINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections inciude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 03 34 16 — Concrete Base Material for Trench Repair 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Ductile Iron Water Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for speciais where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C 153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Water Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation CITY OF FORT WORTH Nerghfia•hood Sn�eets Coirtrnc� ,�I3 STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS City Project No. 0122� Revised July l, 20l 1 3311 ll-2 DUCTILE IRON EITTINGS Page 2 of 13 6) Hauling 7) Disposal of excess material 8) Furnishing and instatling bolts, nuts, and restraint (if required) 9) Furnishing, placement and compaction of embedment l0) Furnishing, placement and compaction of backfill 11) Clay Dams l2) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings rnultiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C 153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C 110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C�153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWAJANSI C153/A21,53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraint (if required) 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment CITY OF FORT WORTH �Veighha•hood Streets Conh�act 3!3 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Citv Project Na 0/22S Revised July l, 2011 �:�ii i�-� DUC1'ILE IRON FITTINGS Page 3 of 13 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Hydrocarbon Resistant Gaskets". 1.3 R�FERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. 3 4. 5. : 7. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). ASTM International (ASTM): a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. b. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. American Water Works Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Ename( and Tape - Hot Applied. b. C600, Instatlation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C 110/A21.10, Ductile-Iron and Gray-Iron Fittings. d. Cl 11/A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. e. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section Ol 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Ductile Iron Fittings a. Pressure class CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July l, 201 I Ncig{thorltood Streets Contrncl �[i Citv Prnjecl No. 01225 33itii-a DUCTILE IRON FITT[NGS Page 4 of 13 b, Interior lining c. Joint types 2. Potyethylene encasement and tape a. P(anned method of installation b. Whether the film is linear low density or high density cross linked polyethylene c. The thickness of the film provided 3. Tlie interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4 a. Material b. Application recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Bolts and nuts for mechanical and or flange joints 6. Gaskets B. Certificates l. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisions of this Section and meet the requirements of AWWA/ANSI Cl 10/A21.10 or AWWAJANSI C153/A21.53. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM Bl 17. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL 5UBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications l. Manufacturers a. Fittings manufacturing operations (fittings, lining, and coatings) shall be performed under the control of the manufacturer. b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI C110/A21.10 or AWW'A/ANSI C153/A21.53. 1) Perform quality control tests and maintain the results as outlined in these standards to assure compliance. B. Preconstruction Testing 1. The City may, 1t its own cost, subject random fittings for destructive testing by an independent l�boratory for compliance with this Specification. a. The comp(iance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M41. CITY OF FORT WORTH Neighborhaoel Sn•ects Conn•act.3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Yrojec! No. 0l225 Revised July 1, 20l 1 33 tl II -5 DUC'I'ILE IRON FITTINGS Page 5 of 13 2. Secure and maintain a location to store the material in accordance with Section Ol 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oR) OWNER-SUPPLIED PRODUCTS [NOT USED) 2.2 �QUIPMENT, PRODUCT TYPES AND MAT�RIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Ductile Iron Fittings l. Ductile Iron Fittings sha(1 be in accordance with AWWA/ANSI C110/A21.10, AWWA/ANSI C153/A21.53. 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Push-On Joints 1) Comply with AWWA/ANSI C111/A21.11. b. Mechanical Joints 1) Comply with AWWA/ANSI C111/A21.11. c. Mechanical Joints with mechanical restraint 1) Restraint devices shall consist of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSUAWWA C 110/A21.10. 2) The devices shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi C1TY OF FORT WORTH iVei,�hba•haod Sn�ee�s Contruct ,�f3 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Citv Yroject No. Dl225 Revised July l, 201 I 33 11 I1 -6 DUCTILE IRON FITTINGS Page 6 of 13 3) 4) �7 (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch — l6-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must inctude a minimum safety factor of 2 to 1 in all sizes Restraint devices shall hlve specific designs for Ductile Iron and PVC and should be easily differentiate between the two. Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536 Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque timiting twist off nuts. d. Push-On - Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in O1 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push-on Restrained Joint bell and spigot a) Only those products list in the standard products list will be a(lowed for the size listed in the standard products list per Section Ol 60 00 b) Pressure rating shall exceed the working and test pressure of the pipe line e. Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 3) Field fabricated flanges are prohibited. Gaskets a. All rubber joint gaskets utilized on Ductile Iron Fittings shall be in conformance with AWWA/ANSI C111/A21.11. b. Flanged Gaskets 1) Full face 2) 3) 4) 5) Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch Virgin stock Conforming to the physical and test requirements specified in AWWAJANSI C 111/A21,11 Finished gaskets sha(1 have holes punched by the manufacturer and shall match the flange pattern in every respect. CITY OF FORT WORTH NeighborlfooJ Sn•ects Connnct iCi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Prnjecl No. 0l225 Revised July 1, 20l 1 331111-7 DUC'I'tLE IRON FITTINGS Page 7 of 13 6) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 7) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, when required. c. Isolation Flanges 1) Flanges required by the drawings to be Isolation Flanges shall conform to Section 3 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWA/ANSI C111/A21.11, and ASTM A242. 2) Cor-Blue coated with FluoroKote #l, or equal a) Coating shall conform to the performance requirements of ASTM B 117 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of AWWA C115. a) For buried and non-buried applications, provide ASTM A193 Grade B7 bolts and ASTM 194 Grade 2H Nuts. 8. Flange Coatings ' a. Connections to Steel Flanges 1) Coatings for buried flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. � 10 Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section O1 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 l Ncighba•(�ood Slreers Co�urnc! �B Citv Projec� rVo. 0l225 3311 II-8 DUC'I'1LE IRON FITTINGS Page 8 of l3 b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water ►narker tape to the polyethylene wrap. 2) Wlstewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in aecordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the potyethylene wrap. g. Minimum widths 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 l6 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. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b, Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section Ol 60 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. CITY OF FORT WORTH Neighi�or•hoocl Slrects Conn•ac� 3l3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Yrojer,t No. 0l225 Revised July l, 201 l 4) 5) 6) 7) 8) 331111-9 DUCTILE IRON FITTING3 Page 9 of I 3 a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the app(ication of the lining. Surface preparation shall be in accordance with the manufacturer's recommendations. Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. Test the interior lining of all fittings for pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. For all Ductile Iron Fittings in wastewater service where the fitting has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT U5ED] 3.4 INSTALLATION A. General 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's recommendations. 2. Lay fittings to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. Embed Ductile Iron Fittings in accordance with 33 OS 10. B. Joint Making l. Mechanical Joints a. Bolt the follower ring into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. CPI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS Revised July l, 2011 Nei,ghha•hood S�ree�s Connnct 3B �.'lIV f�!'OfBCt /VO. i)�ZZS 3311 i1-10 DUCTILE [RON FITTINGS Page l0 of 13 d. App(y a thin film of non-toxic vegetlble soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinished the field cut and scarf to conform to AWWA M-41. 3. Flanged Joints 1. Use erection bolts and drift pins to make flanged connections. t) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Insta(1 flange bolts with all bolt heads faced in 1 direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. C. Polyethylene Encasement Installation: l. Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surFace prior to installation of polyethylene e�casement. 1) Prevent soil or embedment material from becoming trlpped between fittings and polyethylene. b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings, and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section 1nd bunching it accordion-fashion lengthwise until it c(ears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate insta(lation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. CITY OF FORT WORTH Neighborhood Snrets Conn�acl3t3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciiv Projec� �Vn. 01225 Revised July l, 201 I 3311 II-II DUC'['ILE IRON FtTTINGS Page 1 t of l3 h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with instal(ation of next fitting in same manner. 3. Tubu(ar Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up Slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethytene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide I-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet.. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethy(ene and temporarily folding back film. b. After appurtenance is installed, tape s(ack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. C[TY OF FORT WORTH Nei,qhhorhaod S�ree�s Conn•nct 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project A�o. O1225 Revised July i, 2011 33 11 11 - 12 DUCTfLE [RON FtTTINGS Page 12 of l3 c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described lbove. 9. Junctions between Wrapped and Unwrapped Fittings a. Where polyethylene-wr�pped fitting joins an ldjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferentia( turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum c(ear distance of 3 feet away from cast or Ductile Iron Fittings. D. Blocking 1. Install concrete b(ocking in accordance with Section 03 34 16 for all bends, tees, crosses and plugs in the pipe lines as indicated in the Drawings. 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, normal to the thrust. 3. The supporting area for each block shall be at least as great as that indicated on the Drawings and shall be sufficient to withstand the thrust, including water hammer, which may develop. 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 5. If the Contractor encounters soil that appears to be different than that which was used to calculate the blocking according to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field-patching is not permitted of tining or coating. 2. Patching of lining or coating will be al(owed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any fitting. 4. Wherever necessary to patch the fitting: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched fitting until the patch has been properly and adequately cured and approved for laying by the City, c. Promptly remove rejected fittings from the site. 3.6 R�-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Potab(e Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. CITY OF FORT WORTH �Veighborhood SYreels Contrnct 3I� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec� No. 01225 Revised July l, 2011 33 11 11 - 13 DUC'CILE [RON FITTING3 Page 13 of (3 3.8 SY5TEM 5TARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT U5CD] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborlrood Stree�s Conn•nct.3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project iVo. 01225 Revised July l, 2011 331t l2-I POLYVINYL CHLORIDE (PVC) PRESSURE P[PE Page t of 8 S�CTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— B idding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 O1 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally a(ong the surface from center line to center tine of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material CITY OF FORT WORTH Neighhorhood Streels Conn�act 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. O1225 Revised July l, 201 l 3311 12-2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 g• h. i. J� k. m. n. o. Furnishing, placement and compaction of embedment Furnishing, placement and complction of backfill Cl�y Dams Thrust restraint, if required by Contract Documents Gaskets Clean-up Cleaning Disinfection Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN through 48 IN, for W1ter Transmission and Distribution. e. M23, PVC Pipe — Design and Installation. f. M41, Ductite-Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. 6. Underwriters Laboratories, Inc. ([JL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT U5ED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section Ol 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe C[TY OF FORT WORTH Ncighi�or•Iraod Streets Conn•ac� 3I� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci�v Projer�� No. 0122.i Revised July l, 20l 1 33I1 12-3 POLYVINYL CH[.ORIDE (PVC) PRESSURE PIPE Page 3 of 8 b. Manufacturer ' c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professiona( Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900 or AWWA C905. 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications l. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. CITY OF FORT WORTH Neighborhao�! Slreets Conn•act 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciry Pr•oject No. U1225 Revised July 1, 2011 33 ii ia-a POLYV WYL CHLORIDE (PVC) PRESSURE PIPE Page 4 oF 8 c. All pipe f�u•nished shall be in conformance with AWWA C900 and AWWA C905. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements t. Store and hand(e in accordance with the guidelines as stated in AWWA M23. 2. Secure 1nd maintain a location to store the material in accordance with Section Ol 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers l. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. : � •- 1. Pipe shall be in accordance with AWWA C900 or AWWA C905. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material sha(1 be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454-B. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) ( si) 4 throu h 12 DR 14 16 throu h 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio CITY OF FORT WORTH Neighborlrood Streets Conmact �!3 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City P�njec� Na UI125 Revised July l, 2011 33 tl t2-5 POLYVINYL CHLORIDE (PVC) P[tESSURE PIPE Page S of 8 4) AWWA C900 or AWWA C905 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (PW) = 150 psi g. Surge Allowance (PS) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calcuiated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust: a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (P;), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section O1 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the tength of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In (ocations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. CITY OF FORT WORTH Neighhorhood Sn�ee�s Coniract 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer,t No. 01225 Revised July l, 20l 1 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE P(PE Page 6 oF 8 a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM D3139. b. Since each pipe manufacturer has a ciifferent design for push-on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non-toxic and NSF approved for potable water applications. d. Push-On Restrained Joints shall only be as approved in the Standard Products List in Section Ol 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EYECUTION 3.1 IN5TALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General l. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4, Embed PVC Pressure Pipe in accordance with Section 33 OS 10. 5. For installation of carrier pipe within casing, see Section 33 OS 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making Mechanical Joints C1TY OF FORT WORTH Neighborliood S�ree�s Conn•act 3L3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pr�,jecr No. 01225 Revised Juty l, 20l l 331t 12-7 POLYVINYL CNLORIDE (PVC) PRES3URE PIPE Page 7 of 8 a. Bolt the follower ring into compression against the gasket, with the bolts tightened down evenly then cross torque in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Instatl Push-On joints as defined in AWWA C900 and AWWA C905. b, Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Detectable Metallic Tape Installation l. See Section 33 OS 26. 3.5 REPAIRJRESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR) SITE QUALITY CONTROL A. Potable Water Mains Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 O1 31. CITY OF FORT WORTH Neishborhood S�ree�s Conn•ac� .�Q STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project �Va Ol225 Reviseci July l, 20l I 3311 12-8 POLYVINYL CHLOR[DE (PVC) PRESSURE PfPE Page 8 oF 8 3.8 5YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLO5EOUT ACTIVITIE5 [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT U5ED] 3.14 ATTACHMENT5 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Nnighhorhood S�rects Conn•acl 36 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ci�v Prajec� No. 0/225 Revised July l, 20l t 33 (2 10- 1 WA'tER SERVICES I-INCH TO 2-WCH Page 1 of 13 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 1-inch to 2-inch water service lines from the water main to the right-of-way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c, Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "New Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 6) Fittings CITY OF FORT WORTH iVeighhorhood S�reets Conn�nc� 3Li STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Citv Prnjer;� No. 0l22i Revised July l, 20l t 33 12 10 - 2 WATER SGRV[CES 1-[NCH TO 2-INCH Page 2 of l3 7) Service (ine installed by open cut 8) Connection to meter 9) Connection to existing service l0) Pavement removal 11) Excavation l2) Hauling 13) Disposal of excess material 14) Clean-up 15) Disinfection 16) Testing 2. New Water Service, Bored a. Measurement 1) Measurement for this Item shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "New Water Service, Bored" installed for: a) Various sizes c. The price bid shall inctude: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Connection to existing service 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Clean-up 14) Disinfection 15) Testing 3. W1ter Meter Service Relocate a. Measurement 1) Measurement for this Item sha(1 be per each Water Meter Service Relocate complete in place from public service (ine connection to private service line connection. Payment 1) The work performed in conjunction with relocation of the meter, associated service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service Relocate" installed for: a) Various size of services The price bid shall include: CITY OF FORT WORTH Nerghhor•hood Sh•eets Conirnct 3/3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec( No. Ol225 Revised July l, 2011 33 12 10 - 3 WATER SERVICES I-INCH TO 2-INCH Page 3 of 13 l� 2) 3) 4) 5) 6) 7) 8) 9) Service line Fittings Connection to service line Pavement removal Excavation Hauling Disposal of excess material Clean-up Cleaning 4. Private Service a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Service" installed for: a) Various sizes of service c. The price bid shall include: 1) Submitting product data 2) Private Service line 3) Fittings 4) Connection to existing private service line 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 10) Cleaning 11) Disinfection 12) Testing 1.3 REFER�NCES A. Definitions l. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, inc(uding corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Relocate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juty l, 201 l Nei,ghborhood Sireels Conbact .38 Ciry Prajec! No. 0I225 33 ia io-a WATER SERVICES 1-1NCH TO 2-INCH Pnge 4 of l3 a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that (ies within 5 feet of the existing meter. 4. Private Service a. Relocation and reconnection of private service line on private property where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. B. Reference Standards l, Reference standards cited in this Specification refer to the cunent reference standard published at the time of the latest revision date logged 1t the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specificltion for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. D883, Standard Terminology Relating to Plastics. 3. American Water Works Association (AWWA): a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling l. Provide advance notice for service interruptions and meet requirements of Division 0 and Division l. 1.5 SUBNIITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to detivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid CITY OF FORT WORTH Ncighborhood Sh•eets ConJ�•crct _�B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Cilv Projeci No. 0I225 Revised July 1, 201 l 33 12 10 - 5 WATER SERV►CES I-INCH TO 2-[NCH Page 5 of 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to suntight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section O1 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water meters for various sizes 2.2 �QUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH Neighhorhoo�l Streels Contrnc� �Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec� No. 0I225 Revised Ju1y l, 2011 33 12 10 - 6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of I 3 b. All Water Services components in contact with potable water shatl conform to the requirements of NSF 61. C. Materiats/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contrlct Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equ�il to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. 3. Corporation stops a. Provide brass castings per AWWA C800 for: L) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 3/a inch per foot or 0.1458 inch per inch ± 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at (east 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1'/z -inch and 2-inch corporation stops 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for fult 360 degree plug rotation clockwise or counter-c(ockwise. e. Overall Length CITY OF FORT WORTH Nei�hborltood Su•ects ContracJ.iQ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnjecl Na 0I225 Revised luly 1, 2011 33 (2 t0-7 WATER SERVICES 1-fNCH TO 2-WCH Page 7 of ( 3 1) 3-5/16 inch ± 1/8 inch for 1-inch diameter 2) 4-1/32 inch ± 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 5. Straight Adapters a. Brass castings and threads per AWWA C800 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of ineter nut. e. Machine inside and outside of tailpiece. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed C[TY OF FORT WORTH Ncighhorhood Sn•ec�s Caurnc� 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. Ul22 i Revised July l, 2011 33 12 10 - 8 WATGR SERVICES (-tNCH TO 2-[NCH Page 8 of l3 3) Fit contour of pipe as follows: Minimum Outside Maximum Outside Nominal Pipe Size Diameter of Pipe Diameter of Pipe (inches) (iuches) (inches) 1.50 L .900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 t 0.00 11.100 11.400 4) Saddle a) Form to fit firmly lgainst side of maximum diameter of water main with approximately 180 degrees wrap around. 5) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 4) Straps shall be threaded, 5/8 inch (11-NC-2A) for a distance such that'/a inch remains after cllmp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads. 6) The threads shall be full and free from shear. 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and smaller. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (I1-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1�/z-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat 1t the upper end • 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in flange gasket surface. CITY OF FORT WORTH Neighhorhood Slreets Cann•nc� 3C� 3TANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Clry Projecl No. O1225 Revised July l, 2011 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of l3 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves sha(1 be double drilled to permit connection to I �/z -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Vaive Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) O-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. � The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and sha(1 be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on the manufacturer's flange seal surface design choice. 11. Meter Boxes shall: a. Be constructed of: 1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883, as follows: a) Not allowed to be located within driveways b) Minimum wall thickness of 0.500 inches c) Black exterior to provide IJV protection d) Exterior free from seams or parting lines e) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with tightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C 131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Class A Standard Meter Box 1) For use with services utilizing 5/8-inch x 3/a-inch, 3/a-inch or 1-inch meter 2) Size a) 11-inch x 18-inch Box, 12 inches high e. Class B Standard Meter Box 1) For use with services utilizing 1-1/2-inch or 2-inch meter CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 2011 Nc�ighborhood Slreets Contract 3B Citv Projec� No. 01225 33 12 l0 - 10 WATERSERVICES 1-WCHT02-INCH Paga t 0 of t 3 2� SIZe a) 15,25-inch x 27-inch Box, 12 inches high Class C Standard Meter Box 1) For use with services utilizing two 5/8-inch x 3/a-inch or 3/a-inch meters 2) Size a) 18-inch x 16-inch Box, 12 inches high 12. Meter Box Lid a. Cast Iron or Ductile Iron 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 2) Shall withstand a minimum vertical load of I5,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of ±l/16 inch per foot. 5) All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. 6) Casting weights may vary ±5 percent from drawing weight per industry standards. b. Plastic 1) Plastic meter lids not allowed to be installed within driveways. 2) The lid shall: a) Be modified polyethylene material with u(traviolet protection b) Seat securely and evenly inside the Meter Box and shall not overlap the top edge of the Meter Box c) Have a grid pattern for skid resistance d) Be solid through and rated for traffic loads e) Include'/a-inch rebar segments which can be utilized for location purposes 13. Horizontal Check Valve a. Equip 1'/a-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCES50RIE5 [NOT USED] 2.4 SOURCE QUALITY CONTROL A, Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b, Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. CPCY OF FORT WORTH Ncrghhorltood Sh�ecls Conh•ac13B STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS City Projer.� Na U1225 Revised July l, 2011 33 12 10-11 WATER SERVICES 1-tNCH TO 2-INCH Page 1 I of 13 c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type c. Size of Pipe PART 3 - EXECUTION 31 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/a-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 OS 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. CITY OF FORT WORTH ;Verghborhood S�reets Conn•act 38 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Cilv Yroject Na 0/225 Revised July l, 201 I 33 12 l0 - 12 WATER SERVICES (-INCH TO 2-[NCH Page 12 of l3 b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation Service Taps a. Only ductile iron pipe may be directly tapped. b. Instatl service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walts (1) Made during pipe fabrication (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter'/z inch to 3/a inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: I) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximate(y 6 inches above ground at the Meter Box location. CITY OF FORT WORTH Ncighborltood Streels Coruract �Ci STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 0l225 Revised July I, 20l 1 .33 I2 10 - 13 WATER SERV[CES t-(NCH TO 2-INCH Page l3 of 13 b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normai to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After insta(lation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RC-INSTALLATION [NOT USED] 3.'7 FIELD [oK] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ;Vc�ighborhood Sn•eets Contrncl 3B STANDARD CON3TRUCTION SPECIFICAT[ON DOCUMENTS Ciry Project Na 0l225 Revised Juty l, 201( 33 12 20 - ( RESILIENT SEATED (WEDGE) GA'I'E VALVE Page I of S SECTION 33 12 20 RESII.IENT SEATED (WEDGE) GATE VALVE PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract Z. Division 1— General Requirements 3. 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYI�iENT PROCEDURES A. Measurement and Payment l. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The wark performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Gate Valve" installed for: ' 1) Various sizes 3. The price bid shall include: a. Furnishing and installing Gate Valves with connections as specified in the i Drawings b. Valve box c. Extension d. Valve vault and appurtenances (for 16-inch and larger gate valves) e. Polyethylene encasement . f. Pavement removal g. Excavation h. Hauling i. Disposal of excess material j. Furnishing, placement and compaction of embedment k. Furnishing, placement and compaction of backfill ' l. Clean-up m. Cleaning n. Disinfection ' o. Testing CITY OF FORT WORTH Neighborhood Sh•eets Contract 3!3 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Cilv P�njec� No. O1125 Revised July 1, 201 l 33 1220-2 RESfLIEN1' SEATED (WEDGE) GATE VALVE Page 2 of 8 1.3 REFERENCES A. Abbreviations and Acronyms 1. NRS — Non Rising Stem 2. OS&Y — Outside Screw and Yoke B. Reference Standards l. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16. l, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparltus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): a. C509, Resilient-Seated Gate Valves for Water Supply Service. b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. c, C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IlV through 12 IN, for Water Transmission and Distribution. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C 111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. Cl 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL 5UBMITTALS A. Product Data CITY OF FORT WORTH Neighborhood Sn�ee�s Conn•act �!� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Yrojer.t No. 0/225 Revised July 1, 20l l 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Pagc 3 of 8 1. Resilient Seated (Wedge) Gate Vatve noting the pressure rating and coating system supplied, including: a. Dimensions, weights, material list, and detailed drawings b. Joint type c. Maximum torque recommended by the manufacturer for the va(ve size 2. Polyethylene encasement and tape a. Whether the film is linear low density or high density cross linked polyethylene ' b. The thickness of the film provided 3. Thrust Restraint, if required by contract Documents a. Retainer glands b. Thrust harnesses c. Any other means 4. Bolts and nuts for mechanical and flange joints 5. Instructions for field repair of fusion bonded epoxy coating 6. Gaskets B. Certificates 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet the provisions of this Section, each valve meets Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C509 or AWWA C515. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Valves 16-inch and larger shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. For valves less than 16-inch, valves of each size shall be the product of 1 manufacturer, unless approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. c. Valves shall meet or exceed AWWA C509 or AWWA C515. d. Resilient Seated Gate Valves shall be new and the product of a manufacturer regularly engaged in the manufacturing of Resilient Seated Gate Valves having similar service and size. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements CITY OF FORT WORTH Neighborhoa�t SYreets Conn•nct 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project Na 0I215 Revised Juty 1, 20l t 3� iazo-a RESILIENT SEATED (WEDGE) CATE VALVE Page 4 of 8 1. Protect atl parts so that no damage or deterioration will occur during a prolonged delay From the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank f(anges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and conosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITION5 [NOT U5ED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division l. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 �QUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Description l. Regulatory Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. Al( valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements CITY OF FORT WORTH Neishborltood Sireets Conn•nc! 3Ci STt1NDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec� No. 171225 Revised July 1, 20l 1 331220-5 RES[LIENT SEATED (WEDGE) GATE VALVE Page 5 of S e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C 105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shatl be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch through 12-inch valves) b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non-buried service) 4. Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWA/ANSI C111/A21.1 l, and ASTM A242. 2) Cor-Blue coated with FluoroKote #l, or equal a) Coating shall conform to the performance requirements of ASTM B 117 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of AWWA C509 and C515. 2) For buried and non-buried applications, provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. 3) Spray bolts and nuts with anti-seize compound. 5. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged-joints: AWWAJANSI C115/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete cylinder pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints unless otherwise specified in the Contract Documents. 6. Operating Nuts a. Supply for buried service valves b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high c. Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base. d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. CITY OF FORT WORTH Nerglibor/too�l S�reets Contrnc13�3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Prnject rVo. OI125 Revised July 1, 2011 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer's recommended torque. f. Furnish handwheel operators for non-buried service. 7. Gearing a. Gate valves that are 24 inch and larger: Equip with a spur gear. b. Bevel gears for horizontllly mounted valves are not allowed. c. The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve. 8. Gaskets a. All rubber joint gaskets utilized on valves shall be in conformance with AWWAIANSI C111/A21.11. b. Flanged Gaskets 1) Full face 2) Manufactured true to shape from approved synthetic rubber stock of a thickness not less than 1/16 inch 3) Virgin stock and conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 4) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 5) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 6) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, where required. 2.3 ACCESSORIE5 A. All gate valves shall have the following accessories provided as part of the gate valve installation: 1. A keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City stock orders b. Not to be bolted or attached to the valve-operating nut c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting loosely enough to allow deflection 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and covers a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5'/a-inch shafts, screw type, consisting of a top section and a bottom section. b. V1lve boxes shall be as listed in the City of Fort Worth Standard Products List in attached in Section Ol 60 00. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. Valve box covers must be designed to stay in position and resist damage under AASHTO HS 20 traffic toads. CITY OF FORT WORTH Neighba•Irood S�reeis Co�tn•ncl:iLi STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Citv Praject No. 01225 Revised July l, 2011 331220-7 RESILfENT SEATED (WEDGE) GATE VALVE Page 7 of 8 e. Each cover shall be casted with the word "WATER" in raised letters on the ' upper surface. f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 40. g. Box extension material shall be AWWA C900 PVC or ductile iron. 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General l. All va(ves shall be installed in vertical position when utilized in normal pipe(ine installation. 2. Valves shall be placed at line and grade as indicated on the Drawings. 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to operate the valve. 2. The Operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. 3. If access and operation of the valve meet the City's criteria, then the valve will be accepted as installed. B. Non-Conforming Work 1. If access and operation of the valve does not meet the City's criteria, remedy the situation until the valve meets the City's criteria. CPCY OF FORT WORTH Neighhorhaod Su•ects Conn•nct .38 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Ciry Yrojer.t Na 0/225 Revised July l, 2011 33 1220-8 RESfL(ENT SEATED (WEDGE) GATE VALVE Page 8 of 8 3.8 SYSTENI STARTUP [NOT U5ED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighhorhood S�reeis Connnct .�1� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Prnject No. 01225 Revised July l, 2011 33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: ; 1. Connection to existing water mains to include, but not limited to: ' a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Performing in-line connections d. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main ; that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. ; b. Payment ' 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: CITY OF FORT WORTH Neighborhood Streets Co�tn��ct 3D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec� Na 01225 Revised July l, 20(1 331225-2 CONNECTION'I'O EXISTING WATER MAINS Nnge 2 of 8 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene enclsement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid sha(I include all aspects of making the connection including, but not limited to: 1) Preparing submitta(s 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping S(eeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH Neiglrfiorhaod Sn�eels Conn•act .iU STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Project No. 0l2Z5 Revised July I, 2011 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENC�S A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. d. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b, C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 6. NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. CPI'Y OF FORT WORTH Neighborhoo�l Stree�s Conn•act .�1i STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 01225 Revised July l, 20l 1 33 ia2s-a CONNEC'I'ION TO EXISTING WATER MAINS Page 4 of 8 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make atl connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not altow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was attered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTAL5 A. Product Data, if applicable 1. Tlpping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the v11ve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. C1TY OF FORT WORTH Neighborhood Sl�•eels Contracl 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciry Projer,t No. 0I225 Revised July l, 20(1 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMI'rTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements l. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until insta(lation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section O1 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty l. Manufacturer's warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers l. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Description 1. Regulatory Requirements a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body CITY OF FORT WORTH Nei,yhborhood Sh•eets Conh•act _?I3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0/225 Revised July 1, 20l 1 33 12 25 - 6 CONNECT[ON TO EXIST[NG WATER MAINS Page 6 of 8 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an lverage 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWAIANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B 16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C207. 2) Provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. a) Spray bolts and nuts with anti-seize compound. 4. Gaskets a. Nitrile Butadiene Rubber (NBR, Buna-N) per ASTM D2000 b. Bonded into cavity for internal and external retention c. Temperature range: -20 degrees F to +180 degrees F d. Suitable for water, oil, mild acids, bases, and most (aliphatic) hydrocarbon fluids 5. Test Plug a. 3/a-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION A. Verification of Conditions Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. Excavate and backfill trench for the exploratory excavation in accordance with 33 OS 10. 2. Verify that all equipment and materials are available on—site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CI'CY OF FORT WORTH Nei�hboi•1rooJ S�reels Connnc! 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P�•ojer,t No. 0I225 Revised July 1, 2011 33 l2 25 - 7 CONNECT[ON TO EXISTING WATER MA(NS Page 7 of 8 3.3 PREPARATION [NOT USCD] 3.4 INSTALLATION A. General l. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 OS 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If a fish kill occurs associated with the construction activities: a. Immediately alter activities to prevent further fish kills. b. Immediately notify Water Department. c. Collect and classify fish in accordance with TCEQ requirements. d. Coordinate with City to properly notify TCEQ. e. Be responsible for fines assessed. S. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 OS 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfilt, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipetine associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re-pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. C[TY OF FORT WORTH Ncighhorlrood Su�eeis Connnct .3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecr No. O/225 Revised July l, 2011 33 l2 25 - 8 CONNECTtON TO EXISTING WATER MAWS Page 8 of A 3.5 REPAIRJRESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 I'IELD [oH] SITE QUALITY CONTROL [NOT USED] 3.8 SY5TENI STARTUP [NOT USED] 3.9 ADJUSTING [NOT U5ED] 3.10 CLEANING [NOT U5ED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHNIENT5 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF C%iANGE CITY OF FORT WORTH Nei,qJthorhood Sn•eels Contracl3Li STANDARD CONSTRUC'I'tON SPECIFICATION DOCUMENTS Citv Project No. 0l22_S Revised July l, 2011 33 12 �40 - 1 . DRY-BARREL FIRE HYDRANTS Pnge l of 7 SECTION 33 12 40 FIRE HYDRANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Dry-blrrel fire hydrants with 5�/,�-inch main valve for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Specification 33 11 10 — Ductile Iron Pipe 6. Specification 33 11 11 — Ductile Iron Fittings 7. Specification 33 11 14 — Buried Steel Pipe and Fittings 8. Specification 33 12 20 — Resilient Seated Gate Valves 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry-Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Pavement Removal e. Excavation f. Freight, loading, unloading and handling g. Disposat of excess material h. Furnish, placement and compaction of embedment i. Furnish, placement and compaction of backfill j. Blocking, Braces and Rest k. Clean up l. Disinfection CITY OF FORT WORTH Ncighborltood Sirce�s Conn•ac� 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projer.t Nn. Dl22S Revised July l, 201 l s3 i? ao - a DRY-BARREL FIRE HYDRANTS Page 2 of 7 m. Testing 1.3 REFERENCES A. Definitions l. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry-Barre( Fire Hydrants b. Manual of Water Supply Practices M 17 (AWWA Manual M 17) — Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components — Health Effects 4, Nationai Fire Protection Association (NFPA) a. L 963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire-Protection Service 6. Factory Mutual (FM) a. Ciass Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. 5ubmittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to construction. 1.6 ACTION SUBMITTAL5/INFORMATIONAL 5UBMITTAL5 A. Product Data 1. Dry-Banel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operlting nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 1.7 CLOSEOUT SUBMITTALS [NOT U5ED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A5SURANCE A. Qualifications 1. Manufacturers CITY OF FORT WORTH IVeighhorfioa�l S�reets Cnruract 3Li STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Cltv Projec� No. O/22_S Revised July l, 20l l 33 iaao-3 DRY-(3At2REL FfRE HYDRAN'PS Page 3 of 7 a. Dry-Barrel Fire Hydrants shatl be the product of 1 manufacturer. l) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements l. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securety bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a tocation to store the material in accordance with Section O1 66 00. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty l. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIAL5 A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The Dry-Barre( Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements CPI'Y OF FORT WORTH Neighborhood Sb•ee�s Conn•act �f� STANDARD CONSTRUCI'ION SPECIFICATfON DOCUMENTS City Project No. 0/225 Revised July i, 2011 33 12 d0 - 4 DftY-QARREL FIRE HYDRANTS Page 4 of 7 a. Dry-Barret Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall ►neet or exceed the requirements of this Specification. b. All Dry-Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria l. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the blse b) '/8 inch at the top 2) Open by turning the operating nut to the right (clockwise a) Provide operating direction clearly marked with an anow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 5�/.�-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) 2 x 2�/2-inch hose nozzles (1) 180 degrees apart b) 4�/Z-inch pump nozzle d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension blrrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch incrernents e. Drain Valve 1) Non-corrodible material 2) Spring operated drain valves are not allowed. D. Function l. Drain Va(ve a. Drain fire hydrant barrels when main valve is closed. E. Mlterills l. Furnish materials in accordance with AWWA C502. 2. Dry-Barrel Fire Hydrant Assembly a. Internal parts 1) Threads a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. CITY OF FORT WORTH Nei�hhorhood S�reels Contrac� .?Q STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projed Na 0l225 Revised July l, 2011 33 I240-5 DRY-BARREL F[RE HYDRANTS Page 5 of 7 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with O-rings. 3. Provide crushed rock for placement around base conforming to Section 33 OS 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry-Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Silver coating in accordance with City of Fort Worth requirements b) Below grade (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 OS 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA C502. B. Markings l. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. PART 3 - EYECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH Neighborhoo�l S'n•ec�s Conn•act .i[3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec� �Vo. 01225 Revised Jttly l, 201 I 33 �aao-6 DRY-BARREL FIRE HYDRANTS Page 6 of 7 l. Install in accordance with AWWA Manual of Water Supply Practice M17, manuflcturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 OS 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrint base. 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-IN5TALLATION [NOT U5ED] 3.7 FIELD CONTROL A. Field Inspections 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. B. Non-Conforming Work 1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not meet the criteria of the AWWA M1nua1 of Water Supply Practice M17, the Contractor witl remedy the situation criteria, at the Contractor's expense. C[TY OF FORT WORTH Ncighhorhoo�l Su'ee�s Contrnc! 3L� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cftv Projecl No. 0l225 Revised July 1, 2011 3s iaao-� DRY-BARREL, FIRE HYDRANTS Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJU5TING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nei,qhborhoo�! Sn�eets Conn•act ili STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Ciry Project �Vo. D1225 Revised July l, 2011 33 3l 20 - t POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page t of 6 SECTION 33 3120 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIl'E PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 Ol 30 — Sewer and Manhole Testing 4. Section 33 O1 31 — Closed Circuit Television (CCTV) Inspection 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 26 — Utility Markers/Locators 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill CITY OF FORT WORTH Neighborhoo�l Sb•eets Contmci 3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnjer.t No. 0/225 Revised July l, 2011 333t20-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANt'I'ARY SEWER PIPE Page 2 of 6 h. Clay Dams i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (iJL). 1.4 ADMINISTRATIVE REQUIREMENT5 [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data l . Product data sheet 2. Manufacturer 3. Nominal pipe diarneter 4. Standard dimension ratio (SDR) 5, Cell classification 6. Laying lengths B, Certificates CITY OF FORT WORTH Neigltborhood Slreets Contrnc� 3/3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Prqject No. 0I225 Revised July 1, 20l l 333120-3 POLYVWYLCHLORIDE(PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 l. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE NiATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through IS-inch) and ASTM F679 (18-inch through 27-inch). 1.10 DELIVERY, 5TORAGE, AND HANDLING A. Storage and Handling Requirements l. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section O1 66 00. 111 FIELD [5ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED) PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox) OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPNiENT, PRODUCT TYPES AND MATERIALS A. Manufacturers l. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section Ol 25 00. B. Performance / Design Criteria 1. Pipe a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 35/26 and A5TM F679 for 18-inch through 27-inch 46PS/115PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the LJL. CITY OF FORT WORTH Nei,ghborhood Sh•ec�s Contrnc� 3Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 0l225 Revised July i, 20l 1 333120-4 POLYVINYLCHLORIDE(PVC) CRAVtTY SANITARY SEWER PIPE Page d of 6 d. Assume a standard lay length of 14 feet and 20 feet except for speciat fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. t. PVC meeting the requirements of ASTM D1784, with a cell classification of ( 2454 or 12364 g. Deflection Design t) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 Peet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag F�ctor (DL) = 1.0 � Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of etasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in`�/in), per pipe type 1nd size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Det7ection = 5 percent h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 1'/a pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb � Wp + W f+ W� Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot W f= weight of flooded soil, pound per foot W� = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size CITY OF FORT WORTH Neighborltoo�l Sh•ee�s Connnc� .�[i STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ciry Project No. 0l22_5 Revised July 1, 20l 1 333I20-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall be gasket, bell and spigot, push-on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push-on joints; gaskets shatl be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 31 50. 6. Detectable Metallic Tape a. See Section 33 OS 26. 2.3 ACCESSORIES [NOT U5ED] 2.4 SOURCE QUALITY CONTROL [NOT USED) PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION [NOT USED) 3.3 PREPARATION [NOT USED) 3.4 INSTALLATION A. General l. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 OS 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 OS 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WORTH ,'Ver�hhorltao�l Streets Conn•act _�/3 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Cilv Projer,� No. U1225 Revised July 1, 2011 333120-fi POLYVINYL CHLORIDE (PVC) CRAVITY SAMTARY SEWER PIPE Page 6 of 6 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhote, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 31 50. E. Detectab(e Metallic Tape Installation 1. See Section 33 OS 26. 3.5 R�PAIR / RESTORATION [NOT USED] 3.6 R�-INSTALLATION [NOT USED] 3.7 FIELD [oe] SITE QUALITY CONTROL A. Field Tests and Inspections 1. V ideo Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 O1 31. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 Ol 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT U5ED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF 5ECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH iVel,qhborhood Sireets Contr•nct _�Li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 0/225 Revised July l, 20l 1 33 31 50 - i SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 SECTION 33 3150 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary sewer service connection, service line and 2-way cleanout from the main to the right-of-way, as shown on the Drawings, directed by the Engineer and specified herein for: a. New Service b. New Service (Bored) c. Private Service Relocation d. Service Reinstatement B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 1.2 PRICE AND PAYMENT PROCEDURES ' A. Measurement and Payment 1. New Service a. Measurement 1) Measurement for this Item shall be per each "Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings ' 2) Pavement removal 3) Excavation 4) Hauting 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up CITY OF FORT WORTH ,Neigliborhaod Streeis Coiinnct .�B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Prnject No. 01225 Revised July l, 2011 3331 SO-2 SANITARY SEWER SERV[CE CONNECTIONS AND SERV(CE LWE Page 2 of 9 2. New Ductile Iron Service a. Measurement 1) Measurement for this Item shatl be per each "DIP Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes The price bid shall include: 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout 9) Furnishing, placing and compaction of embedment 10) Furnishing, p(acing 1nd compaction of backfill 11) Clean-up Bored Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Bored Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall inc(ude: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Exclvation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and backfill 11) Clean-up 4. Deep Sewer Service �. Measurement 1) Measurement for this Item shall be per each "Deep Sewer Service" complete in place. CITY OF FORT WORTH Nrighfiorltood Strecls Conn•nc! �B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci No. 0I225 Revised July l, 2011 33 31 50 - 3 SANITARY SEWER 3ERVlCE CONNECTIONS AND SERV[CE LINE Page 3 of 9 b, Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each new "Deep Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Furnishing and installing Deep Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and backfill 11) Clean-up 5. Private Service Relocation a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole or appurtenance b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Sewer Service, Private Relocation" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Performing relocation as specified in the Drawings 2) Excavation 3) Hauling 4) Disposal of excess material 5) Service Line - private side by plumber 6) Fittings 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a"2-way Cleanout" is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes CITY OF FORT WORTH Neighba•liood Streets Contract 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci(v Prqject No. 01225 Revised July 1, 201 l 333150-4 SANITARY SEWER SERVECE CONNECTIONS AND SERVICE LINE Page 4 of 9 b) Various materials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout as specified in the Drawings 2) Pavement remov�l 3) Hauling 4) Disposal of excess material 5) Furnishing, placing and compaction of backfill 6) Clean-up 7. Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this item and measured as provided under "Measurement" will be paid for at the unit price bid per each reinstatement of service for: a) Various sizes c. The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfill 10) Clean-up 1.3 REFERENCES A. Definitions 1. New Service a. New service 1pplies to the installation of a service with connection to a new or existing sewer main. b. The service materials would include service line, fittings 1nd cleanout. 2. Bored Service a. Bored service applies to the installation of a service with connection to a new or existing sewer main including a bore under an existing road. b, The service materials would include service line, fittings and cleanout. 3. Deep Service (See Detail SAN-012) a, Deep service applies to the installation of a service to a new or existing sewer ►nain where a difference of at least 15 feet exists between the finished grade and the top of the sewer main. b. The service materials would include service line, fittings and cleanout. 4, Private Service Relocation a. Private service relocation applies to the replacement of the existing sewer service line on private property typically associated with the relocation of the existing main. b. Typical main relocation will be from a rear lot easement or alley to the street. CITY OF FORT WORTH Neighhorhood Sb•eels Conn�ac! �[3 STANDARD CON3TRUCTION SPECIFICAT[ON DOCUMENTS Citv Projed �Vo. 0I225 Revised July l, 201 l 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERViCE LINE Page 5 of 9 5. Service Reinstatement a. Service reinstatement applies to the reconnection of an existing service to an existing main that has been rehabilitated by trenchless methods such as pipe enlargement (pipe bursting), slip lining or CIPP. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications d. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals 3. Texas Commission on Environmental Quality a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe and Rule b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related Structures 1.4 ADNIINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruption to property owner and meet requirements of Division 0. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data shall include, if applicable: 1. Tee connection or saddle 2. Fittings (including type of cleanout) 3. Service line B. Certificates l. Furnish an affidavit certifying that service line and fittings meet the provisions of this Section. CITY OF FORT WORTH Nei,ghborhood Siree�s Contrac! 3[i STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciry Project Na 0I225 Revised July I, 201 l 333150-C SANITARY SEWER SERVICE CONNECTIONS AND SERV[CE LINE Page 6 of 9 1.7 CLOSEOUT 5UBMITTALS [NOT USCD] 1.8 MAINT�NANCE MATERIAL SUBMITTAGS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Protect atl parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 5. Secure and maintain a location to store the material in accordance with Section O1 66 00. l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of services and appurtenances having similar service and size. B, Materials/Design Criteria 1. Service Line and Fittings (including tee connections) a. PVC pipe and fittings on public property shall be in accordance with Section 33 31 20. b. PVC pipe and fittings on private property shall be Schedule 40 in accordance with ASTM D1785. 2. Service saddle a. Service saddles shall only be allowed when connecting a new service to an existing sanitary sewer main and shall: CITY OF FORT WORTH Neighborhoa�l S�ree�s Conn•act �(3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Clry Prnject No. 11I225 Revised July 1, 20l l 333150-7 SANtTARY SEWER SERVICE CONNECTIONS AND SERV[CE UNE Page 7 of 9 t) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with i�eoprene gasket for seal against main 2) Use saddle to fit outside diameter of main 3) Use saddle with grooves to retain band c(amps 4) Use at least 2 stain(ess steel band clamps for securing saddles to the main b. No inserta tees service connections may be used. 3. Cleanout a. Cleanout stack should be the same material as the service line, except when DI pipe is being used. b. Use cast iron cap for cleanout cover. 4. Coupling a. For connections between new PVC pipe stub out and existing service tine, use Flexible adapter coupling consisting of neoprene gasket and stainless steel shear rings with 2-inch stainless steel band clamps. 2.3 ACCESSORIES [NOT USED] 2.4 50URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS A. A licensed plumber is required for installations of the service line on private property. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General ' L Install service line, fittings and cleanout as specified herein, as specified in Section 33 OS 10 and in accordance with the pipe manufacturer's recommendations. B. Handling l. Haul and distribute service lines, fittings and cleanouts at the project site and handle with care to avoid damage. a. Inspect each segment of service line and reject or repair any damaged pipe prior to lowering into the trench. 2. Do not handle the pipe in such a way that will damage the pipe. C. Service Line l. Lay service line at a minimum grade of 2 percent, as shown on details SAN-011 and SAN-Ol lA or at lines and grades as indicated in the Drawings. 2. If service line is installed by bore as an alternative to open cut the cost associated with open cut installation such as pavement removal, trenching, embedment and backfill and pavement patch will not be included as part of the bore installation. 3. Excavate and backfill trenches in accordance with 33 OS 10. 4, Embed PVC Pipe in accordance with 33 OS 10. CITY OF FORT WORTH Neigh6or•hood Siree�s Conn•act �B STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Ciry Project No. 01225 Revised July I, 20l 1 33 3I 50 - 8 SANtTARY SEWER SERVECE CONNECTIONS AND SERVICE LINE Page 8 of 9 D. Cleanout l, Insta(1 out of traffic areas such as driveways, streets and sidewalks whenever possible. a. When not possible, install cast iron cleanout stack and cap. 2. Install 2-way cleanout in non-paved areas in accordance with Detail 5AN-Ol 1. 3. Install 2-way cleanout in paved areas in accordance with Detail SAN-011A. E. 5ervice line connection to main 1. New service on new or replacement main a. Determine location of service connections before main installation so the service fittings can be installed during main insta((ation. b. Connect service line to main with a molded or fabricated tee fitting. 2. Reconnection to main after pipe enlargement a. Tapping the existing main and installing a strap on tee connection may be used. b. Ailow the new main to recover from imposed stretch before tapping and service installation. 1) Follow manufacturer's recommendation for the length of time needed. c. Tap main at 45 degree angle to horizontal when possible. 1) Avoid tapping the top of main. d. Extend service line from main to property line or easement line before connecting to the existing service line. 3. New service on existing main a. Connect service line to main with a molded or fabricated tee fitting if possible. b. Tapping the existing main and installing a strap on tee connection may be used. F. Private Service Relocation Requirements for the relocation of service line on private property a. A licensed plumber must be used to install service line on private property. b. Obtain permit from the Development Department for work on private property. c. Pay for any inspection or permit fees associated with work on private property. d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the building cleanout and compare to data on the Drawings before beginning service installation. e. Submit elevation information to the City inspector. f. Verify that the 2 percent slope installation requirement can be met. 1) If the 2 percent slope cannot be met, verify with the Engineer that line may be installed at the lesser slope. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION A. Service Relocation l, All relocations that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. 3.7 FIELD [oe] SITE QUALITY CONTROL A. Inspections 1. Private property service line requires approval by the City plumbing inspector before final acceptance. Cti'Y OF FORT WORTH Ncighhorliood SYreels Contrac! 3/3 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENT3 Crfv Prnjecl No. 0l225 Revised July 1, 2011 333t 50-9 SAN(TARY SEWER SERVECE CONNEC'I'[ONS AND SERVICE LINE Page 9 of 9 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT U5ED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTCCTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENT5 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neiglrborhood Streets Contract 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project A�o. 0l225 Revised July l, 20l l 33 39 10 - t CAST-IN-PLACE CONCRETE MANHOLE Page 1 uf 7 S�CTION 33 39 10 CAST-IN-PLACE CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: t. Sanitary Sewer Cast-in-Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-In-Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete 5. Section 33 O1 30 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES , A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payrnent 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: ' a) Various sizes b) Various types c. The price bid will include: ' 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill ; 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. O1225 Revised Juty l, 2011 333910-2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 7 14) Pavement removal l5) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill l8) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction Structure" (ocation. c. Price bid will include: 1) Junction Stn�cture complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUC'['ION SPECIFICATION DOCUMENTS City Project No. O1225 Revised Ju1y l, 201 l 333910-3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 7 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. Shallow Manhole (See City Standard Details) 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch c. See specific manhole design on Drawings for pipes targer than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Internationa( (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. Al( submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS A. Product Data 1. Drop connection materials CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. O(225 Revised July l, 201 l 3339(0-4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLO5EOUT SUBMITTALS [NOT U5ED] 1.8 MAINTENANCE NIATERIAL SUBMITTALS [NOT U5ED] 1.9 QUALITY ASSURANCE [NOT U5ED] 110 DELIVERY, STORAGE, AND HANDLING [NOT U5ED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIEDPRODUCTS [NOT USED) 2.2 EQUIPMENT, PRODUCT TYPES, MATERIAL5 A. Manufacturers l. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in 5ection O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 21 00. 3. Frame and Cover — Conform to Section 33 05 13. 4. Grade Ring — Conform to Section 33 OS 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked-in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less thanl2 mils and no greater than 30 mils. c. Solids content is 68 percent by volume ± 2 percent. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUC'CION SPECIFICATION DOCUMENT3 City Project No. O1225 Revised July 1, 2011 3339 (0-5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 oF 7 2.3 ACCESSORIE5 [NOT U5ED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 CYAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation l. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate, creating a stable base for the manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. b. No other joints are allowed unless shown on Drawings. 3. Place, finish and cure concrete according to Section 03 30 00. a. Manholes must cure 3 days before backfilling around structure. B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhole. C. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top 1/a of the pipe removed to facilitate manhole construction. 4. For all standard manholes provide full depth invert. 5. For example, if 8-inch pipe is connected to manhole, construct the invert to fu(18 inches in depth. D. Drop Manhole Connection CITY OF FORT WORTH Neighborhood Streets Contract 38 STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 01225 Revised July 1, 2011 333910-6 CAST-(N-PLACE CONCRETE MANHOLE Page 6 of 7 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. Final Rim Elevation l. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous wlter sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. F. Internal coating l. Internal coating application will conform to Section 33 39 60, if required by Drawings. G. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure for 3 days before backfilling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5. Application will follow manufacturer's recommendation. H. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. I. Junction Structures l. All structures shall be installed as specified in Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 F'IELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 Ol 30. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 2011 333910-7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 NIAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 20l 1 33 39 20 - I PRECAST CONCRETE MANHOLE Page i of 6 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete 5. Section 33 Ol 30 — Sewer and Manhole Testing 6. Section 33 OS 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment . 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation _ 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections C[TY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. O1225 Revised luly l, 20l t 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Vlrious sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Bacl�ill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep tip to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter C[TY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July I, 20l l 333920-3 PRECAST CONCRETE MANHOLE Pnge 3 of 6 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes (arger than 36-inch. B. Reference Standards l. Reference standards cited in this Specification rePer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. b. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 1.5 SUBMITTAL5 A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, 5TORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Wananty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. O1225 Revised July l, 20l t 333920-4 PRECAST CONCRETE MANHOLE Page d oF 6 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oR] OWNCR-5UPPLIED PRODUCTS [NOT USED] 2.2 �QUIPMENT, PRODUCT TYPES, AND NIATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Materials 1. Concrete — Confortn to Section 03 30 00. 2. Precast Joints — Conform to ASTM C478. 3. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, (ubricate and join. c. Minimize number of segments. d. Use long joints at the bottom and shorter joints toward the top. e. Include manufactures stamp on each section. 4, Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 5. Frame and Cover — Conform to Section 33 OS 13. 6. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 7. Pipe Connections a. Utilize either an integra(ly cast embedded pipe connector or a boot-type connector installed in a circular block out opening conforming to ASTM C923. 8. Steps a. No steps are allowed. 9. Interior Coating or Liner — Conform to Section 33 39 60. 10. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than 12 mils and no greater than 30 mils. c. Solids content is 68 percent by vo(ume ± 2 percent. CITY OF FORT WORTH Neighborhaod Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. O1225 Revised July 1, 20(1 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Eva(uation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to fii118 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 201 I 333920-6 PRECAST CONCRETE MANHOLE Page 6 oF 6 2. Set frame on top of manhole or grade rings using continuous water sea(ant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the Final surface elevltion of the manhole frame. E. Internal coating l. Internal coating app(ication will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with ldhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03. 80 00. 3.5 REPAIR / RESTORATION [NOT U5ED] 3.6 RE-IN5TALLATION [NOT USED] 3.7 rI�LD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 Ol 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT U5ED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Neighborhood Streets Contrict 36 STANDARD CONSTRUC'I'[ON SPECIFICATION DOCUMENTS City Project No. O1225 Revised July l, 20l I 334( 10- l REINFORCED CONCRETE STORM DRAIN PIPEJCULVERTS Page I of l2 SECTION 33 41 10 REIIVFORCED CONCRETE STORM DRAIN PII'E/CULVERTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and instatling reinforced concrete storm drain pipe and culverts, including: a. Pipe or box fittings b. Connection of drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the lines and grades shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 Ol 31 — Closed Circuit Television (CCTV) Inspection 4. Section 03 30 00 — Cast-in-Place Concrete 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 23 — Hand Tunneling 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Reinforced Concrete Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered - b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "RCP" installed for: a) Various sizes b) Various classes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 201 l 3sai io-2 REINFORCED CONCRETE S'tORM DRAIN PIPE/CULVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement �nd compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) C(ean-up 11) Cleaning 12) Jointing 13) Connections to alt drainage structures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and 1ppurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 1.3 REFERENCE5 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. T11 l, Inorganic Mltter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. CI'I'Y OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. O1225 Revised July l, 2011 33 41 l0 - 3 REINFORCED CONCRETE STORM DRAIN PIPEICULVERTS Page 3 of ( 2 d. C361, Standard Specification for Reinforced Concrete Low-Head Pressure Pipe. e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. l. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds. m. D36, Standard Test Method for Softening Point of Bitumen (Ring-and-Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester. p. D 113, Standard Test Method for Ductility of Bituminous Materials. q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. TxDOT Test Procedures (Tex): a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for Precast Concrete 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section Ol 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTAL5/INFORMATION SUBMITTALS A. Certificates 1. Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced including, but not (imited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 01225 Revised July (, 2011 33ai io-a REINFORCED CONCRETE STORM DRAIN P[PFJCULVERTS Page 4 of 12 1.7 CLO5EOUT SUBMITTALS [NOT U5ED] 1.8 MAINTENANCE MATERIAL 5UIil�1I'I'TAL5 [NOT U5ED] 1.9 QUALITY AS5URANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements l. Secure and maintain a location to store the material in accordance with Section Ol 66 00. 2. Keep pipe clean and fully drained during storage. 3. Transport, handle �nd store pipe and fittings as recommended by manufacturer. 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. l.11 FIELD [SITE] CONDITION5 [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Fabrication Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively. b. Uti(ize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch p(ant or other approved batching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast-in-Place 1) Conform to Section 03 30 00. b. Precast 1) Furnish machine made precast boxes in accordance with ASTM C 1433. 2) Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the specified strength reqttirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the qua(ity 1nd performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. O(225 Revised July l, 2011 33ai io-s REINFORCED CONCRETE STORM DRAIN PtPF�CULVERTS Page 5 of t2 5) Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. 6) Do not use transit mixed concrete to manufacture precast concrete box culvert. 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 or ASTM A497. 3. Jointing Materials a. Use any of the materials described in this Section for the making of joints. 1) Furnish a manufacturer's certificate of compliance for atl jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize 1 continuous gasket conforming to the joint shape for each joint. c) Ptastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, initating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. � Provide a size of the pre-formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that lh may be removed longitudinally without disturbing the other'/a to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. Table 1. SealinE Compound Chemical Com osition Test Method Percent b W Bitumen ASTM D4 Bitumen Content 50-70 Ash-Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Comnounds i) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (HzS) solution shall show no visible deterioration. j) The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 01225 Revised July l, 20l l 33ai io-6 REINFORCED CONCRETE STORM DRAIN P[PFJCULVERTS Page 6 of 12 Tabte 2. 5ealing Compound Physical Properties Pro ert Test Ntethod T ical Anat sis S ecific Gravit at 77 de rees F ASTM D7 t 1.20 to 1.35 Ductilit at 77 de rees F ASTM Dl 13 5,0 centimeters minimum Softenin Point at'77 de rees F ASTM D36 320 de rees F minimum Penetration 32 de rees F(300- ms) 60-seconds 75 minimum 77 de rees F(150- ms) 5-seconds ASTM D217 50 to 120 115 de rees F(150- ms) 5-seconds I50 max Flash Point C.O.C. ASTM D92 600 de rees F Fire Point C.O.0 625 de rees F 3) Rubber Glskets a) Provide gaskets that conform to ASTM C361 or ASTM C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dimensions. B. Design Criteria Reinforced Concrete Pipe a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe with shell thickness, circumferential reinforcement and strength conforming to the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, except as modified below: 1) Manufacture pipes larger than 60-inch diameter by using 2lines of circular reinforcement. 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its option, furnish pipe manufactured with either Wall "B" or Wall "C" minimum thicknesses and the applicable minimum steel area as listed for circular cages in Table II of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. b. Jacking, Boring, or Tunneling 1) Design pipe for jacking, boring or tunneling conforming to the requirements of Section 33 05 23. 2) When requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. 2.3 ACCESSORIES [NOT U5ED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Reinforced Concrete Pipe a. Acceptance of pipe will be determined by the results of the following tests: 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absorption tests in accordance with ASTM C497, 3) 3-edge bearing tests in accordance with ASTM C497. a) Testing Rate (1) If tested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size included in order (2) If tested for 0.01-inch crack and ultimate load: C1TY OF FORT WORTH Neighborhood Streets Contnct 38 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 01225 Revised July l, 20l t 3341 10-7 REINFORCED CONCRETE STORM DRAIN PIPFJCULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. ' (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast-in-Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. 3. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinfarcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 ftevised July I, 2011 33ai to-K E2EINFORCED CONCRETE STORM DRAIN PtPFJCULVERTS Page 8 of 12 b. Where rubber gasket pipe joints are to be used, the design of joints and permissible variations in dimensions shall be in accordance with ASTM C443, Sections 7 and 8. 2. Cast-in-P(ace or Precast Box Culvert a. Ensure that precast sections of either type meet the following requirements: 1) The inside vertical and horizontal dimensions do not vary from Drawing requirements by more than 1/2 inch or 1 percent, whichever is greater. 2) The horizontal or vertical pllne at each end of the box section does not vary from perpendicular by more than 1/2 inch or 1 percent, whichever is greater, measured on the inside faces of the section. 3) The sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, when measured diagonally between opposite interior corners. b. Ensure that wall and slab thicknesses are not less than shown on the Drawings except for occasional deficiencies not greater than 1/4 inch or 5 percent, whichever is greater. 1) If proper jointing is not affected, thicknesses in excess of Drawing requirements are acceptable. c. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and the joint opening at any point does not exceed 1 inch. 1) Use match marks for proper installation on sections that have been accepted in this manner. C. Workmanship and Finish 1. Reinforced Concrete Pipe a. Ensure that pipe is substantially free from fractures, large or deep cracks and surface roughness. b. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of variations allowed as stated previously. 2. Cast-in-Place or Precast Box Culvert a. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. b. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. c. Excessive damage, honeycomb or cracking will be subject to structural review. d. The City may accept boxes with repairs that are sound, properly finished and cured in conformance with pertinent Specifications. e. When fine cracks on the surface indicate poor curing practices, discontinue further production of precast sections until corrections are made and proper curing is provided. D. Curing 1, Cure pipe/box in accordance with the applicable ASTM Specification for each type of pipe as referred to above. E. Marking I . Reinforced Concrete Pipe a. Clearly mark the following information on each section of pipe: CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Project No. O1225 Revised July l, 201 l 3341 10-9 REINFORCED CONCRETE STORM DRAIN PIPF/CULVERTS Page 9 of ( 2 1) Class of pipe 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Name or trademark of the manufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end of each section during the process of manufacture or immediately after with the following: 1) The tocation of the top or bottom of the pipe as it should be installed, unless the externa( shape of the pipe is such that the correct position of the top and bottom is obvious 2) Mark the pipe section by indenting or painting with waterproof paint. 2. Cast-in-Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or trademark of the producer 2) Date of manufacture 3) Box size 4) Minimum and maximum fill heights b. For boxes without lifting holes, mark 1 end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. c. Indent markings into the box section or paint them on each box with waterproof paint. F. Pipe/Box Rejection 1. Individual sections of pipe/box may be rejected if any of the Specification requirements are not met or if any of the following exist: a. Fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint b. Defects that indicate imperfect proportioning, mixing and molding c. Surface defects indicating honeycombed or open texture d. Damaged ends which would prevent making a satisfactory joint e. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inch or more 2. Mark rejected pipe/box with painted "REJECTED". 3. Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH Neighborhood Streets Contract 36 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Project No. OI225 Revised July 1, 2011 z3ai io- io REtNFORCED CONCRETE STORM DRAIN PIP' !CULVERTS 'age 10 of 12 L. Conform to the requirements of Section 33 OS 10 for excavation and e«-��� Iment for open-cut type installation. 2. Conform to the requirements of Section 33 OS 23 when jacking, boring or tunneling methods are specified on Drawings. 3. Estab(ish and maintain lines and grades. B. PipeBox Laying — Trench Installation 1. Ensure that pipe/box and Pittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream, and proceed toward the inlet or upstream end with the abutting sections proper(y matched, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box according to manufacturer's recommendation. 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe/box ends before pipe is placed in trench. 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each length of pipe/box is laid. 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in trench so that the markings for top or bottom are not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe 9. Remove and re-lay, without extra compensation, pipe/box that is not in alignment or that shows excessive settlement after laying. C. Multiple Barrel Box Culvert Placement 1. Fill the annutar space between multiple boxes with crushed rock or CLSM according to 03 34 13. a. Water jetting will not be a(lowed between parallel boxes. 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established lines and grades. D. Jointing 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a. Brush-apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and groove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is 1pplied. 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement protrusions. 3) Allow primer to dry and harden. b, Attach plastic gasket sea(er around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 20l i 33d1 t0-lt REfNFORCED CONCRETE STORM DRAIN PIPEJCULVERTS Page 1 I of l2 c. d. e. g• Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and press it firmly to the clean, dry pipe joint surface. 1) Do not remove the outside wrapper until immediately before pushing pipe into its final position. Align the tongue correctly with the flare of the groove. Remove outside wrapper on the gasket and pull or push pipe home with sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause evidence of gasket material squeeze-out on inside or outside around complete pipe joint circumference. 1) Remove any joint material that pushed out into the interior of pipe. 2) Ensure that pipe is pulted home in a straight tine with all parts of pipe on line and grade at all times. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint has been inspected and approved by the Engineer or Inspector. 1) Take special precautions in placing and compacting backfill to avoid damage to joints. When the atmospheric temperature is below 60 degrees F, store pre-formed flexible joint sealants in an area warmed to above 70° degrees F or artificially warmed to this temperature in a manner satisfactory to the Engineer. 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, followed by connection to previously laid pipe. 2. Rubber Gaskets a. Make the joint assembly according to the recommendations of the gasket manufacturer. b. When using rubber gaskets, make joints watertight. c. Backfill after the joint has been inspected and approved. :. !i�l 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. F. Pipe fittings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown on Drawings. b. Collar cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe collars shown on the Drawings. 2. Shop and Field-Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field-fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop-fabricate fittings for maximum pipe size less than 24-inches in diameter for the larger pipe. c. Field-fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Fietd-fabricate fittings for box culverts. e. Take care in fabrication that concrete walis of pipe are broken back only enough to provide the required finished opening. f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. CITY OF FORT �VORTH STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS Revised July l, 20l l Neighborhood Streets Contract 3B City Project No. OI225 33ai io- iz REINFORCED CONCRETE STORM DRAIN PfPE/CULVERTS Page 12 of 12 g. Concrete or mortar (1s specified in this segment) shall be wiped over the reinforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe barrels, lightly brushed for finish and cured under wet burlap. Poured Concrete Pipe P(ugs a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terminate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe plugs shown on the Drawings. 3.5 REPAIR / RE5TOItATION [NOT USED] 3.6 R�-INSTALLATION [NOT USED] 3.7 FIELD [ok] SITE QUALITY CONTROL A. Field Tests and Inspections l. Video Inspection a. Perform post-construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 Ol 31. 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. a. At the City's discretion, replace any pipe/box that is determined to have jointing prob(ems, cracking or significant debris. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENT3 City Project No. OI225 Revised July l, 20l 1 334920- t CURB AND DROP [NLETS Page 1 of 5 SECT`ION 33 49 20 CURB AND DROP INLETS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Construction of inlets, complete in place or to the stage detailed a. Including furnishing and instalting frames, grates, rings and covers B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Division 3 — Concrete 4. Section 02 41 13 — Selective Site Demolition 5. Section 03 30 00 — Cast-In-Place Concrete 6. Section 03 80 00 — Modifications to Existing Concrete Structures 7. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 OS 13 — Frame, Cover and Grade Rings 9. Section 33 OS 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures to Grade 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each inlet complete in place. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Inlet" installed for: 1) Various types 2) Various sizes 3. The price bid shall include: a. Furnishing and installing the specified Inlet b. Mobilization c. Excavation d. Hauling e. Disposal of excess materials f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill h. Concrete i. Reinforcing steel j. Mortar C1TY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 0t225 Revised July l, 20l 1 33a�zo-a CURB AND DROP INLETS Page 2 of 5 k. Aluminum an�astings l. Frames m. Grates n. Rings and covers o. Cle1n-up 1.3 REF�RENCE5 A. Reference Standards l. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C478, Standard Specification for Precast Reinforced Concrete Manhole and Inlet 5ections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. c. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 3. Texas Department of Transportation (TxDOT). a. Departmental Materials Specification (DMS): 1) 7340, Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Manholes and Inlets. 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 1.5 SUBMITTAL5 A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Inlet 2. Pipe connections at inlet wal(s 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 ftevised July 1, 201 l I'ART 2 - PRODUCTS 2.1 OWNER-FURNISH�D [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 �QUIPMENT, PRODUCT TYPES AND MATERIALS A. Materials 1. Concrete a. Furnish concrete that conforms to the provisions of Section 03 30 00. 2. Reinforcing Steel a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 3. Mortar a. Furnish mortar per Section 03 80 00. 4. Steps a. Provide polypropylene supports and steps conforming to the shape and dimensions shown on the Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." 5. Curing Materials a. Curing materiats shall conform to the provisions of Division 3. 6. Frames, Grates, Rings and Covers a. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 OS 13. b. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. 2.3 ACCESSORIE5 [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT USED) 3.3 PREPARATION 33d920-3 CURB AND DROP INLETS Page 3 of 5 A. Removal 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 2. Drill, dowel, and grout in accordance with Section 03 30 00. 3.4 IN5TALLATION A. Interface with Other Work 1, All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I and Stage II. a. Build inlets designed to match the final roadway surface in stages. 2. Construct the Stage I portion of intets as shown on the Drawings or as specified in this Section. a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20(1 Neighborhood Streets Conuact 36 City Project No. 01225 334920-4 CURB AND DROP INLETS Page 4 of 5 3. Construct Stage II after the pavement structure is substantially complete unless otherwise approved by the Engineer. a. For Stage II, construct the remaining wall height and top of inlet and furnish and install any frames, grates, rings and covers, manhole steps, curb beams or collecting basins required. B. Cast-In-P(ace Inlets 1. Construct cast-in-place inlets in accordance with Section 03 30 00. a. Forms will be required for all concrete walls. b. Outside wall forms for cast-in-place concrete may be omitted with the approval of the Engineer if the surrounding material can be trimmed to a smooth vertical face. 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or drill and grout steps in place after concrete placement. C. Inlets for Precast Concrete Drain Pipes 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm drain lines into or through the inlet locations are completed. a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with mortar. D. Inlets for Monolithic Drain Pipes 1. Construct bases for inlets on monolithic drain pipes either monolithically with the storm drain or after the storm drain is constructed. E. Inverts 1. Shape and route floor inverts passing out or through the inlet as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. F. Finishing Complete Inlets l. Complete inlets in accordance with the Drawings. 2. Backfill to original ground elevation in accordance with Section 33 05 10. G. Finishing Stage I Construction 1. Complete Stage I construction by constructing the walls to the elevations shown on the Drawings and backfilling to required elevations in accordance with Section 33 05 10. H. Stage II Construction 1. Construct subgrade and base course or conerete pavement construction over Stage I inlet construction, unless otherwise approved by the Engineer. 2. Excavate to expose the top of Stage I construction and complete the inlet in accordance with the Drawings and these Specifications, including backfill and cleaning of all debris from the bottom of the manhole or inlet. I. Form Removal 1. Forms used in the construction of "Inlets" which support vertical loads will remain in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 01225 Revised July l, 20►1 33a9ao-s CURB AND DROP WLETS Page 5 of 5 2. Other forms shall remain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. ' J. Curing 1. Cure atl exposed concrete as required in Section 03 30 00. K. Finishing 1. Conform to Section 03 30 00. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] ' 3.9 ADJUSTING A. Refer to Section 33 OS 14. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT U5ED] 3.12 PROTECTION [NOT U5ED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT U5ED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July l, 20l 1 �a�� i3-� TRAFFIC CONTROL Page l of 5 SECTION 34 71 13 TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Re(ated Specification Sections include, but are not necessarily limited to: 1. Division 0— B idding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per week for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post-construction 3. Preparation of Traffic Control Plan Details CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July 1, 2011 sa�t i3-z TRAFFIC CONTROL Page 2 oF 5 a. Measurement 1) Measurement for this Item be per each Traffic Control Detail prepared. b. Payment t) The work performed and materials furnished in �ccordance with this Item shall be paid for at the unit price bid per each "Traffic Control Detail" prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan Details 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 4) Incorporation of City comments 1.3 RCFERENCES A. Reference Standards l. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Traffic 5ervices Division (817-392-7738) a minimum of 48 hours prior to implementing Traffic Control within 500 feet of a traffic signal. B. Sequencing l. Any deviations to the Traffic Control Plan included in the Drawings must be first approved by the City and design Engineer before implementation. 1.5 SUBMITTALS A. Provide the City with a current list of qualified flaggers before beginning flagging activities. Use only flaggers on the qualified list. B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 10`h Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. C. Traffic Control P(ans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Contractor responsible for having a ticensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. O1225 Revised July l, 2011 34 71 l3 - 3 'CRAFFIC CONTROL Page 3 of S F. Design Engineer will furnish standard details for Traffic Control. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U5ED] 1.9 QUALITY ASSURANCE [NOT U5�D] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] i 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 ASSEMBLIE5 AND MATERIALS A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION A. Protection of In-Place Conditions 1. Protect existing traffic signal equipment. 3.3 INSTALLATION A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on the Drawings and as directed. B. Install Traffic Control Devices straight and plumb. CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 01225 Revised July I, 201 l 34 71 l3 - 4 `CRAFFIC CONTROL Page 4 of 5 C. Do not make changes to the location of any device or implement any other changes to the Traffic Control Plan without the approval of the Engineer. 1. Minor adjustments to meet field constrtictability and visibility are allowed. D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 1. Corrective action includes but is not (imited to cleaning, replacing, straightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. E. If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. F. Subject to the approval of the Inspector, portions of this Project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. G. Barricades and signs sha(1 be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1, The support design is subject to the approval of the Engineer. I. Lane ctosures shall be in accordance with the approved Traffic Control Plans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. K. Flaggers l. Provide a Contractor representative who has been certified as a flagging instructor through courses offered by the Texas Engineering Extension Service, the American Traffic Safety Services Association, the National Safety Council, or other approved organizations. a. Provide the certificate indicating course completion when requested. b. This representative is responsible for training and assuring that all flaggers are qualified to perform flagging duties. 2. A qualified flagger must be independently certified by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. 5. Provide and maintain flaggers at such points and for such periods of time 1s may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. L. Remova( CITY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 01225 Revised July l, 20l 1 34 7l l3 - 5 TRAFFIC CONTROL Page 5 of 5 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work-zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RE5TORATION [NO'� USED] 3.5 RE-INSTALLATION [NOT USED] 3.6 FIELD [ou] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEAIVING [NOT USED] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CtCY OF FORT WORTH Neighborhood Streets Contract 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, O1225 Revised July l, 201( r;�•�u�►.� GC-4.01 Availability of Lands None GC-4.02 Subsurface and Physical Conditions • Geotech Report (CMJ Engineering, May 2009, Project No. 131-09-86) GC-4.04 Underground Facilities None GC-4.06 Hazardous Environmental Condition at Site None GC-6.06.D Minority and Women Owned Business Enterprise Compliance • M/WBE Special Instructions • M/WBE Subcontractor-Supplier Utilization Form • M/WBE Prime Contractor Waiver Form • M/WBE Good Faith Effort • M/WBE Joint Venture GC-6.07 Wage Rates • Heavy & Highway Construction Prevailing Wage Rates 2008 • 2008 Prevailing Wage Rates Construction Industry GC-6.09 Permits and Utilities None GC-6.24 Nondiscrimination None GR-O 1 60 00 Product Requirements • City Approved Method and Approved Product CITY OF FORT WORTH Neighborhood Streets Contract 38 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01225 Revised July 1, 2011 GEOTECHNICAL ENGINEERING STUDY STREET REHABILITATION CHAPARRAL LANE, FOX HOLI»OW, AND TANGLEWOOD TRAIL FORT WORTN, TEXAS Presented To: Teague Nal{ and Perkins, Inc. May 2009 PROJECT NO. 131-09-8fi Y� x . � � ,�. !: ENGINEERING, INC. 7636 Pobble DrIve Fort Worth, Tezz�s 76118 e www cmjengx.com May 4, 2009 Report No.. 131-09-86 Teague Nall and Perkins, inc,. 1100 Macon Street Fort Worth, Texas 76102 Attn: Mr., Ty Hilton, P,E. Dear Mr. Hilton: GEOTECHNICAL ENGENEERING STUDY STREET RENABILiTATION CHAPARRAL LANE, FOX HOLLOW, AND TANGLEWOOD TRAIL FORT WOR7H, TEXAS Submitted here are the resuits of a geotechnical engineering study for the referenced project. This study was performed in general accordance with our Proposa! No.. 09-2739 dated February 10, 2009.. The geotechnical services were authorized by Mr. Ty Hilton, P,E. of Teague Nalf and Perkins, Inc. on March 31, 2009.. Engineering analyses and recommendations are contained in the text section of the report, Resuits of our field and laboratory services are included in the appendix of the report, We would appreciate the opportunity to be considered for providing the construction material testing services during the construction phase of this project. We appreciate the opportunity to be of service to Teague Nall and Perkins, Inc Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMj ENGINEERING, TNC. Texas Firm Registrafion No. F-9177 * L'1"i"arles M.. Jackson, P,E, Senior Geotechnical Consultant Texas No. 46088 copies submitted: �� ••; -r.q'� •��' � � 7 � i * Y � r �j � ;�� 46088 9��'`'�'�G' E N � � SS ••....••' S�q �°����N�� (3) Mr 7y Nilton, P,E ; Teague Nall and Perkins, Inc_ (by mail) (1) Mr.. Ty Hilton, P.E ; Teague Nall and Perkins, Inc. (by s-mail} Phone (817) 284-9440 Faz (81� 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Paqe 1.0 INTRODUCTION--______-----------------�_______�_�____�-----------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING------------------___._____________.______2 3.0 SUBSURFACE CONDITIONS---------------------------___.-------------------_____----____..------------4 4,0 PAVEMENT DESIGN_._�---------------------------------------------------_�..__-------------------5 5.0 EARTHWORK----__.--__------------------------------------___-------------------------------------- 10 6,0 CONSTRUCTION OBSERVATIONS ------------._______.____.._______.�__________...__._._.�__ � � 7,0 REPORT CLO5URE---------__.._------------------__.�.______---------------------------------- 12 APPENDIX A Plate Planof Borings --------------------------------------__...._---------------------------��.------ A.1 Unified Soil Classi�cation System ��___����__�_�_�.�_�_��_��__����_�__�_�_�_�.____,�,__���A,2 Key to Cfassification and Symbois---------------��....�____.__._.__..__.__M____________.______.._A,3 Logsof Borings---------------___.______....____w__-----------______�..�------------------------ A,4-A.9 FreeSweil Test Results-----------------------_--._--------------------------------_—_---------------------A,10 Soluble Sulfate Test Results----------_____wr____..._..__�.__.____�_______�MM._.__�_.._.___A,11 Lime Series Test Results ---__________�.___y.____._____________�_�___.._____.._M�.__.._.�__.____ A.12 Triaxiai Shear Test Reports --------------------------------------------------------------------- A.13—A.21 APPENDIX B Plate Pavement Thickness Design--------------------------------_____.__.------------------._..___-------------B.1 — B,2 Report No. 131-09-86 CM� ENGINEERING, INc. 1.0 INTRODUCT[�N 1.1 General This report presents the results of a geatechnicai engineering study for refurbishment of three streets in Fort Worth, Texas. Speciflc project limits include: • Chaparral Lane — Bellaire Drive S. to Overton Park Drive E. � • Fox Hoilow — Ranch View Drive to Overton Park Drive E, • Tanglewood Trail — Bellaire Drive S. to Overton Park Drive E. A Portland Cement concrete or Hot-Mix asphaltic concrete surface is being considered.. All streets are classi�ed as residential low volume.. This report conforms to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition.. Plate A.1 depicts the project vicinity and approximate locations of exploration borings_ 1,2 Purpase and Scope The purpose of this geotechnical engineering study has been to determine the general subsurtace conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of pavement subgrade preparatian and modification, provide pavement design guidelines, and provide earthwork recommendations, To accomplish its intended purposes, the study has been conducted in the following phases: {1) drilling sample borings to determine the general subsurface conditions and to obtain samptes for testing; (2) performing laboratory tests on appropriate samples ta determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and faboratory data ta develop geotechnical recommendations for the proposed construction The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc., be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recomm�ndations have been interpreted as intended. Rsport No., 131-09-86 CMJ ENGINEERING,INC. 1 1.3 Report Format The te� of the report is contained in Sections 1 th�ough 7. All plates and large tables are contained in Appendix A. The alpha-numeric plate and fabie numbers identify the appendix in which they appear, Small tables of less than one page in length may appear in the body af the text and are numbered according to the section in which they occur. Units used in the report are based on the Engiish system and may inciude tons per square foot ; (tsf}, kips (1 kip = 1,000 pounds), kips per square faot (ksf), pounds per square foot (ps�, pounds per cubic foot (pcf}, and pounds per square inch (psi},. 2.0 FIE�D EXPLORATiON AND LABORATORY TESTING 2.1 Field Facploratian Subsurface materials at the project site were explored by 6 vertical soil borings. Borings B-1 through B-6 were drilled to a depth of 10 feet below existing grades, The borings were drilled with truck mounted driliing equipment using continuous flight augers at the approximate locations shown on the Plan of Borings, Piate A..1, The baring logs are included on Plates A..4 through A.9 and keys to classifications and symbols used on the logs are provided on Plates A,2 and A.,3, Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby} tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to lirnit loss of moisture.. The consistency of cohesive soil samples was avaluated in the field using a calibrated hand ' penetrometer. ln this test a �.25-inch diameter piston is pushed into the �elatively undisturbed sample at a constant rate to a depth of 0,25 inch, The results of these tests, in tsf, are tabulated at respective sample depths on the logs When the capacity of the penetrometer is exceeded, the i value is tabulated as 4.5+.. Report No, 131-09•86 CMJ ENGINEERING. WC. 2 Ground-water observations during and after completion of the borings are shown on the upper right vf the boring logs. Upon completion of the borings, the bore holes were backfilied with hydrated bentonite chips and properiy plugged at the surface with asphalt where applicable, 2.2 Laboratory Testing Laborafory soii tesfs were performed on selected representative samples recovered from the borings.. In addition ta the classification tests (liquid limits, plastic limits, and percent passing the No, 200 sieve), moisture content, hand penetrometer, and unit weight tests were performed Results of the laboratory classi�cation tests, moisture content, and unit weight tests conducted for this project are inctuded on the boring logs. Three swell tests were petfiormed on specimens from selected samples of the clays.. These tests were performed to help in evaluafing the swell potential of in-situ soils. ihe results of the swell tests are presented on Plate A.10,. Th�ee soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils,. Sulfate-induced heaving can cause detrimental volumetric changes ta a lime modified subgrade., The result of the sulfate tests are presented on Plates A.11. An Eades and Grirn Lime Series test was pertormed an a selected sample to identify the appropriate concentration of lime to add to soils for modification purpases. The results of the lime series test are presented on Plate A.12., Nine triaxial shear tests were performed on specimens from selected samples to evaluate shear strength properties of the subgrade soils. The triaxial shear tests included unconsolidated- undrained (UU) tests.. These tests were performed ior CMJ Engineering, inc, by ML Testing, LLC. The results of the triaxia! tests are presented on Plates A,13 through A.21. The above laboratory tests �ere performed in general accordance with applicable ASTM procedures, or generally accepted practice. Report No.. 137-09-86 CMJ ENGINEERING, INC 3 3.0 SUBSURFACE CONDfTIONS 3.1 Site Geologies According to the Dallas Sheet of the Geoloqic Atlas of Texas, the project sites are geologically located in alluvium underlain by the Kiamichi Formation �f the Lower Cretaceous age. The alluvium consists of silty and sandy clays with gravei. The Kiamichi Formation consists of shale occasionally with alternating clay layers. The formation typically weathers to form residual deposits of highly active plastic clay. 3.2 Soil Conditions Specific types and depths af subsurface strata encountered at the boring focations are shown on the boring logs in Appendix A.. The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade ar ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate.. Pavement is present at Borings B-1 through B-6, consisting of 1 to 3 inches of asphalt surfacing. Crushed rock is present beneath the asphalt surface with thicknesses of 3 and 6 inches. No significant fills were noted within the borings,. Natural soils consist of dark brown and brown silty clays. Calcareous nodules are generally present throughout the natural soils and iimestone fragments or gravels are found in select reaches., The gravels can occur in abundance. The various clays had tested l,iquid Limits (LL) ranging from 36 to 55 and Plasticity Indices (PI) ranging from 20 to 33 and are classified as CL and CH by the USCS.. The various clays were generally very sfiff to hard (soil basis) in consistency, with pocket penetrometer readings of 3.5 to greater than 4.5 tsf. The clay soils had tested dry unit weight values ranging from 95 to 110 pcf and moisture content values of the clays range from 7 to 24 percent. Report No. 131 �09-88 CMJ ENGINEERING, INC. 4 3.3 Graund-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling.. Ground water was not encountered during drilling in the borings. Ali borings were also dry at completion of drilling operations. Fiuctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were perFormed. Ground water can occur in joints or gravel seams in the clays or via more permeable strata. 4.0 PAVEMENT DESIGN 4.9 Pavement Subgrade Considerations 4.1_ 1 General �The performance of the pavement for this reconstruction project depends upon several factors including: the charac�eristics of the supporting soil; the magnitude and frequency of wheel load applications; the quafity of construction materials; the contractor's placement and workmanship abilities; and the desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing sails used to construct the pavement subgrade. Pavement sections are susceptible fo edge distress as edge support deteriorates over time,. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade or flexible base course underlying the pavement, it is recommended that the stabilized subgrade or flexible base extend a minimurn of 12 inches beyond the surface course on each side of the street. Maintenance should be provided when edge support deteriorates_ 4.1.2 Subprade Preparation Anticipated subgrade materials predaminately consist of moderately to highly plastic silty clays, 7he higher plasticity clays, those with a PI of 20 or greater, are subject to loss in support value with the moisture increases which occur beneath pavement sections, They react with hydrated lime, which serves to imorove and maintain their support value. Treatment of these soiis with hydrated lime wi11 improve their subgrade characteristics to support pavement structures. Report No,131-09-86 CMJ ENGINEERING,INC. 1 5 A visual observation of the pavement subgrade should be considered foliowing rough grading to determine specific materials which are present that would benefit from the addition of lime. In lieu of lime stabilization, consideration may be given to substituting a flexible base meeting TxDOT Item 247, Type A, Grade 1 or 2 on an equal basis. Seasonal water seeps can occur where the gravel is approached or exposed by cuis. Subsoil drains may be required in some areas to intercept this seepage, This can be evaluated after grading has been pertormed. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been calculated using TxDOT Test Method Tex 124-E.. Potential ve�tical movements on the order of 1'/2 to 2'/Z inches are estimated for pavements/structures situated near existing grade. Movements in excess of ti�ese estimates can vccur if poor drainage, excessive water collection, leaking pipelines, etc. occur, Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement shauld be sealed on a routine basis after construction, 4.3 Sulfate-fnduced Heaving Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate- induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration, The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Portland cement also produces lime as a byproduct of hydration, and therefore also reacts with sulfates, Soluble sulfate levels in soils on the order of 1,000 parts-per-million (ppm) or less are usually of low concern and warrant only observation of the subgrade during the stabilization process, The soluble sulfate I�vels of the tested samples ranged from less than 100 to 133 ppm.. Since no samples tested were above 1,000 ppm, additional field sampling of the subgracte soils is not required during construction in accordance with Special Technical Specifiication STS-024 Subgrade Modification/Stabilization, Section 2 00, Parfs A and B, City of Fort Worth Pavement Design Standards Manual, 2005 Edition. Report No, 131-09-86 CMJ ENGINEERING,Tric. 6 4.4 Pavement Subgrade P�eparation 4.4.1 Lime Stabilization Lime stabilization is recommended for all subgrade areas with plastic clays, typically with Ptasticity indices greater than 20. Prior to Ilme addition, the subgrade shoutd be proofroiled with heavy pneumatic equipment. Any soft o� pumping areas should be undercut to a firm subgrade and properly backfilled as described in the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS)., According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Specia! Technical Specification, STS-003 Earthwork, Section 3.07, the stabilized subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 100 percent of Standard Proctor density (ASTM D 698), between minus 2 to plus 3 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed. The presence of limestone fragrnents, grave{, and calcareous nodules in the surficial soils can complicate mixing of fhe soil and lime. It is recommended a minimum af 6 percent hydrated lime be used to stabilize the clay subgrade soils.. The estimated amount of hydrated lime required to stabilize the subgrade should be on the order of 30 pounds per square ya�d based on a dry unit weight of 110 pcf for a 6-inch depth, The hydrated lime should be thoroughly mixed and blended wi#h the upper 6 inches of the c(ay subgrade (TxDOT Item 260).. The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications far Construction of Highways, Streets and Bridges, 2004 Edition. 4.4.2 Subgrade Preparation Considerations It is recommended that subgrade stabilization/flexible base extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction, Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should no# be allowed to pond in order to p�event percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removal of all surface vegetation and debris.. Sand should be specificafly prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized Report No_ 139-09-86 CMJ ENGINEERING,INC. 7 soil wili be allowed for fine grading), After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non- yielding subgrade.. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickiy. All pavement construction should be pertormed in accordance with the procedures provided in Section 4..6. 4.5 Pavement Sections Pavement analyses were performed using methods outlined in the AASHTO Guide for Desiqn of Pavement Structures, 1993 Edition, published by the American Association of State Nighway and Transportation Officials and the City of Fort Worth Pavement Design Sfandards Manual, 2005 �dition, The design equations were solved using AASHTO Pavement Analysis Software., In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL) over the design life of the pavement structure, Sased on the results af the fietd and laboratory investigation and on soil plasticity properties, the following design parameters were used in aur thickness design calculations for the proposed streets (soil parameters were conservatively established for the soils that are expected to exhibit lower bearing strengths): Subgrade Soils�,.....,...,..,,..,..,...,....................... ....................., Clay DesignLife............,...,..,,.,....,... ......................,,..,�,.,..,..,..,...,.......25 years Initial Serviceability ..............,,.............,.,,....,.,.....,,,.,...,.,....,4..5 Terminal Serviceability..,...,..,........................,..,.,..,......,......2..0 Reliability........ .,,.,...,.� ....................................... ..................... 80% Overall Devia#ion (rigid)..,.,..., ........................,........,.,..,..,.,..,., 0.35 Overall Deviation (flexible),...,..,..,,..,.....,....,....,...., ,.,,.,.,., 0.45 Load Transfer Coe�cient..,.,.,..... ,,.,...,........,..,.,,.. ...............2.7 Drainage Coefficient (rigid) ..............................................0..70 Draina e Coefficient flexiblz " g ...,.,.,..,.,..................,...,.,_ ..Y Design CBR (raw subgrade)..........,....,......,...,.,.... ,.........._ 5 Adjusted Design CBR (lime stabilized} ,.,,..,.,,,.......,... .10 Lossof Support ..............................,,.,.,..,..,...,.........,.............1.0 Concrete Modulus of Elasticiry,,,,,,,,,,,,,,...,..,,..,.,,.,,..,,..,...3,604,997 psi Concrete Modulus of Rupture.. ....... ............ ..................,....630 psi The fopowing rigid and flexible pavement secfions are provided for a Residential — Rura! (low 'Ji�IL!l11S} sfreet classificafion, Detailed pavement design calculations and assumotions are presented on Plates B.,1 and 8..2.. The design ESALS were provided in the City of Fort Worth Report No.. 131-09-86 CMJ ENGINEERING, TNC 8 Pavement Design Standards Manuai, 2005 Edition, The following pavement section is suitable for the previously mentioned assumptions, Any deviation from these assumpfions shouid be brought to our attention immediately in order to assess their impact on our recommendations, Pavement Section Street Growfih Design Th9ckness Materiai ClassiFcatian Factor ESAL in. 7 PCC 6 Lime 8tabilized Subgrade or Flexibie Base 2 HMAC Type D Residentia) - Rurai No 625,000 (low-volume) Growth 6 HMAC 7ype B 6 Lime Stabilized Subgrade or Flexible Base According to the City of Fo�t Worth Pavement Design Standards Manual, 2005 Edition, the allawable drainage coefficienf for rigid concrete slabs placed directly on a lime stabilized ciay subgrade withouf a permeable base layer must be no greater than 0,7_ For flexible pavements, the maximum allowable drainage coefficient for modifying base and sub-base structural layer coefficients without a permeable base layer connected to an edge drain system is equal to 0.4, In addition, a reduction factor rnust be applied in the cafculation for the subgrade resilient modulus for flexible pavements equal to 80 percent of the calculated raw subgrade CBR value.. The above requirements directly affect pavement thickness calculations.. 4.6 Pavement Material Requirements ' Ma#eriai and process speci�cations are required to be in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification. These specifications generally include the following references to TxDOT Standard Specifications for Construction of Hiqhways, Streets and Bridqes, 2004 Edition, Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The mix should be designed in accordance with Item 360, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition using 3 to 6 percent air entrainment, The pavement should be adequately reinforced with temperature steel and all pavement joints should be placed and constructed in accordance Report No.. 131-09-86 CMJ ENGCNBERING,INC. 9 with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Section 4,5.4 and 4.5,5. Hot Mix Aspha{tic Concrete Surface Course: Item 340, Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 20Q4 Edition, Hot Mix Asphaltic Concrete Base Course: ltem 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. lime Stabilized Subqrade: Lime treatment for base course (road mix) - Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grade 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2004 Edition. 4.7 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 2'/Z inches. (n order ta minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and }oints in the pavement should be sealed on a routine basis after construction.. Proper surface drainage in the shoulders is also critical to long term performance of the pavement,. Water aUowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement,. 5.0 EARTHWORK 5.1 City of Fort Worth Required Specifications The City of Fart Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS) covers the requirements for generai earthwork, undercutting excavation and Report No.131 •09•86 CMJ ENGINEERING, TNC. 10 backfill for unstable subgrades for City Streets inciuding excavation, cornpacted earth fiil, flowabie fill, and trench backfill. The design engineer may refer ta this specification directly in the contract documents. Related requirements are found within the Special Technical Specification. 5.2 Utilities Unusual problems with caving soils or collapsing materfals were not noted at the boring locations Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled., Backfilling should be accomplished with properly compacted impermeable soils, rather than granular materials in accordance with the City of Fort Worth Pavement Design - Standards Manual, 2005 Edition, Special Technical Specification (STS}., Trench excavations should be slaped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth, 5.3 Erosian and Sediment Controt All disturbed areas should be protected from erosion and sedimentation dunng construction, and all permanent slapes and other areas subject to erosion or sedimentation should be provided with permanent erasion and sediment control facilities. Alf applicable ordinances and codes regarding erosion and sediment control should be followed, 6.0 C�NSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings.. ' However, quite often during construction anornalies in the subsurface conditions are revealed. Therefore, it is recommended thai CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluatinn during the construction phase of #he project, This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative salutions to unanficipated conditions Unti) these Report No.131-09-86 CMJ ENGINEERING,INC. 11 construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication befween the owner and the owner's design engineers and the geotechnical engineer. 7.0 REP4RT CLOSURE The borings for this study were selected by CMJ Engineering, Inc. The lacations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination, The bo�ng (ogs shown in this report contain information related to the types of soit encountered at specific locations and times and show lines delineating the intertace between these materials. The logs also contain our field representa#ive's interpretation af conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information, Laboraiory soil classificatiort tests were also performed on samples from selected depths in ihe borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the Iogs �f borings represent visual estimates ' of classifications for those portions af each stratum on which the full range of laboratory soil classification tests were not performed.. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditians, this report presents data on ground-water levels as they were obse►ved during the course of the field work. In particular, water level readings have been made in the borings at the times and under cpnditions stated in the text of the report and on the . boring logs. (t should be noted that fluctuations in the level of the ground-water table can occur wifh passage of time due to variations in rainfaU, temperature and other factors., Also, this reporE daes not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering Report No..131-69-86 CMJ ENGINEERING, INC 12 excavations. Unanticipated soil conditions at a construction site are commanly encountered and cannot be fully predicted by mere soil sampies, test borings or test pits. Such unexpected conditions frequently require that additionai expenditures be made by the owner to attain a properiy designed and constructed project Therefore, provision for some contingency fund is recommended to accommodate such potentiai extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative af the subsurface conditions throughout the site; that is, ihe subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed, If, during construction, different subsurface conditions from those encountered in aur borings are observed, or appear to be present in excavations, we must be advlsed promptly so that we can review these conditions. and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either t� natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, cansidering the changed conditions and/or time lapse.. Further, it is urged that CMJ Engineering, Inc, be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommenda#ions contained in this report. ln addition, we are avaiiable to observe construction, particular{y the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observatians as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site, This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc_ should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The Report No.131-09•86 CMJ ENGINEERING.INC. 13 , reproduction of this repart, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purpases oniy and that verification of the subsurface conditions fo� purposes of determining difficulty of excavation, trafficability, etc. are responsibilities ' of the contractor. This report has been prepared for the exclusive use of Teague Nali and Pericins, Inc, for specific application to design of this project, The only warranty made by us in connection with the services ' provided is that we have used that degres of care and skili ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality., No other warranty, expressed or implied, is made or intended. ,.**� Report No, 131 •09•86 CNlJ ENGINEERING, INC 14 PLAN OF BO�1NG5 i,.�M J��nvEExn�c, rrtc. STREET REHABtLlTAT10N - CHAPARRAL PLA TE LANE, FOX NOLLOW, TAN�L�WOOA TRAIL A, I CMJ PRo��cr No. 13l-09-86 FORT WORTH, TEXAS Major Divisions �m 7ypical Names Laboratory Classification Criterfa � y� Well-graded gravels, gravel- � 080 �p��: ,� �� �W sand mixtures, little or no � Cu •-- greater fhan 4: C�= — between 1 and 3 y � o fines �i y �10 ��o x �aa c S � c a � ��.� v N � m Poorly graded gravels, gravel '� E N � m U� GP sand mixtures, littie or no �' ��� Not meeting all gradation requirements for GW � � �; n flnes � a ci � > > ca � � (�C9v ��� o � � u� ��•� Li uid and Plastic limits Q o� � o Silty gravels, gravel-sand-siit r� c9 �? •� q „„ Liquid and plastic Ifmits � w- GM N below A line or P.I N s�`� ro� mixtures Z; ;� reater than 4 p�otting in hatched zone Z L�� a� � m � 9 between 4 and 7 are c c° �� m w w N � N borderline cases ,� ro � �, � o N$ :� Liquid and Plastic limits •o � m >� Clayey gravels, gravel-sand- '� N requfring use of dual � o � a GC c o � a� above "A" line with P.i. a� a cla mixtures � z : c symbols � v� � � Q y � � ;� greater than 7 c co `�4 : .o � � � .ro °' � Weil-graded sands, gravelly '� � ` °q o� ���' v� m N � SW �� C„= -- greater than 6: C� between 1 and 3 o� N �� sands, little or no fines �� p,a p x p ta so V E � � � _ rno d _ c � a �� : i � s N w a°, Poorly graded sands; m,� �` ° �� U� SP gravelly sands, IitUe or no �� �°; : Not meeting all gradatfon requirements for SW = �v y�> y fines y� a a w . � c 'v�ny oo �cvG � @ N d' O ui N u� �' U y cn $ w o, � � ro a� Liquid and Plastic limits o d Z � o SM Silty sands, sand-sift mixtures � a�» �� N below "A" line or P I less Liquid and plastic limits c � � y m=@,., ���� o� than 4 plotting between 4 and 7 c�• a� m c°—' � u, are borderline cases c� 3�� �aN � v �`� ��' `° Liquid and Plastic limits requiring use of dual �� q S� Cfayey mixtures nd-clay €�� above "A" line with P J symbols „ ,� ; � � greater than 7 ... ca o zs Inorganic silts and very fine sands, rock flour, sitty or ,� M� clayey fine sands, or clayey y ro silts with slight plasticity >+ 60 � � °� Inorganic clays of low to � 'a � medium plasticity, gravelly oy� C� clays, sandy clays, silty clays, 5 o�;p and lean clays cH z � ro v Organic silts and organic siity 4 N� �� ciays of low plasticity � .y � � m �� Q Inorganic silts, micaceous or a 3 �`� � MM diatomaceous fine sandy or � ' oH a d nnH c�� T� silty soiis, elastic silts 2 •P u' f6 � CL � U +' ° ��' CN �norganic clays of high _ � � plasticity, fat ciays � ro �� 4 �� ML a d OL v �' � OH Organic clays of inedium io °o �0 2o ao ao so so �o eo 90 �oo � � high plasticity, organic siifs v Liquid Limit .c �`� Peat and other highly organic Plasticity Chart � o o Pt soils UNlFIED SOIL CLASSIFICATION SYSTEIVI ALATE A.2 SOIL OR ROCK TYPES m. .� .m .� GRAVEL LEAN CLAY LIMESTpNE � a • � +• SAND � ••. SANOY — SHALE . � .� • . SILT SI�TY . �. SANDSTONE HIGHLY C�p,YEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBiNG CONSiSTENCY, CONDITION, AND STRUCTURE OF SOIL FIClB Gt'8111E.'C� SOII5 (More ihan 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, {tsf) Soft 0.0 to 1.0 Firm 1.0 to 1 5 Stiff 1.5 to 3 0 Very Stiff 3.0 to 4 5 Hard 4.5+ COaiS@ Gialf12CI SOiIS (More than 50% Retained on No 200 Sieve) Penetratian Resistance` Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 4a% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% 4ver 5� Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodu(ar Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes �Iled with fine sand or silt Interbedded Composed of altemate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROP�RTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernaii Hard Di�icult to scratch with knife Very Hard Cannot be scratched with knife Poarly Cemented ar Friabie Easily crumbied Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderita, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state beEore being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and generaf appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. Project Street Rehab - Chaparral l.ane, Fox Hollow CMJ �'NCINEERING WC 131-09-86 B-� & Tanglewood Trail - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling, dry at completion Completion Completion Depth �Q q. Date 49-09 Surtace Elavation Typa Auger: 8-34 ti" ,p d � N � lL a a i. � ° `B Z ° �} u' '�i `,� u� Q�� Stratum Description o��� ��� o ��.� � C o �= a� , � v o � �`� � > �� ��,= � � �� 3 E � � d o�,vi ,�m o�E �E ro� oo c coo nC � mat= av� JJ a_, a5 �U �� �Ua 3PNALTiC CONCRE'i'E, 3" thiCk 4.5+ 97 50 19 31 19 CRUSHED ROCK BASE 3" thick 4.5+ 15 106 SILTY CLAY brown, w/ calcareous nodules, hard 4.5+ 14 4.5+ 13 4.5+ 13 5 4.5+ 13 4.5+ 13 4.5+ 13 SILTY CLAY. brown, w/ rock fragments and 4.5+ 13 calcareous deposits, hard a,g+ y 1 ------------------------ � e 0 � � U 'a c7 � 4 co U` Z � O m LL o LOG OF 80RING NO. B-'I PLATE A.4 J Project No Borin No. Project C,MJ �7GINEERING Ii�IC 9 Street Rehab - Chaparral Lane, Fox Hoilow 131-09-86 B•2 & 7an lewood Trafi - Fort Worth, Texas Location Water Obs�rvations See Plats A.1 bry during drilling, dry at compfetton Completion Completion Depth 10.0' Date a_9-Q9 Surface Elevation 7ype Au er. B-34 .-i y O � LL � y � O N c �- d. T ro �'O Z `� � V- � N fn ��� Stratum Descripfiion o e�� �a o � a� �� o � ��� � o a'� N > � � '�, � �, � � � � c w t7 �a°i�? �m vE mE mv oo 'cN $oo � � mat- av� �� a� a5 �U �� �Ua ASPHALTIC CONCRE7E, 1" thick 4.5+ 14 CRUSHED ROCK BASE, 5" thlCk 4.5+ 79 36 18 20 11 SILTY CLAY, dark brown, w/ calcareous nodules 4.5+ 10 108 hard q,5�. �p - grades brown, 3' -10' 4.5+ 10 � 4.5+ 11 - w! gravel, 6' - 10' 4.5+ 76 36 16 20 12 106 4.5+ 13 4.5+ i 3 4.5+ 15 10 ----------------------�--- 0 � v O t� � U a (9 � � � M � Z K O m W o LOG OF BORING NO. B-2 PLATE A.5 J Pro'ect No 8orin No. Pro ect C.j�/IJ LNGINfiERING INC � g 1 Street Rehab - Chaparrai Lane, Fox Hollow 131-09-86 Q-3 & Tan lewood Traii - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilitng, dry at compietion Completion Completion Depth ,� 0 a� oate 4-9-09 Surface Elevation Type Auger: B-34 N O � ' y a � p� N c U- � c O o � � '�0p' o � � Stratum Description � o �: � � a �e � o .� � = z = � � � ° � 7 i Q:LL; y m v_ a� x;� °� Q C) � a� w � oa�iN c`"cm aaE m�E mv oo 'c'" `�coo � � ma� av� �� n.:.� a5 �U �'� aUa ASPHALTIC CONCRETE, 3" thick 4.5+ CRUSHED ROCK BASE 6" thick 4.5+ 16 SlI.TY CLAY, brown, sandy, w/ calcareous nodules, 3.5 80 45 17 28 24 96 gravel, and limestone fragments, very stiff to hard 4 5+ g 5 SILTY C�AY, brown w/ imbedded limestone gravel, 4.5+ 9 hard 4.5+ 11 SILTY CtAY. brown w/ calcareous noduies hard 4.5+ 15 4,5+ S5 4.5+ 90 40 15 25 17 4.5+ 17 1 ------------------------- � a 0 � � U a � co Y m t9 Z � O ro LL o LOG OF BORING NO. B-3 PLATE A.6 J Pro ect No Borin No Pro ect CjujJ ENGINEERING INC 1 9 i Street Rehab - Chaparral Lane, Fox Hollow 131-09-86 B-4 & 7anglewood Trail - Fort Worth, Texas Location Water Observations See Piate A.1 Dry during drilling, dry at compietlon Completion Completion Depth 10.0' Date 4-9-09 Surface Elevation Type Au er: B-34 y O � ' O � O� Z o N� o�� Stratum Description o o ��,,�= o a � a.� 3 ������ O 3a�- ym ,v_� '�� —x in-°� DV c�E3 w d a aCiu? c� � vE � E �v o o'ca c o � aC maI- acn �� a� a5 �U �� �c�a ASPHAL.71C CONCRE7'E, 2" thick 4,5+ 18 104 CRU3 ED ROCK BASE 5" thick 4.5+ 96 55 23 32 --._ SILTY CLAY dark brown, w/ calcafeous nodules q,5+ 1� hard 4.5+ 17 4.5+ 16 5 4,5+ 94 15 A.5+ 45 i6 29 15 105 4.5+ 14 SILTY CLAY brown, w/ limestone fragments hard 4.5+ 11 4.5+ 10 1 ----------------------- e � e 0 � � U a � �a R R M � z � 0 m � o LOG OF BORING NO. B-�L PLATE A.7 J Project No Boring No. ProJect Street Rehab - Chaparrai Lane, Fox Hollow CM� �GiNfifiRI1VG INC 131-09-86 B-5 & Tanglewood Trail - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during d�illing, dry at completfon Compietion Completion Depth 10.0' oate 4-9-09 Surface Elevat(on Type Au er• 8-34 � o d o ++ a a, N C V- n T � ��o z° � �LL � N � o� N Stratum Description o��� � o a„o :� _ ��. � ��� U 0 3aLL u'> �•- �= �d �—^c �N c�iE� W d o vN `� � E ro E @'v o o C C O p � � mn.~ acn �� a� a_= �c> >� �c�a ASI'HALTiC CONCRETE, 1 1/2" thiCk 4.5+ 15 CRUSHED ROCK 9ASE 3" thick 4.5t 90 44 18 26 14 SILTY CLAY brown w! calcareous nodules, hard q.5+ 12 110 4.5+ 1 Z 4.5+ 12 5 4.5+ 11 4.5+ 13 4.5+ 14 SILTY CLAY, brown, w/ limestone fragments, hard 4.5+ 15 4.5+ 17 1 --_�.__...---------------- � � v O C7 i U a � � � M � z a 0 m LL � o LOG OF BORING NO. B-5 PLATE A.S ProJect No Boring No, Project Street Rehab - Chaparral Lane, Fox Hollow CN1� ENGINEflRING INC 131 •09-86 g-� & Tangiewood Trail - Fort Worth, Texas Location Water Observations See Pfate A.1 Dry during drilling, dry at completion Completion Completion Qepth 10.0' pate 49-09 Surface Elevat(on Type Au er: B-34 LL �`p� d N C . n. i, 6 0 5 0 0 �� '� y v o�� Stratum Description o a~' � m� o�� �-� a= ��� U C) ��� y> g'C N'J N xN N C �� U E j w Ci o y� m.4� vE � E �� o o 'c "� c o 0 � a ma� a�n �� n.� a= �c� �� �c.aa A3PHALTIC CONCI2ETE 1" thick 4.5+ 89 54 21 33 18 CRU3HED R CK BASE, 4" thick 4.5+ 22 95 SiLTY CLAY, dark brown w/ caclareous nodules, 4.5+ �� 20 hard 4.5+ 18 5 4.b+ 18 4.5+ 92 45 16 29 18 103 4.5+ 17 4.5+ 18 SILTY CI.AY, brown, w/ calcareous nodules and 3.5 1$ gravel, very stiff 3.5 18 1 ----------------------- � � � 0 � � U a C9 � Y i� t7 Z � O m LL o LOG OF BORING NO. B-i PLATE A.9 J FREE SWELL TEST RESULTS PROJECT: STREET REHAB — CHAPARRAL LANE, FOX HOLLOW AND TANGLEWOOD TRAIL FORT WORTH, TEXAS PROJECT NO.: 131-09-86 Free swell tests performed at approximate overburden pressure CM� ENGINEERING, INC. PLATE A.'1 O SOLUABI.E SULFATE TEST RESULiS STREET REHABILITATION CHAPARRAL LANE, FOX HOLLOW, AND TANGLEWOOD TRAIL FORT WORTH, TEXAS PROJECT NO. 131-09-86 iJote: �1.. Test Method = TxDOi 145E 2., 9mglkg =1 part per million (ppm) CMT ENGINEERING, INC. PLATE A.1'1 LiME SERIES TEST %l.ime pM 0 7,89 2 12.23 4 12.42 6 12.48 8 12.5 10 12.52 Lime Series 13 12 11 x 10 a 9 8 7 - 6 0 2 4 6 8 10 12 Percent Lime P4ATE A.12 1.50 � � t.00 �i � v � � �. ° 0.50 � � e�� !� � =� �� ��� . _� � � \ � , • • 0.50 1.00 1.50 2 00 Normal 5tress, tsf 6..00 � — � � SAMPLE NO � ' WATER CONTENT, q 5.�0 Q DRY DENSZTY. pcf � SATURATION, � . . H VOID RATIO N 4 QO H DIAMETER, in *' : , HEIGHT, in i u� WATER CON7ENT, � aNi 3.00 � DRY DENSZTY, pcf � w SATURAT=ON, � vy ~ VOID RATZO ::: L =-"�'` � Q DIAMETER , i n . . . . ........ . . . . a 2.00 . FfE=GMT, in r � ° Strain rate, �/min � BACK PRESSURE, tsf 0 1.00 CELL PRESSURE, tsf � FA2LURE SiRESS, tsf p PORE PRESSURE, tsf 0 5 10 15 20 ULTIMATE STRESS., tsf Axiai Strain, % P�RE PRESSURE, tsf TYPE OF l"EST: 6i FAILURE, tsf Unconsolidated undrained C3'3 FATLURE, tsf SAMPLE 7YPE: Undisturbed C�IEN7: CMJ OESGRZPT20N: Clay, brown ROJECT: LL= PL= PI= SPECIFTC GRAV�7Y= 2.65 t�E�1ARKS : FIG. N0. _ .�1 . 15.2 106.2 72 3 0.558 2 75 4.47 20 9 106 2 99 5 0..558 2.75 4.47 3 24 3.60 2.25 2.24 2 61 0.36 2 50 3 00 E LOCATION: B-1 � 1.0'-2.0' NO.: 131-09-86 DATE: 4/16/09 TR2AXIAL SHEAR TEST REPORT PLATE A.13 1.20 y- N *' 0.80 N N N � � y 0,40 � � �.., �� �L� ,� .-. • • . � �� �����-.. ������� � r , ► . ( 0 0 4p 0.80 1.2d 1.60 I , Normai Stress, tsf G } " SAMPLE N0. WATER CONTENT, � 2.00 Q DRY DENSITY, pcf __ �-I SATURAT�ON, � H VO=D RATIO N 1. 60 H dL°`METER , i n *' HEZGHT, in � < < v� ��! WATER CON7ENT, % :... :::•: :::: Vy, .,..;.., . ..:... .. . :...:.: , : : : F. m 1.20 � ORY DENSrTY, pcf ` � SATURATZON, % d�+ v� � VOZD RA'i'Ib L Q DTAMETER, in � � g� HEXGHT, in +� , ° ' ' Strain rate, �/min 0 0.40 BACK PRESSUR�, tsf CE�L PRESSURE, tsf FAI�URE STRESS, tsf p PORE PRESSURE, tsf Q 5 10 15 20 ULTZMATE S7RESS, tsf Axial Strain, � PORE PRESSURE, tsf IYPE OF TEST: 6�FAILURE, tsf Unconsolidated undrQined �3FAILURE, tsf SAMPI.E TYPE: Undisturbed CLIENT: CMJ DESCR=PiION: Ciay, light brown 1 1Q 2 107,8 50.7 0.535 2.71 3.90 19 9 107.8 98.0 0.535 2.71 3.90 3 24 3.60 1.33 1 28 1_69 0.36 2 00 2 40 PROJECT: LL= PL= PI= SPECIFIC GRAVTTY= 2.65 SAMPLE LOCATION: B-2 � 2 0'-3.0` REMARKS: Fzc. Na. . NO.: 131-09-86 DATE: 4/16/09 TRZAXIAL SHEAR TEST REPORT PLATE A.14 1 . 20 4- � +� O SO � m a� L � � 0 . 40 � � I - • � ,� ._. � �' � . N��---- _ . _ �_ �.�_'.W.----_-- ----- ____ -- ---- ---- --- -- _ _ --- -- - -- A- " _" �� � ►. i � � �. , , • . . __ 0 40 0.80 1..20 1.60 2 00 2..40 Normal Stress, tsf 2.40 2 QO � 1.60 � m aNi 1 . 20 � � o a.so 0 > o Q . 40 � SAMPLE N�. WATER CON7ENT, % -� DRY DEN5ITY, pcf _ � SATURATION, � H VOID RATZO `� " H DIAMETER, in .�'� HEIGHT, i n :ii : WATER CONTENT, % }' DRY DENS=TY, pcf � SATURATTON, % VOZD RATIO Q DZAMETER, in HEZGHT, in Strain rate, q/min � " ' BACK PRE55URE, tsf CELL PRESSURE, tsf �'AILURE STRESS, tsf - ' PORE PRESSURE, tsf 0 5 10 15 Axial Strain, % TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Undisturbed QESCRTPTION: Clay, brown 20 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 6� FAILURE, tsf 63FAILURE, tsf CLIENT: CMJ ROJECT: LL= PL= PT= SPECIFIC GRAVZTY= 2.65 REMARKS: FIG. NQ t 23.7 96.5 88 0 0.714 2,75 4.10 24 . 9 96 5 92 4 0..714 2.75 4.10 3 .24 3 . 60 1.58 1.5$ 1 . 94 0.36 SAMPLE LOCAT20N: B-3 � 2.0'-3.0' NO.: 131-09-86 DATE: 4/16/09 7RIAXIAL SHEAR TESi REPOR7 PLATE A.15 1 . 50 N +� 1 . 00 N � N L � � L � 0.50 � � �- �� ,�. •;• : � �� � � � �NNW������"EV���� �� � � � � s 0.50 1.Od 1..50 2�00 Normal Stress, tsf 6 . d0 — -+ — SAMPLE N0. WATER CONTENT, % 5 00 Q ORY DENSITY, pcf - � SATURATION, � E...� VOSD RATIO N 4.00 H DIAMETER, in +' HEZGHT, in � WATER CONTENT, � m 3�00 �j ORY DENSITY, pcf +- � SATURA7ION, % u� . VOiD RATIO a 2 00 Q DTAMETER, in }, � HEIGHT, in ° 5train rate, �/min � `• �• '�:� BACK PRESSURE, tsf 0 1 0� CELL PRESSURE, tsf � �'A2�URE STRESS, tsf p POFtE PRESSURE , t s f 0 5 10 15 20 ULTIMATE S7RESS, tsf Axial Strain, % PORE PRESSURE, tsf TYPE OF TES'f: 6� F'AILURE, tsf Unconsolidated undrained 63FAILURE, tsf SAMPLE 7YPE: Undisturbed 'CLIENT: CMJ DESCRZPTZON: Clay, brown PRdJECT: l.L= PL= PI= SPECTFIC GRAViTY= 2 65 REMARKS: �'IG . NO . 1 1$.4 103 6 81 6 0..597 2.76 4.15 22 1 103_6 98 2 0.597 2 .76 4.15 3 24 3.60 2.21 2.21 2_57 0.36 2 50 3 00 P�E LOCATION: 8-4 � 7"-1.0' PROJ. NO,: 131-09-86 DATE: 4/16/09 TRIAXIAL SHEAR TEST REpORT PLATE A.'16 �l � o.so vi m a� � ,� � L °y 0..40 L � �� ��� � • ., . _. � I����n�t�� ����� �m�.� � �. . � , , � � • 0.40 0.80 1.20 1.60 2 00 2.40 Normal Stress, tsf 2.40 - SAMPLE N0. 1 .,.. ..,. WATER CONTENT, � 12.3 2.00 ;::: ;::' :::: ;::' Q DRY DENSTTY, pcf 109,5 : : : : : : :........:.._........ . . . . : : : � : ; ; ; � SATURAi'ION , % 63 . 8 .. .... .:..;...._..� ...... H VOrD RATIO 0.511 � 1 60 H d�METER , i n 2. 80 " • HEIGHT, in 4.25 � m ?; WAl'ER CONTENT ,� 19 .. O a�i 1.20 � DRY OENS=TY, pcf 109.5 �- w SATURA7ION, � 9$.5 �n h VO=D RATIO 0.511 �. . Q DIAMETER, in 2.80 � O"8� HEIGHT, in 4.25 Y ° Strain rake, %/min o b.40 BACK PRES5URE, tsf 3.24 CELL PRESSURE, tsf 3.60 FAILURE STRESS, tsf 1 90 p ' PORE PRESSURE, tsf 0 5 10 15 20 ULTIFAATE STRESS, tsf 1 88 Axial Stroin, � PORE PRESSURE, tsf TYPE OF TES7: 6� FATLURE, tsf 2.26 Unconsolidoted undrained 63FAILURE, tsf 0.36 SAMPLE TYPE: Undisturbed C�IEN7: CMJ DESCRIPTZON: Clay, brown PROJECT: LL= PL= PI= SPECIFZC GRAVITY= 2.65 SAMPLE LOCATION: B-5 � 2 0'-3..0' REMARKS: FIG. NO. ROJ. NO.: 131--09-86 DA7E: 4/16/09 TRIAXIAL SHEAR TEST REPORT PLATE A.17 1 . 2d w � � a ao �; � � �. � � y 0 . 40 � � �■1. c•��� ,�s. _. . � ��s �� ����'""�i�������� � � � ' 0�40 0.80 1..20 1.60 2 00 2 40 Normal Stress, tsf � -, . - SAMP�E N0. 1 WATER CONTENT, q 21.9 i.pp Q DRY DENSIiY, pcf 95.1 � � � � - � SATURATSON , 9� 78 , 6 .:. ,�.�,;,.;.� ; H VOID RATIO 0.739 N 0 80 H p�METER, in 2.82 '' HEIGH7, in 3.80 N WATER CON7ENT, % 27.6 �i 0.60 � DRY DENSITY, pcf 95 1 '- � SAiURATION, � 98.9 � VOID RATTO 0.739 �" DIAMETER, in 2_82 0 0.40 Q H�TGHT, in 3.80 �. ° Strain rate, �/min � BACK PRESSURE, tsf 3.24 Q 0.20 CELL PRESSURE, tsf 3 60 FATLURE STRESS, Ysf 0 92 p PORE PRESSURE, tsf 0 5 10 15 20 ULTSMATE STRESS, tsf 0..91 Axiai Skroin, % PORE PRESSURE, tsf TYPE �F TEST: 6t FAILURE, tsf 1,28 Unconsolidatad undrained 63FAILURE, tsf 0.36 SAMPLE TYPE: Undisturbed CLTENT: CMJ DESCR�PTSON: Clay, brown PROJECT: LL= PL= PI= SPECIFSC GRAV7TY= 2.65 SAMPLE LOCATION: B-6 � 1..0'-2.0' RE1�IARKS : Fzc . rvo . ROJ. NO.: 131-09-86 DATE: 4/16/09 TRIAXTAL. SHEAR 7EST REPORT PLATE A.98 2 . 25 � +� 1 . 50 m m 4� � � � 0 . 75 � � ��� � '� .�. - . � �. � �� —,� _� — - -- -- � �� � � � � � • ' 0 75 1.50 2..25 3..00 3 75 4 50 Normal Stress, isf - 00 - � SAMPLE N0. 1 • WATER CONTENT, � 13.0 5.00 Q DRY DENSZTY, pcf 99.7 - �-+ SATURATZON, � 52.2 r VOSD RATIO 0..659 .. � "' Z DIAMETER, in 1.35 � 4 . 00 ►-� +' HEIGHT, in 3.00 N WATER CONTENT, % 16.0 aNi 3.00 �j DRY DENSITY, pcf 99 7 � w SATURATION, % 64.4 � ~ VOID RATIO 0,659 � : :. .:.. ..:..:..:..:....: � � � : : :. ..:..:..:..:.. ..:.:..:-.:. : Q 0 � IA�AETER , i n 1 35 0 2�� HEIGHT, in 3.00 � ° • 5train rate. %/min � BACK PRESSURE, tsf 1 44 0 1 00 • CELL PRESSURE, tsf 1.80 FAI�.URE STRES5, tsf 2.96 � PORE PRESSURE. tsf 0 5 10 15 20 ULTIMATE STRESS, tsf 2 20 Axial Stroin, % PORE PRESSURE, tsf TYPE OF TEST: 6� FAILURE, tsf 3.32 Unconsolidated undrained �3FAILURE, tsf 0.36 SAMPLE TYPE: Remoid CLZENT: CMJ DESCRIPTION: Clay, brown w/ 6% Lime PROJECT: LL= PL= PI= SPECIFZC GRAVITY= 2 65 SAMPLE �OCATION: B-2 � 2..0'-3..0' RE�SARKS : FiG.. NO.. . NO.: 131-09-86 DATE: 4/22/09 7R7AX2Al. SHEAR TEST REPORT PLATE A.19 i .20 � y 0.80 N m a� � .� � � y 0.40 t � �� �� :. ,�l►t] ---�� �����.w ������� � / � � � � �, 0 40 0, 80 1. 20 1 60 2 00 2. 40 Normal Stres:;, tsf 2 40 . SAMPLE Nd. 1 WA7ER CONTENT, % 24 O 2 00 � Q DRY DENS�TY, pcf 91.2 _ - � SATURATION, � 78.2 �-..i VOID RATIO 0. S 14 "- � � DrAMETER, in 1 35 � 1.60 ::: :::: :' ' H +-� : :..:.. ..,..,-. .:�.:_ �..�.. � : � i n 3.00 HEIGHi � � WATER CONTENT, � 27 3 � � 20 � ORY DENSrTY, pcf 91 2 L . w SATURATZON, � 89 � �j . ~ VOID RATIO 0 814 • Q DI,4METER , i n 1 35 p 0 SO HEIGHT, in 3.00 ,� ° Strain rate, %/min � �` BACK PRESSURE, tsf 1 44 p 0 40 CELL PRESSURE, tsf 1 80 FA2LURE STRESS, tsf 1.70 p PORE PRESSURE. tsf 0 5 10 15 20 ULTIMA7E STRESS, tsf 1 49 Axial Strain, � PbRE PRESSURE, tsf TYPE OF TEST: 6�F'AILURE, tsf 2_06 Unconsolidatcd undrained 63FAILURE, tsf 0.36 SAMPLE TYPE: Remold CLIENT: CMJ dESCRIPTTON: Clay, brown w/ 6� Lime PROJECT: �L= P�= PI= SPECIF=C GRAVITY= 2 65 SAMP�E L.00ATTON: B-3 � 2 0'-3.Q' REh4ARKS : FZG. N0. NO.: 131-09--$6 DATE: 4/22/09 TRL4XIAL SHEAR TEST REPpRT Pl..ATE A.20 1 20 � � o . so N N N L � L °y 0.40 t vi � I ,� I I • • r���a��w�w����a�w� i,'�T!"� �"� �� .��.� � �. � / � � � � � i • -- 0 40 0 80 1..20 1.60 2 00 2 40 Ncrmal Stress, tsf 2 . 40 SAMPLE N0. 1 WA7ER CONTENT, 9: 22 0 2.Oa Q DRY DENSITY, pcf 90.2 - _ � SATURATION, % 70.0 F..i VOID RATIO 0.8�4 � 1. 60 F..z.{ bTAMETER , i n 1 35 � � HEIGHT, in 3.00 N WATER CON7ENT, % 25.7 aNi 1.20 � DRY DENSITY, pcf 90..2 � � SATURA7ION, � 81.6 � VOID RATzO 0..834 0 0 eQ Q p�METER, i n 1. 35 }, HETGNT, in 3.00 � Strain rote, �/min � BACK PRESSURE, tsf 1 44 � 0.40 CEL.L PRESSURE, tsf 1 80 FA2LURE STRESS, tsf 1.93 p PORE PRESSURE. tsf 0 5 10 15 20 ULTIMATE STRESS, tsf 1�61 Axial Stroin, % PORE PRESSURE, tsf TYPE OF TEST: 6t FAiLURE, tsf 2.29 Unconsolidated undrained 63FAILURE, tsf 0.36 SAMPLE TYPE: Remold CLIENT: CMJ DESCRIPTION: Clay, brown w/ 6% Lime PROJECT: LL= PL= PI= SPECTFIC GRAVITY= 2 65 SAMP�E LOCATION: 6--6 � 1.0'-2.0' REMARKS: FIG. N0. ROJ. NO.: 131-09-86 DATE: 4/22/09 TR2AXIAL SHEAR TEST REPORT PLATE A.21 I � i W i n PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Assoclation Rigid Design inputs Agency: The City of Fort Worth ' Company: Teague Nall and Perkins, Inc Contractor: CMJ Engineering, Inc ' Project Description: Chaparral Lane, Fox Hollow, and Tanglewood Trail Location: Fort Worth, Texas Rigid Pavement DesignlEvaluaUon Laad Transfer, J Mod.. Subgrade Reaction, k Drainage CoeEficient, Cd tnitial Serviceability Terminal Serviceability 2 70 86 psiNn 0.7Q 4.50 2 00 Modulus of Subarade Reaction (k-vaiuel Determination Resilient Madulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Qepth to Rigid Foundation Loss of Suppo�t Value (0,1,2,3) Modulus of Subgrade Reaction 5,842 0 psi 10,000.0 psi 6,00 inches 0 00 feet 1.0 $5.60 psilin PLATE B.1 Wednesday, April 29, 2009 1:53:30PM Engineer: JPS WinPAS Pavement Thickness Design According to 1993 AASMTO Guide for Design of Pavements Structures Amertcan Concrete Pavemerrt Associatlon Flexibie Design Inputs Agency: The City of Fort Worth Company: Teague Nall and Pericins, Inc. Contractor: CMJ Engineering, Inc roject Description: Chaparral Lane, Fox Hollow, and Tanglewood Trail Location: Fort Worth, Texas ' Fiexible Pavement DesignlEvaluation Structural Number 3.26 Design �SALs 625,000 Reliability 80 00 percent bveralt Deviation 0 45 Layer Pavement DesigntEvaluatlon � Layer Mate�ial HMAC Type B LSS Wednesday, April 29, 2009 1:54:1APM Layer Coeff'icient 0 42 0 38 0.08 0.00 0 00 0.00 Soil Resilient Modulus Initial Serviceability Terminal Serviceability Drainage Coefflcient 1 00 1 00 a 40 0.00 0.00 0.00 Layer 7hickness 2.00 6 00 6 Od 0 00 0.00 0.00 - E5 5,014.50 psi 4.50 2 00 Layer SN 0 84 2 28 019 0.00 0 00 0.00 PLATE B.2 Engineer:JPS Fa� WO R7' H City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,OOd or more, the MIWBE goal is appiicable. If the totai dallar value of the contract is less than $25,00�; the M/WBE goal is not applicable. . _--- POLICY STATEMENT It is the policy of the Ciry of Fort Worth ta ensure the full and equitable participation by Minority and Women Business Enterprises (MlWBE) in the procurement of all goods and services to the City on a contractual basis. Alt requirements and regulations stated in the City's curtent Minority and Women Business Enterprise Ordinance apply to this bid. MIWBE PROJECT GOALS The City's M/WBE goai on this projec# is 20% % Of 1he tOtel' bid (Base bid applies to Parks and Community Services}: COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's MlWBE Ordinance by either of the foliowing: 1. Meet or exceed the above stated MIWBE gaal, or Z. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, withm the foilowmg times allocated, �n arder rr � , �,�; for�the� en6re�bid�to be considered responsive�to��the���specifications. Th�;Offeror��=s�ail:cleuver;tti�e-MIlUB� documentatio�5z 1. Subcontractor Utiiizatian Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: o enin date, exclusive of the bid o enin date. 2. Good' Faith Effort and Supcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated oaL• 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE articipation: o enin date, exdusive of the bid openin date. 4. Prime Contractor Waiver For►n, if you wiil received by 5:00 p.m., five (5) City business days after the bid perform all subcontractin /su lier work: o enin date, exclusive of the bid o enin date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed oal. o enin date, exclusive of the bid o enin date. FAILURE TO COMPLY WITH THE CITY'S M1WBE ORDINANGE, WI�L RESULT IN THE 81D BEING CUNSIDERED NON-RESPONSNE`TD SPECIFIGATIONS Any questions, please contact the MNVBE Office at (817) 392-6104. Rev, 11/1/O5 ATTACHMENT1A Page 1 of 4 FOIi"I' WOR7'H City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime McClendon Construction Co, Inc PROJECT NAME: M/W/DBE X NON-M/W/DBE BID DATE 2008 CIP Contract 9C January 5, 2012 City's M/WBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER 20 0�0 47.4 o�a Proj 81�25 �" i% :%Y Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, Iwill result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MNVBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. I� � �_ Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 '� ATTACHMENT1A FURT WORTH Page 2 of 4 � Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detaii Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount TelephonelFax r g g T D W E E R O B C T E A M E Burns Construction PO Box 783 Water and Sewer $341,638.00 Burleson, TX 76097 1 x x (Prequalified) 817/447-0292 Drainage Fax 817/447-0207 Rubio Trucking 9000 Co Rd 513 Hauloff $20,125.00 Alvarado, TX 76009 1 x x Trucking 817/829-3711 No Fax Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $4,950.00 Euless, TX 76040 1 x x 817/268-5910 Fax 817/282-7497 H J G Trucking, Inc 701 Denair St Topsoil $6,400.00 Ft Worth, TX 76111 1 x x 817/834-7181 817/834-8240 GJ Seeding LLC 1080 S Burleson Blvd Sodding $13,662.00 Burleson, TX 76028 1 x x 817/426-8284 888/761-2077 Rev. 5/30/03 ATTACHMENT1A FORT WORI'H Page 3 of 4 � Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name � N T Detail Detail Address e ry� yy � X M Subcontracting Work Supplies Purchased Dollar Amount TelephonelFax � B B R O B E E C T E A Southern Star Concrete 8505 Freeport Pkwy Ready-Mix $135,272.00 Irving, TX 75063 1 x Concrete 972/621-0999 Beall Lime Co 1100 West Parkway Hydrated Lime $15,312.00 Euless, TX 76040 1 x Slurry 817/835-4000 Fax 214/545-5402 Barnsco, Inc 2609 Willowbrook Rebar Supplier $20,583.00 Dallas, TX 75220 1 x 214/352-9091 Fax 214/379-0341 APAC Texas Inc PO Box 848164 Hot Mix Asphalt $1,875.00 Dallas, TX 75284 1 x 214/741-3531 Rev. 5/30/03 City of Fort Worth, Texas Mayor and Cauncil Cammun�cation COUNCIL ACTION: Approved on 7J8/2008 DA�'E: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES REFERENCE NO.: **G-16190 SUBJ�CT: Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECO MENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. nISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for pubiic works shall determirie the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractars (ABC) and the American Sub-Contractors Assaciation (ASA}, conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAI. fNFORMATION/CERTIP(CATION: The Finance �irector certifies that this action will have no material effect on City funds, TO Fund/Account/Centers FROM Fund/AccountlCenters Su i Pd for City Manaaer's Office b� ri inating Department Head: Fernando Costa (8476) A. Douglas Rademaker (6157) Additional Information Contact: Eric Bundy (7598) HEAVY & HIG�iWAY CONSTRUCTION PREVATLING WAG� RA.TES 2008 Air 'fool Operator Asphalt Paving Machine Oper� Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Mac Concrete Paving Finishing Ma Concrete Paving Joint Sealer ( Concrete paving Saw Operato� Concrete Paving Spreader Opf Concrete Rubber Crane. Clamshell. Backhoe, D Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator,'I'ruck Mounted Front End Loader Operator Laborer, Cannmon Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motar Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propeiled Roller Operator, Stee! Wheel, Flat Wheel/Ta Shovel Roller Onerator, Steel Wheel, Plant Mix Pavement 51ip Porm Machine Operator Spreader Box Operator Tractor Operator, Crawler T; Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Ploat Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Welder Work Zone Barricade Servicer �13.99 $12.7$ $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12, 50 $13,56 $14,50 $10.61 $14. I2 $18.12 � $ 8.43 $11.63 $11,83 $13.67 $16.30 $12.62 $ 9.18 $10,65 $16.97 $11.83 $11.58 $iS.20 $14.SQ $ I4.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 i $10.92 $11.28 $l 1.42 $12.32 $12.33 $ l 0.92 $12.60 $12.91 $12.03 $14,93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY CITY APPROVED METHOD AND APPROVED PRODUCT FOR *,** AND *** *CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Standard Spec No. Size E1-31 4" through 36" E1-25 4" through 15" E1-27 4" through 15" E1-28 18" through 48" E100-2 18" through 48" Consult with "City of Fort Worth, Texas Standard Product List" to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above. Failure to provide the information required above may result in rejection of bid as non- responsive. Only products listed above will be allowed for use in this project. Any substitutions shall result in rejection of bid as non-responsive.